Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2017-R0152 - Intermountain Slurry Seal, Inc. - 04_27_2017 (2)
Resolution No. 2017-RO152 Item No. 6.15 April 27, 2017 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 13315 for Micro -Surfacing, by and between the City of Lubbock and Intermountain Slurry Seal, Inc., of North Salt Lake, Utah, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on April 27, 2017 ATTEST: DANIEL M. POPE, MAYOR Rebec Garza, City Secret AS TO Wood FrgAklin, P.E., Director of Public Works APPROVED AS TO FORM: elli Leisure, Assistant City Attorney RES.Contract 13315IntermountainSlunySeal 04.03.17 CERTIFICATE OF INTERESTED PARTIES FoRm 1295 Complete Nos. 3. - 4 and 6 it there are interested parties. OFFICE USE ONLY Complete Nos, 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: I Name of business entity filing form, and the city, state and country of the business entity's place of business. 2017-187364 Intermountain Slurry Seal, Inc. Lewisville, TX United States Date Filed: 04/04/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock, TX Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13315 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party, nx 6 AFFIDAVI-T I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. My Commission Expires slgnek�e of aut "o ized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said Kev)' Y1 kavrl'S — this the day of Aryij- 2Q to certify which, witness my hand and sea] of office. Sit.inature of officer administering oath Printed name of officer administering oath Title of officer administi�TA oath Forms provided by Texas Ethics Commission wvvw.ethics.state.tx.us Version V1.0.883 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-187364 Date Filed: 04/04/2017 Date Acknowledged: 04/04/2017 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Intermountain Slurry Seal, Inc. Lewisville, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock, TX 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13315 Micro -Surfacing 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 F CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofi Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2017-187364 Intermountain Slurry Seal, Inc. Lewisville, TX United States Date Filed: 04/04/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock, TX Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13315 Micro -Surfacing 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. 7LASUZZO TRMy CFe Signa re of aut &rued agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE L� l I Kevin 1 . % 1r i S this the -Ml day of l.— Sworn to and subscribed before me, by the said 1Q"T 20�, to certify which, witness my hand and seal of office. Si nature of officer administering oath Printed name of officer administering oath Title of officer administ ri oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-187364 Date Filed: 04/04/2017 Date Acknowledged: 04/04/2017 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Intermountain Slurry Seal, Inc. Lewisville, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock, TX 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13315 Micro -Surfacing 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: April 27, 2017 CITY OF LUBBOCK SPECIFICATIONS FOR Micro -Surfacing RFP 17-13315-TF CONTRACT: 13315 PROJECT NUMBER: 92435.9240.30000 Plans & Specifications may be obtained from BidSync.com & THE REPRODUCTION COMPANY www.thereproductioncompany.com Phone: (806) 763-7770 CITY OF LUBBOCK Lubbock, Texas No Text A z w A A 11 ril Pate Intentionally Left Blank ADDENDUM I Specification Clarifications / Street List RFP 17-13315-TF Micro -Surfacing DATE ISSUED: March 7, 2017 CLOSE DATE: March 23, 2017 at 2:00 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. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Specification Clarifications 1. Micro -Surfacing Specifications A) Please see page 111 - Item 8.10 - "Micro -Surfacing" - of the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, attached to the front-end documents. 2. Scrub Seal Specifications A) Please see the attached specification — "Special Specification 3005 Scrub Seal Treatment" Street List 1. Please see the attached list of streets to be involved with the project. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloresLumylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, ICG j��4�lP� �.. CITY OF LUBBOCK Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. ( It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if an lay nguage, ! 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. .s 3005 Special Specification 3005 Scrub Seal Treatment 1. DESCRIPTION r� A Construct a surface treatment consisting of 1 or more applications of a single layer of asphalt emulsion that is scrubbed with a broom and covered with a single layer of aggregate. 2. MATERIALS Furnish materials of the type and grade shown on the plans in accordance with the following: ■ Polymer modified emulsion that meets the requirements of Item 300, "Asphalts, Oils, and Emulsions" Table 10 CMS-2P. ■ Item 302, "Aggregates for Surface Treatments." Furnish aggregate of the type and grade shown on the plans and listed in Table 1. Ensure the aggregate gradation meets the requirements in Table 2 for the specified grade when tested in accordance with Tex-200-F, Part I. Furnish aggregates that meet the quality requirements shown in Table 3, unless otherwise shown on the plans. For final surfaces, unless otherwise shown on the plans, furnish aggregate with a surface aggregate classification of "B" or better. Provide aggregates from sources listed in the Department's Bituminous Rated Source Quality Catalog (BRSQC). Use material not listed or not meeting the requirements of the BRSQC only when tested by the Engineer and approved before use. Allow 30 calendar days for testing of material from such sources. EQUIPMENT 3.1. Distributor. Furnish a distributor that will apply the emulsion uniformly at the specified rate or as directed. 3.1.1. Calibration. Furnish a volumetric calibration and strap stick for the distributor tank in accordance with Tex- 922-K, Part I. Provide documentation of distributor calibration performed not more than 5 yr, before the date first used on the project. The Engineer may verify calibration accuracy in accordance with Tex-922-K, Part Il. 3.1.2. Computerized Distributor. When paying for emulsion by weight, the Engineer may allow use of the computerized distributor display to verify application rates. Verify application rate accuracy at a frequency acceptable to the Engineer. 3.2. Aggregate Spreader. Use a continuous -feed, self-propelled spreader to apply aggregate uniformly at the specified rate or as directed. 3.3. Rollers. Unless otherwise shown on the plans, furnish light pneumatic tire rollers in accordance with Item 210, "Rolling." 3.4. Scrub Broom. Furnish a scrub broom assembly of similar design to Exhibit A or B, as approved by the engineer, and having the following characteristics: ■ Rigid frame construction, ■ Attached to, and pulled by, the distributor, ■ Of such weight that it does not squeegee the emulsion off the roadway surface, ■ Leading and trailing broom heads angled at 10 to 15 degrees off the centerline of the supporting member, ■ Stiff bristles with a minimum height of five inches, and ■ Hinged wing assemblies or other means of adjusting the broom width. 02-15 OTU u R 3005 Provide a means of raising the broom from the road surface at desired points, and for towing the broom in elevated position when moving between shots. 3.5. Power Broom. Furnish a rotary, self-propelled broom for initial sweeping and final surface sweeping. 3.6. Emulsion Storage and Handling Equipment. When the plans or the Engineer allows storage tanks, furnish a thermometer in each tank to indicate the emulsion temperature continuously. Keep equipment clean and free of leaks. Keep emulsion free of contamination. 3.7. Aggregate Haul Trucks. Unless otherwise authorized, use trucks of uniform capacity to deliver the aggregate. Provide documentation showing measurements and calculation in cubic yards. Clearly mark the calibrated level. Truck size may be limited when shown on the plans. 3.8. Digital Measuring Instrument. Furnish a vehicle with a calibrated digital -measuring instrument accurate to ±6 ft. per mile. 4. CONSTRUCTION 4.1. General. Application season will be as shown on the plans. Emulsion and aggregate rates shown on the plans are for estimating purposes only. The Engineer will adjust the rates for the existing conditions. 4.2. Temporary Aggregate Stockpiles. The Engineer will approve the location of temporary aggregate stockpiles on the right of way before delivery. Place stockpiles in a manner that will not: ■ obstruct traffic or sight distance, ■ interfere with the access from abutting property, or ■ interfere with roadway drainage. Locate stockpiles a minimum of 30 ft. from roadway when possible. Sign and barricade as shown on the plans. , 4.3. Aggregate Furnished by the Department. When shown on the plans, the Department will furnish aggregate to the Contractor without cost. Stockpile locations are shown on the plans. 4.4. Adverse Weather Conditions. Do not place surface treatments when, in the Engineer's opinion, general weather conditions are unsuitable. Meet the requirements for air and surface temperature shown below. 4.4.1. Standard Temperature Limitations. Apply scrub seal when air temperature is above 507 and rising. Do not apply surface treatment when air temperature is 607 and falling. In all cases, do not apply surface treatment when surface temperature is below 607. 4.4.2. Cool Weather Night Air Temperature. The Engineer reserves the right to review the National Oceanic and Atmospheric Administration (NOAA) weather forecast and determine if the nightly air temperature is suitable for placement to prevent aggregate loss. 4.4.3. Cold Weather Application. When application is allowed outside of the above temperature restrictions, the Engineer will approve the emulsion grade and the air and surface temperatures for application. Apply scrub seal at air and surface temperatures as directed. 4.5. Surface Preparation. Remove existing raised pavement markers. Repair any damage incurred by removal as directed. Remove dirt, dust, or other harmful material before sealing. Cracks in the pavement must be cleaned of debris using compressed air. When shown on the plans, remove vegetation and blade pavement edges. 4.6. Rock Land and Shot. 4.6.1. Definitions. 02-15 OTU 3005 11 ■ A "rock land" is the area covered at the aggregate rate directed with 1 truckload of aggregate. ■ A "shot' is the area covered by 1 distributor load of emulsion. 4.6.2 Setting Lengths. Calculate the lengths of both rock land and shot. Adjust shot length to be an even multiple of the rock land. Verify that the distributor has enough emulsion to complete the entire shot length. Mark shot length before applying emulsion. When directed, mark length of each rock land to verify the aggregate rate. 4.7. Emulsion Placement. 4.7.1. General. Adjust the shot width so operations do not encroach on traffic or interfere with the traffic control plan, as directed. Use paper or other approved material at the beginning and end of each shot to construct a straight transverse joint and to prevent overlapping of the emulsion. Unless otherwise approved, match longitudinal joints with the lane lines. The Engineer may require a string line if necessary to keep joints straight with no overlapping. Use sufficient pressure to flare the nozzles fully. Select an application temperature, as approved, in accordance with Item 300. Uniformly apply the emulsion at the rate directed, within 150F of the approved temperature, and not above the maximum allowable temperature. 4.7.2. Scrubbing. Mechanically scrub the freshly applied emulsion by dragging the scrub broom behind the distributor, so that the emulsion is evenly spread over the road surface and fills existing surface cracks. 4.7.3. Limitations. Do not apply emulsion to the roadway until: ■ traffic control methods and devices are in place as shown on the plans or as directed, ■ the loaded aggregate spreader is in position and ready to begin, ■ haul trucks are loaded with enough aggregate to cover the shot area, and ■ haul trucks are in place behind the spreader box. 4.7.4. Non -uniform Application. Stop application if it is not uniform due to streaking, ridging, puddling, flowing off the roadway surface, or not filling the cracks. Verify equipment condition, operating procedures, application temperature, and material properties. Determine and correct the cause of non -uniform application. If the cause is high or low emulsion viscosity, replace emulsion with material that corrects the problem. - 4.7.5. Test Strips. The Engineer may stop application and require construction of test strips at the Contractor's expense if any of the following occurs: ■ non -uniformity of application continues after corrective action; ■ on 3 consecutive shots, application rate differs by more than 0.03 gal. per square yard from the rate directed; or ■ any shot differs by more than 0.05 gal. per square yard from the rate directed. The Engineer will approve the test strip location. The Engineer may require additional test strips until surface treatment application meets specification requirements. 4.8. Aggregate Placement. As soon as possible, apply aggregate uniformly at the rate directed without causing the rock to roll over. 4.9. Rolling. Start rolling operation on each shot as soon as aggregate applied. Use sufficient rollers to cover the entire mat width in 1 pass, i.e., 1 direction. Roll in a staggered pattern. Unless otherwise shown on the plans, make a minimum of 3 passes. If rollers are unable to keep up with the spreader box, stop application until rollers have caught up, or furnish additional rollers. Keep roller tires asphalt -free. 4.10. Patching. Before rolling, repair spots where coverage is incomplete. Repair can be made by hand spotting or other approved method. When necessary, apply additional emulsion to embed aggregate. 4.11. Finishing Broom. After rolling, sweep as soon as aggregate has sufficiently bonded to remove excess. 02-15 OTU r_ } t 3005 4.12. Final Acceptance. Maintain surface treatment until the Engineer accepts the work. Repair any surface failures. Before final project acceptance, remove all temporary stockpiles and restore the area to the original contour and grade. 5. MEASUREMENT 5.1. Emulsion. Unless otherwise shown on the plans, emulsion will be measured by one of the following methods: 5.1.1. Volume. Emulsion will be measured at the applied temperature by strapping the tank before and after road application and determining the net volume in gallons from the distributor's calibrated strap stick. The quantity to be measured for payment will be the number of gallons used, as directed, in the accepted surface treatment. 5.1.2. Weight. Emulsion will be measured in tons using certified scales meeting the requirements of Item 520, "Weighing and Measuring Equipment," unless otherwise approved. The transporting truck must have a seal attached to the draining device and other openings. The Engineer may require random checking on public scales at the Contractor's expense to verify weight accuracy. Upon work completion or temporary suspension, any remaining emulsion will be weighed by a certified public weigher, or measured by volume in a calibrated distributor or tank and the quantity converted to tons at the measured temperature. The quantity to be measured will be the number of tons received minus the number of tons remaining after all directed work is complete and minus the amount used for other items. 5.2. Aggregate. Aggregate will be measured by the cubic yard in the trucks as applied on the road. The Engineer may require loaded aggregate to be struck off for accurate measurement. 5.3. Loading, Hauling, and Distributing Aggregate. When the Department furnishes the aggregate, the loading, hauling, and distributing will be measured by the cubic yard in the trucks as applied on the road. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit prices bid for "Emulsion," "Aggregate," and "Loading, Hauling, and Distributing Aggregate" of the types —grades specified. These prices are full compensation for surface preparation; furnishing, preparing, hauling, and placing materials; removing existing pavement markers and excess aggregate; rolling; cleaning up stockpiles; and equipment, labor, tools, and incidentals. { 4 02-15 OTU I 3005 Exhibit A 5 02-15 OTU 3005 Exhibit B -k,zi 0pR OER V UCK yRA%N S Y ROB UUq �Fqc M' C ��)T% FOR 1R E l SER`ES TRO A ONTCT �JU�ES PRgY eA ck kN NT R MOUNOSION SpRiNcAckET (TYp 9ROO� ) Truck Mounted Scrub Broom 6 02-15 OTU MicroSurface Contracts Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year 34TH Street BELMONT AV CHICAGO AV 6260 Arterial <null> 2017 Street CHICAGO AV ELKHART AV 7133 Arterial <null> 2017 Street ELKHART AV ENGLEWOOD AV 2040 Arterial <null> 2017 Street ELMWOOD AV FRANKFORD 6207 Arterial <null> 2017 AVEMUE -- ELL Street ENGLEWOOD AV ELMWOOD AV 2093 Arterial <null> 2017 Street FRANKFORD WEST LOOP 289-- 6788 Arterial <null> 2017 AVENUE -- ELL EAST ROW Street MARSHA SHARP BELMONT AVENUE 3173 Arterial <null> 2017 FWY -- ACCESS ROAD 35TH Street AVE G -- WLL 1-27 ACCESS ROAD -- 997 Local <null> 2017 ELL Street AVE J -- WLL AVE K -- ELL 988 Local <null> 2017 Street AVE K -- WLL AVE L -- ELL 786 Local <null> 2017 Street AVE M -- ELL AVE N -- ELL 1904 Local <null> 2017 Street AVE N -- WLL AVE P -- ELL 1823 Local <null> 2017 36TH Street AVE A -- WLL AVE B -- CL 1838 Local <null> 2017 Street AVE B -- CL AVE C -- CL 1241 Local <null> 2017 Street AVE C -- CL AVE E -- CL 2293 Local <null> 2017 Street AVE E -- CL AVE F -- CL 1355 Local <null> 2017 Street AVE F -- CL AVE G -- CL 910 Local <null> 2017 Street AVE G -- WLL 1-27 ACCESS ROAD -- 1080 Local <null> 2017 ELL Street AVE J -- WLL AVE K -- CL 1034 Local <null> 2017 Page 1 of 16 Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Street AVE K -- CL AVE L -- ELL 685 Local <null> 2017 37TH Street AVE A -- WLL AVE B -- CL 1410 Local <null> 2017 Street AVE B -- CL AVE E -- ELL 2996 Local <null> 2017 Street AVE E -- WLL AVE F -- ELL 1020 Local <null> 2017 Street AVE F -- ELL AVE G -- ELL 942 Local <null> 2017 Street AVE J -- WLL AVE K -- CL 1280 Local <null> 2017 Street AVE K -- CL AVE L -- ELL 832 Local <null> 2017 Street AVE L-- WLL AVE N -- ELL 2402 Local <null> 2017 Street AVE N -- WLL AVE P -- ELL 1826 Local <null> 2017 Street 1-27 ACCESS RD -- AVE J -- ELL 745 Local <null> 2017 WLL 38TH Street AVE A -- WLL AVE B -- ELL 2103 Local <null> 2017 Street AVE B -- WLL AVE D -- WLL 3407 Local <null> 2017 Street AVE D -- WLL AVE E -- CL 980 Local <null> 2017 Street AVE E -- CL AVE G -- CL 2728 Local <null> 2017 Street AVE G -- CL 1-27 ACCESS RD -- 1647 Local <null> 2017 ELL Street AVE J -- CL AVE K -- CL 1562 Local <null> 2017 Street AVE K -- CL AVE L -- TAPER 2352 Local <null> 2017 WEST Street AVE L -- TAPER AVE N -- CL 1130 Local <null> 2017 WEST Street AVE N -- CL AVE P -- ELL 1863 Local <null> 2017 Street 1-27 ACCESS ROAD -- AVE J -- CL 1161 Local <null> 2017 WLL 39TH Street AVE A -- WLL AVE B -- CL 1491 Local <null> 2017 Street AVE B-- CL AVE D -- CL 2337 Local <null> 2017 Page 2 of 16 Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Street AVE L -- WLL AVE N -- CL 1652 Local <null> 2017 Street AVE N -- CL AVE P -- ELL 1860 Local <null> 2017 Street AVENUE D -- CL 1-27 ACCESS RD -- 3704 Local <null> 2017 ELL 40TH Street AVE B -- WLL AVE A -- ELL 1887 Local <null> 2017 Street AVE D -- CL 1-27 ACCESS RD -- 3715 Local <null> 2017 ELL Street AVE D -- ELL AVE B -- CL 3458 Local <null> 2017 Street AVE J -- CL AVE L -- ELL 2148 Local <null> 2017 Street AVE L -- WLL AVE N -- CL 1652 Local <null> 2017 Street AVE N -- CL AVE P -- ELL 1904 Local <null> 2017 Street 1-27 ACCESS RD -- AVENUE J -- CL 996 Local <null> 2017 WLL 41ST Street AVE D -- WLL 1-27 ACCESS RD -- 3626 Local <null> 2017 ELL Street AVE J -- WLL AVE L -- ELL 2076 Local <null> 2017 Street AVE L -- WLL AVE N -- CL 1652 Local <null> 2017 Street AVE N -- CL AVE P -- ELL 1863 Local <null> 2017 Street 1-27 ACCESS RD -- AVE J -- ELL 763 Local <null> 2017 WLL 42ND Street AVE A -- WLL AVE D -- ELL 5472 Collector <null> 2017 Street AVE D -- ELL 1-27 ACCESS RD -- 5354 Collector <null> 2017 ELL Street AVE J -- CL AVE L --TAPER 3680 Collector <null> 2017 WEST Street AVE L -- TAPER AVE N CL 992 Collector <null> 2017 WEST Street AVE N -- CL AVE P -- ELL 2293 Collector <null> 2017 Page 3 of 16 Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Street 1-27 ACCESS RD -- AVENUE J -- CL 754 Collector <null> 2017 WER 43RD Street AVE D -- CDS EAST AVE D-- CL 3819 Local <null> 2017 Street AVE D AV 15TH ST 4644 Local <null> 2017 Street AVE J -- WLL AVE L -- ELL 2183 Local <null> 2017 Street AVE N -- CL AVE P -- ELL 2290 Local <null> 2017 Street AVENUE N -- CDS AVE N -- CL 2287 Local <null> 2017 EAST 44TH Street AVE A -- WLL AVE D -- CL 4686 Local <null> 2017 Street AVE D -- CL 1- 27 ACCESS RD -- 4580 Local <null> 2017 ELL Street AVE J -- CL AVE L -- ELL 2265 Local <null> 2017 Street 1-27 ACCESS RD -- AVE J -- CL 974 Local <null> 2017 WLL 45TH Street AVE A -- WLL AVE B -- CL 2254 Local <null> 2017 Street AVE B -- CL AVE D -- ELL 2379 Local <null> 2017 Street AVE J -- CL AVE L -- ELL 1837 Local <null> 2017 Street AVE L -- WLL AVE N -- ELL 2642 Local <null> 2017 46TH Place AVE L -- WLL AVE N -- ELL 3243 Local <null> 2017 Place AVENUE L--CDS AVENUE L-- ELL 1517 Local <null> 2017 EAST Place AVENUE N -- WLL AVENUE N -- CDS 898 Local <null> 2017 WEST Street AVE A -- ELL AVE B -- CL 2325 Local <null> 2017 Street AVE C -- CL AVE D -- CL 1212 Local <null> 2017 Street AVE C -- CL AVE B -- CL 1180 Local <null> 2017 Page 4 of 16 Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Street AVE D -- CL AVE G -- CL 2635 Local <null> 2017 Street AVE G -- CL 1-27 ACCESS RD -- 1916 Local <null> 2017 ELL Street AVE L -- WLL AVE N -- ELL 3033 Local <null> 2017 Street AVENUE N -- WLL AVENUE N -- CDS 1014 Local <null> 2017 WEST Street 1-27 ACCESS RD -- AVE J -- CL 803 Local <null> 2017 WLL 47TH Street AVE D -- WLL 1-27 ACCESS RD -- 4505 Local <null> 2017 ELL Street AVE L -- WLL AVE N -- CL 3360 Local <null> 2017 Street AVE N -- CL AVE P -- ELL 1280 Local <null> 2017 Street AVENUE L-- CDS AVENUE L-- ELL 1510 Local <null> 2017 EAST 48TH Street AVE C -- ELL AVE D -- CL 1248 Local <null> 2017 Street AVE D -- CL AVE G -- CL 2350 Local <null> 2017 Street AVE G -- CL 1-27 ACCESS RD -- 1152 Local <null> 2017 ELL Street AVE L -- WLL AVE N -- WLL 3570 Local <null> 2017 Street AVENUE N -- WLL AVENUE N -- CDS 682 Local <null> 2017 WEST Street 1-27 ACCESS RD -- AVE L -- ELL 3236 Local <null> 2017 WLL 49TH 50TH Street AVE D -- WLL AVE D -- CDS WEST 1727 Local <null> 2017 Street AVENUE L -- CDS AVENUE L -- ELL 1514 Local <null> 2017 EAST Street AVENUE L -- WLL AVENUE P -- ELL 4601 Local <null> 2017 Page 5 of 16 Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Street 1-27-- WEST ROW AVENUE Q-- E;; 24236 Arterial <null> 2017 Street INDIANA AVENUE QUAKER AVENUE 45173 Arterial <null> 2017 WEST END OF EAST END OF CONCRETE CONCRETE Street UNIVERSITY INDIANA AVENUE -- 46576 Arterial <null> 2017 AVENUE -- WLL ELL 70TH Street WINSTON AV ZOAR AV 2098 Local SINGLE 2017 Street ZOAR AV INDIANA AV 2005 Local SINGLE 2017 71ST Street QUAKER AV RICHMOND AV 3466 Local SINGLE 2017 Street RICHMOND AV SALEM AV 1811 Local SINGLE 2017 Street SALEM AV UTICA AV 4395 Local SINGLE 2017 Street UTICA AV GARY AV 1070 Local SINGLE 2017 Street UTICA PL VICKSBURG AV 1063 Local SINGLE 2017 Street VICKSBURG AV VINTON AV 1045 Local SINGLE 2017 Street VINTON AV WAYNE AV 1045 Local SINGLE 2017 Street ZOAR AV GARY AV 1600 Local SINGLE 2017 72ND Street PEORIA AV QUAKER AV 1257 Local <null> 2017 Street UTICA AV WAYNE AV 4235 Local SINGLE 2017 Street ZOAR AV E 37TH ST 1618 Local SINGLE 2017 73RD Street UTICA AV WAYNE AV 5670 Collector DOUBLE 2017 Street WAYNE AV WINSTON AV 929 Collector DOUBLE 2017 Street WAYNE AV WAYNE AV 611 Collector DOUBLE 2017 Street WINSTON AV YORK AV 1185 Collector DOUBLE 2017 Street YORK AV ZOAR AV 1251 Collector DOUBLE 2017 Street ZOAR AV 6TH ST 2105 Collector DOUBLE 2017 Page 6 of 16 Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Street ZOAR AV ZOAR AV 826 Collector DOUBLE 2017 74TH Street 75TH DR RALEIGH AV 1284 Collector DOUBLE 2017 Street QUAKER AV MLK BV 2483 Collector DOUBLE 2017 Street RALEIGH AV RICHMOND AV 1241 Collector DOUBLE 2017 Street RICHMOND AV UTICA AV 5586 Collector DOUBLE 2017 Street ZOAR AV JOLIET AV 1284 Local SINGLE 2017 75TH Drive QUAKER AV BOSTON AV 4860 Local SINGLE 2017 Street VICKSBURG AV WAYNE AV 3221 Local SINGLE 2017 Street ZOAR AV E 36TH ST 1305 Local SINGLE 2017 76TH Street DEAD END QUINTON AV 1045 Local SINGLE 2017 Street QUINTON AV RALEIGH AV 2937 Local SINGLE 2017 Street RALEIGH AV RICHMOND AV 1038 Local SINGLE 2017 Street RICHMOND AV SALEM AV 1163 Local SINGLE 2017 Street SALEM AV TOLEDO AV 1195 Local SINGLE 2017 Street TOLEDO AV TOPEKA AV 1177 Local SINGLE 2017 Street TOPEKA AV UTICA AV 1159 Local SINGLE 2017 Street UTICA AV VICKSBURG AV 1515 Local SINGLE 2017 Street VICKSBURG AV WAYNE AV 3388 Local SINGLE 2017 Street ZOAR AV SLIDE RD 1896 Local SINGLE 2017 77TH Street DEAD END VINTON AV 1220 Local SINGLE 2017 Street QUAKER AV QUINTON AV 1269 Local SINGLE 2017 Street QUINTON AV RICHMOND AV 3189 Local SINGLE 2017 Street QUINTON AV QUINTON AV 793 Local SINGLE 2017 Street RICHMOND AV UTICA AV 4690 Local SINGLE 2017 Page 7 of 16 Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Street VINTON AV WAYNE AV 2603 Local SINGLE 2017 Street YORK AV FRANKFORD AV 2652 Local SINGLE 2017 78TH Street DEAD END QUINTON AV 1831 Local SINGLE 2017 Street QUINTON AV RICHMOND AV 3204 Local SINGLE 2017 Street RICHMOND AV TOLEDO AV 2116 Local SINGLE 2017 Street TOLEDO AV UTICA AV 3053 Local SINGLE 2017 Street UTICA AV VINTON AV 2372 Local SINGLE 2017 Street VINTON AV WINSTON AV 2503 Local SINGLE 2017 Street ZOAR AV VIOLA AV 1621 Local SINGLE 2017 79TH Drive 79TH STREET -- 79TH STREET -- CDS 1152 Local SINGLE 2017 NWLL NW Street DEAD END QUINTON AV 1060 Local SINGLE 2017 Street QUINTON AV RICHMOND AV 2158 Local SINGLE 2017 Street RICHMOND AV TOLEDO AV 3161 Local SINGLE 2017 Street TOLEDO AV UTICA AV 2578 Local SINGLE 2017 Street UTICA AV VICKSBURG AV 1077 Local SINGLE 2017 Street VICKSBURG AV VINTON AV 1067 Local SINGLE 2017 Street VINTON AV WAYNE AV 1508 Local SINGLE 2017 Street YORK AV ZOAR AV 562 Local SINGLE 2017 Street ZOAR AV PROSPECT AV 988 Local SINGLE 2017 80TH Street QUAKER AV QUINTON AV 2521 Local SINGLE 2017 Street QUINTON AV RALEIGH AV 1081 Local SINGLE 2017 Street RALEIGH AV RICHMOND AV 423 Local SINGLE 2017 Street RICHMOND AV TOLEDO AV 2268 Local SINGLE 2017 Street RICHMOND AV RICHMOND AV 1063 Local SINGLE 2017 Page 8 of 16 Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Street TOLEDO AV UTICA AV 2588 Local SINGLE 2017 Street VINTON AV AVE D AV 743 Local SINGLE 2017 Street WAYNE AV WINSTON AV 1088 Local SINGLE 2017 Street YORK AV YORK AV 3846 Local SINGLE 2017 815T Place TOLEDO AV TOPEKA AV 1248 Local SINGLE 2017 Street RICHMOND AV SALEM AV 1138 Local SINGLE 2017 Street SALEM AV TOLEDO AV 1241 Local SINGLE 2017 Street TOLEDO AV TOPEKA AV 1252 Local SINGLE 2017 Street TOPEKA AV UTICA AV 1248 Local SINGLE 2017 98TH Street QUAKER AVENUE -- SLIDE ROAD -- ELL 51725 Arterial <null> 2017 CL AVE B Avenue 37TH STREET -- SLL 38TH STREET -- NLL 1112 Local <null> 2017 Avenue 38TH STREET -- SLL 39TH STREET -- NLL 861 Local <null> 2017 Avenue 39TH STREET -- SLL 40TH STREET -- NLL 861 Local <null> 2017 Avenue 45TH STREET -- SLL 46TH STREET -- NLL 867 Local <null> 2017 AVE C Avenue 46TH STREET -- SLL 46TH STREET -- 1259 Local <null> 2017 UNPAVED ROAD SOUTH Avenue 50TH STREET -- 50TH STREET -- NLL 636 Local <null> 2017 DEAD END NORTH AVE D Avenue 38TH STREET -- SLL 39TH STREET -- NLL 1070 Local <null> 2017 Avenue 39TH STREET -- SLL 40TH STREET -- NLL 881 Local <null> 2017 Avenue 40TH STREET -- SLL 41ST STREET -- CL 1393 Local <null> 2017 Avenue 41ST STREET -- CL 42ND STREET -- NLL 907 Local <null> 2017 Page 9 of 16 Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Avenue 42ND STREET -- SLL 43RD STREET -- NLL 1056 Local <null> 2017 Avenue 43RD STREET -- SLL 44TH STREET -- NLL 1067 Local <null> 2017 Avenue 44TH STREET -- SLL 45TH STREET -- CL 1081 Local <null> 2017 Avenue 45TH STREET -- CL 46TH STREET -- NLL 1141 Local <null> 2017 Avenue 46TH STREET -- SLL 47TH STREET -- CL 1102 Local <null> 2017 Avenue 47TH STREET -- CL 48TH STREET -- NLL 1134 Local <null> 2017 Avenue 48TH STREET -- SLL 49TH STREET -- CL 960 Local <null> 2017 Avenue 49TH STREET -- CL 50TH STREET -- NLL 1152 Local <null> 2017 AVE E Avenue 36TH STREET -- SLL 37TH STREET -- CL 1023 Local <null> 2017 Avenue 37TH STREET -- CL 38TH STREET -- NLL 1193 Local <null> 2017 AVE F Avenue 36TH STREET -- SLL 37TH STREET -- NLL 1351 Local <null> 2017 AVE G Avenue 35TH STREET -- CL 36TH STREET WEST 968 Local <null> 2017 JUNCTION -- CL Avenue 36TH STREET -- CL 37TH STREET -- CL 918 Local <null> 2017 Avenue 37TH STREET -- CL 38TH STREET -- NLL 1254 Local <null> 2017 Avenue 46TH STREET -- 46TH STREET -- NLL 836 Local <null> 2017 DEAD END NORTH Avenue 48TH STREET -- SLL 50TH STREET -- NLL 2123 Local <null> 2017 AVEJ Avenue 35TH STREET -- CL 36TH STREET -- CL <null> Local <null> 2017 Avenue 36TH STREET -- CL 37TH STREET -- CL <null> Local <null> 2017 Avenue 37TH STREET -- CL 38TH STREET -- NLL <null> Local <null> 2017 Avenue 38TH STREET -- SLL 40TH STREET -- NLL <null> Local <null> 2017 Avenue 40TH ST 41ST ST 858 Local <null> 2017 Avenue 41ST STREET -- SLL 42ND STREET -- NLL 1045 Local <null> 2017 Page 10 of 16 Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Avenue 42ND STREET -- SLL 44TH STREET -- NLL 1639 Local <null> 2017 Avenue 44TH STREET -- SLL 45TH STREET -- NLL 858 Local <null> 2017 Avenue 45TH STREET -- SLL 46TH STREET -- NLL 875 Local <null> 2017 AVE K Avenue 35TH STREET -- CL 36TH STREET -- NLL 913 Local <null> 2017 Avenue 36TH STREET -- SLL 37TH STREET -- NLL 896 Local <null> 2017 Avenue 37TH STREET -- SLL 38TH STREET -- NLL 1013 Local <null> 2017 AVE L Avenue 36TH STREET -- CL 37TH STREET -- CL 873 Collector <null> 2017 Avenue 37TH STREET -- CL 38TH STREET -- CL 738 Collector <null> 2017 Avenue 38TH STREET -- NLL 39TH STREET -- CL 896 Collector <null> 2017 Avenue 38TH STREET -- SLL 40TH STREET -- CL 1806 Collector <null> 2017 Avenue 39TH STREET -- CL 40TH STREET -- CL 962 Collector <null> 2017 Avenue 40TH STREET -- CL 41ST STREET -- CL 959 Collector <null> 2017 Avenue 40TH STREET -- CL 41ST STREET -- CL 939 Collector <null> 2017 Avenue 41ST STREET -- CL 43RD STREET -- SLL 1488 Collector <null> 2017 Avenue 41ST STREET -- CL 43RD STREET -- SLL 1482 Collector <null> 2017 Avenue 43RD STREET -- SLL 44TH STREET -- CL 1378 Collector <null> 2017 Avenue 44TH STREET -- CL 45TH STREET -- CL 1471 Collector <null> 2017 Avenue 45TH STREET -- CL 46TH STREET -- CL 1471 Collector <null> 2017 Avenue 46TH PLACE -- CL 47TH STREET -- CL 1262 Collector <null> 2017 Avenue 46TH STREET -- CL 46TH PLACE -- CL 1373 Collector <null> 2017 Avenue 47TH STREET -- CL 48TH STREET -- CL 1276 Collector <null> 2017 Avenue 48TH STREET -- CL 49TH STREET -- CL 1262 Collector <null> 2017 Avenue 49TH STREET -- CL 50TH STREET -- NLL 1298 Collector <null> 2017 AVE L(E) Avenue 34TH STREET -- SLL 35TH STREET -- CL 1437 Collector <null> 2017 Avenue 35TH STREET -- CL 36TH STREET -- CL 1526 Collector <null> 2017 Page 11 of 16 , r Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year AVE QW) Avenue 34TH STREET -- SLL 35TH STREET -- CL 898 Collector <null> 2017 Avenue 35TH STREET -- CL 37TH STREET -- CL 1863 Collector <null> 2017 Avenue 37TH STREET -- CL 38TH STREET -- NLL 916 Collector <null> 2017 AVE N Avenue 35TH STREET -- CL 36TH STREET -- CL 948 Local <null> 2017 Avenue 36TH STREET -- CL 37TH STREET -- CL 950 Local <null> 2017 Avenue 37TH STREET -- CL 38TH STREET -- NLL 930 Local <null> 2017 Avenue 38TH STREET -- SLL 39TH STREET -- NLL 872 Local <null> 2017 Avenue 42ND STREET -- SLL 43RD STREET -- NLL 1003 Local <null> 2017 Avenue 43RD STREET -- SLL 45TH STREET -- CL 1081 Local <null> 2017 Avenue 45TH STREET -- CL 46TH STREET -- CL 1166 Local <null> 2017 Avenue 46TH PLACE -- CL 47TH STREET -- CL 1113 Local <null> 2017 Avenue 46TH STREET -- CL 46TH PLACE -- CL 1138 Local <null> 2017 Avenue 47TH STREET -- SLL 48TH STREET -- NLL 1035 Local <null> 2017 AVE P Avenue 34TH STREET -- SLL 35TH STREET -- CL 1052 Local <null> 2017 Avenue 35TH STREET -- CL 36TH STREET -- CL 1177 Local <null> 2017 Avenue 36TH STREET -- CL 37TH STREET -- CL 1177 Local <null> 2017 Avenue 37TH STREET -- CL 38TH STREET -- CL 1177 Local <null> 2017 Avenue 38TH STREET -- CL 39TH STREET -- CL 1173 Local <null> 2017 Avenue 39TH STREET -- CL 40TH STREET -- CL 1166 Local <null> 2017 Avenue 40TH STREET -- CL 41ST STREET -- CL 1173 Local <nub 2017 Avenue 41ST STREET -- CL 42ND STREET -- CL 1184 Local <null> 2017 Avenue 42ND STREET -- CL 43RD STREET -- CL 1173 Local <null> 2017 Avenue 43RD STREET -- CL 44TH STREET -- CL 1173 Local <null> 2017 Avenue 44TH STREET -- CL 45TH STREET -- CL 1159 Local <null> 2017 Avenue 45TH STREET -- CL 46TH STREET -- CL 1173 Local <null> 2017 Page 12 of 16 Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Avenue 46TH STREET -- CL 47TH STREET -- CL 850 Local <null> 2017 Avenue 47TH STREET -- CL 48TH STREET -- CL 1525 Local <null> 2017 Avenue 48TH STREET -- CL 49TH STREET -- CL 690 Local <null> 2017 Avenue 49TH STREET -- CL 50TH STREET -- CL 1689 Local <null> 2017 PEORIA Avenue S LOOP 289 72ND ST 2605 Local <null> 2017 QUINTON Avenue 76TH ST 77TH ST 1067 Local SINGLE 2017 Avenue 77TH ST 78TH ST 1063 Local SINGLE 2017 Avenue 78TH ST 79TH ST 1060 Local SINGLE 2017 Avenue 80TH ST CANTON AV 1838 Local SINGLE 2017 RALEIGH Avenue 74TH ST 76TH ST 2077 Local SINGLE 2017 Avenue 80TH ST AVE B AV 1842 Local SINGLE 2017 RICHMOND Avenue 71ST ST 74TH ST 1972 Local SINGLE 2017 Avenue 74TH ST 76TH ST 2056 Local SINGLE 2017 Avenue 76TH ST 77TH ST 1067 Local SINGLE 2017 Avenue 77TH ST 78TH ST 1067 Local SINGLE 2017 Avenue 79TH ST 80TH ST 1063 Local SINGLE 2017 Avenue 80TH ST 82ND ST 2347 Local SINGLE 2017 SALEM Avenue 71ST STREET -- CDS 71ST STREET -- NLL 3741 Local SINGLE 2017 Avenue 81ST ST AVE M AV 2087 Local SINGLE 2017 Avenue DEAD END 76TH ST 1586 Local SINGLE 2017 TOLEDO Avenue 78TH ST 79TH ST 1254 Local SINGLE 2017 Avenue 79TH ST 80TH ST 1067 Local SINGLE 2017 Page 13 of 16 a Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Avenue 81ST ST 81ST PL 1589 Local SINGLE 2017 Avenue DEAD END 76TH ST 1582 Local SINGLE 2017 TOPEKA Avenue 81ST ST 81ST PL 1589 Local SINGLE 2017 Avenue DEAD END 76TH ST 1586 Local SINGLE 2017 UTICA Avenue 71ST ST 72ND ST 1233 Collector DOUBLE 2017 Avenue 71ST ST SOUTH LOOP 289 5303 Collector DOUBLE 2017 Avenue 72ND ST 73RD ST 1360 Collector DOUBLE 2017 Avenue 73RD ST 74TH ST 486 Collector DOUBLE 2017 Avenue 74TH ST 76TH ST 2086 Collector DOUBLE 2017 Avenue 76TH ST 77TH ST 1258 Collector DOUBLE 2017 Avenue 77TH ST 78TH ST 1284 Collector DOUBLE 2017 Avenue 78TH ST 79TH ST 722 Collector DOUBLE 2017 Avenue 78TH ST 78TH ST 515 Collector DOUBLE 2017 Avenue 79TH ST 80TH ST 739 Collector DOUBLE 2017 Avenue 79TH ST 79TH ST 540 Collector DOUBLE 2017 Avenue 80TH ST 81ST ST 1284 Collector DOUBLE 2017 Avenue 81ST ST 82ND ST 2947 Collector DOUBLE 2017 Place 71ST STREET -- CDS 71ST STREET -- NLL 1899 Local SINGLE 2017 NORTH VICKSBURG Avenue 71ST STREET -- CDS 71ST STREET -- NLL 1899 Local SINGLE 2017 NORTH Avenue 75TH ST 76TH ST 1301 Local SINGLE 2017 Avenue 79TH ST 82ND ST 3993 Local SINGLE 2017 VINTON Avenue 71ST STREET -- CDS 71ST STREET -- NLL 1895 Local SINGLE 2017 NORTH Page 14 of 16 Street Name Street5uffix From Street To Street Section Area Street Class Application Contract Year Avenue 77TH ST 78TH ST 1159 Local SINGLE 2017 Avenue 78TH ST 79TH ST 1148 Local SINGLE 2017 Avenue 79TH ST 80TH ST 1145 Local SINGLE 2017 Avenue 80TH ST 37TH ST 1685 Local SINGLE 2017 Avenue WAYNE AV 82ND ST 1676 Local SINGLE 2017 WAYNE Avenue 69TH STREET -- CDS 69TH STREET -- NLL 4321 Local SINGLE 2017 NORTH Avenue 71ST ST 72ND ST 1060 Local SINGLE 2017 Avenue 71ST STREET -- CDS 71ST STREET -- CL 1892 Local SINGLE 2017 NORTH Avenue 72ND ST 73RD ST 1349 Local SINGLE 2017 Avenue 73RD ST 75TH ST 1713 Local SINGLE 2017 Avenue 75TH ST 76TH ST 1406 Local SINGLE 2017 Avenue 76TH ST 77TH ST 1381 Local SINGLE 2017 Avenue 77TH ST 78TH ST 2326 Local SINGLE 2017 Avenue 79TH ST 80TH ST 882 Local SINGLE 2017 Avenue 80TH ST ELGIN AV 2834 Local SINGLE 2017 WINSTON Avenue 70TH ST 73RD ST 4289 Local SINGLE 2017 Avenue 78TH ST 80TH ST 1723 Local SINGLE 2017 Avenue 80TH ST 82ND ST 5116 Local SINGLE 2017 YORK Avenue 77TH STREET -- 77TH STREET -- CDS 2622 Local SINGLE 2017 CENTER OF CURVE SE Avenue 80TH ST 82ND ST 3234 Local SINGLE 2017 Avenue DEAD END 73RD ST 3043 Local SINGLE 2017 ZOAR Avenue 70TH ST 71ST ST 1209 Local SINGLE 2017 Page 15 of 16 ,�, J k. r Street Name StreetSuffix From Street To Street Section Area Street Class Application Contract Year Avenue 71ST ST 72ND ST 1216 Local SINGLE 2017 Avenue 72ND ST 73RD ST 1498 Local SINGLE 2017 Avenue 73RD ST 74TH ST 1367 Local SINGLE 2017 Avenue 74TH ST 75TH ST 1060 Local SINGLE 2017 Avenue 75TH ST 76TH ST 1313 Local SINGLE 2017 Avenue 78TH ST 79TH ST 1568 Local SINGLE 2017 Page 16 of 16 r "I -," E7, M_- r-M z AA I ity of . u o&k TEXAS ADDENDUM 2 Scrub Seal Specifications RFP 17-13315-TF Micro -Surfacing DATE ISSUED: March 15, 2017 CLOSE DATE: March 23, 2017 at 2:00 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. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Scrub Seal Specifications A) In regards to the gradation, the rock to use is 1/8" or smaller to a double ought rock, washed and cleaned. B) The emulsion rate for the scrub seal is 0.27. C) Please see the attached map showing the area where scrub seal will be completed from Avenue Q to Avenue A and from 34rh Street to 50rh Street. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloresL6Omylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, ?eo#& 9&qa CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. a It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any anguage_ 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 33RD 33RD a w 33R J w 33RD w m w 29 N w d Q ¢ Q > Q 34TH 3 TH 34TH 34TH � � 35TH 35TH 351-H � 35TH T 35TH 35Tf v uj 36TH ui 36TH 36TH 36TH 36TH _T.H . w w 0 ui LU > w 36TH I �n u < 37THw 3CcL 7TH ui 37TH 37TH 37TH 37TH47TH wI-q >< 37TH 37TI 8TH 8TH 38T 3 TH 1 AM 38TH 39TH 19 :39TH 39TH 39 H spa 3 Huj LU > co w 40TH "4t1y 40" Fi 40TH 4( TH 40TH V) w 41ST Q f 41ST 41 T ^ w 41ST < 41T 41ST ^ w > i 42ND J2 42f D < 42ND 42ND 42ND 42ND 43R 43RD 43RD 43RD 43RD > 43R 4TH 45T"F9� 4TH 44TH ui 44 TH 44TH < 45TH LU d 45TH 45TH 46TH 46�dmmmmnnmnmxwfm —..• 45TH 45TH 4 6TH u) w 46TH 46TH 46TH '16 w 46TH 46TH LU > 46TH u 47TH 47TH �7p� 47TH LU >g cn cz, 47TH > u w 48TH 46TH 4' 7H 40TH 4 TH > 49TH 49TH ; 49TFfi 49TH 49TH Cl d 5 4TH w > _ I J _ �I n,. i City of Lubbock Bid RFP 17-13315-TF City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 17-13315-TF Micro -Surfacing -., Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. ✓ Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a M' discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. ✓ include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. _� Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. / Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. ✓- Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include frnn's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. vf"' Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9.yf Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. V-"- Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 11. Please submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Intermountain Slurry Seal, Inc. (Type or Print Company Name) 317/2017 3 20 PM P. 6 I Pa2e Intentionaflv Left Blank C 1. 2. 3. 4. _3 5. 6. 7. 8. .j 9. 10. 11. �. 11. 1.. � 12. 12. 13. INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (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 seven 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 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Pate Intentionally Left Blank NOTICE TO OFFERORS Pa2e Intentionally Left Blank Notice to Offerors RFP 17-13315-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on March 23, 2017, or as changed by the issuance of formal addenda to all plan holders, to furnish all labor and materials and perform all work for the construction of the following described project: Micro -Surfacing After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole t responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 PM on March 23, 2017, and the City of Lubbock City Council will consider the proposals on April 27, 2017, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer 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 proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in°the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 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 total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. 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. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock p p p Y p Y Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror 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 March 14, 2017, at 10:OOAM, in Committee Room 103, City Hall, 1625 13th Street, Lubbock, TX 79401. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.tliereproductioncompany.coin/ . 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 Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies 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 Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, .Marta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT g5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 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 decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the are proposals not open for inspection. Tea:. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the 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 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract E 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 and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 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 Director of Purchasing and 3 f.1 Contract Management if any language, requirements, etc., or any combinations thereof, l 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 Purchasing and Contract Management 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: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Bidsync: WWW.bidslnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 90 Consecutive Calendar 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 detennined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. Ul 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 4 3 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 tm` 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 a remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final 1.. 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 e 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 _ a 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 a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for s 4, use during construction will only be furnished directly to the Contractor. The Contractor shall then y distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City 6� 20 21 22 23 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. (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, 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, and/or the owning utility at the 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. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 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. 6 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 A: 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. 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 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 Sundays 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 Sundays 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 Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors is shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set 1 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 ri 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. F11 28 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 form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 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 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 inust 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: 29.3.1 Proposer's name 29.3.2 Proposal "RFP 17-13315-TF MICRO -SURFACING" 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. 1 1 9M 31 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 Form. (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. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The 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 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 specified, without delay or interference. (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 (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 9 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five 5 p P P P J P O years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The Maximum Point value is equal to 100 points. The weight factor is 60% for Cost, 35% for Contractor Qualifications, 5% for Attendance at the Pre -Proposal Conference. The selection criteria used to evaluate each proposal includes the following: 32.1 60% COST: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of one hundred (100) multiplied by the weight of the price factor (0.60) for the price score (maximum score of 60). For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 35% CONTRACTOR QUALIFICATIONS: Substantial capability to meet project schedules and deadlines, as well as completing projects without major cost escalations, change orders or overruns and substantial successful experience and qualifications in completing Micro -Surfacing projects. When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the.. contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% ATTENDANCE AT PRE -PROPOSAL CONFERENCE: This criterion is as with price, , objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the 10 P construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.4 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.5 The estimated budget for the construction phase of this project is $4,000,000. 32.6 Proposals shall be made using the enclosed Proposal Submittal Form. 33 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. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER y UTILITIES OR OTHER) 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 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 A reasonably expected values), or irregularities of any kind. " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 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. 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 Lubbock County: ht!p://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 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. 12 TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer 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. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor 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. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later K than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in ` the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory 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. In µ 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. ,,I Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Pa2e Intentionally Left Blank I City of Lubbock Bid RFP 17-13315-TF DATE: March 23, 2017 Proposal of Intermountain Siggy, Seal, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of the 'cro-Surfacing having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM NO DESCRIPTION ESTIMATED QUANTITY UNIT PRICE EXPENDED AMOUNT AMOUNT Micro -Surfacing CSS-1P in accordance with TxDOT Specifications Item # 350, including, ® �� ®� 2 1 emulsion, mineral filler, aggregate, 13,000 TONS �? labor, equipment, and all incidentals needed to produce micro -surfacing, delivered and placed. 2 Scrub Seal 284,824 SY • L7® Paint stripe tabs for all streets 3 requiring lane line repainting, 9,000 EA including labor, equipment, ®V preparation of exis surface, etc. • 24" Surface preparation on concrete materials including grinding, sealing, 4 pre -marking, elimination of existing 1,000 LF markings, and installation complete and in place. 8" Surface preparation on concrete materials including grinding, sealing, 5 pre -marking, elimination of existing 500 LF / Z .00 ®� aJ markings, and installation complete and in place 3l7/2017 3:20 PM � P. 31 City of Lubbock y. Bid RFP 171331 5-TF ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE EXTENDED AMOUNT Type I Thermoplastic pavement marking .125 Mil 24" white stop line 6 (TxDOT DMS 8220). Including labor, 310 LF O-A equipment, and preparation of existing surface. Complete and in place. Type I Thermoplastic pavement marking. 125 Mil 24" white 7 continental crosswalk (TxDOT DMS 408 LF 0'0 8220). Including labor, equipment, and preparation of existing surface. Complete and in place. Type 11 A -A raised pavement marker (TxDOT DMS 8240). Including labor, 8 equipment, and preparation of existing 1,380 EA Al, 00 surface, and installation. Complete and in place. Type 11 R-C raised pavement marker (TxDOT DMS 8240). Including labor, 9 equipment, and preparation of existing 275 EA too. surface, and installation. Complete and in place. Type I W-C raised pavement marker 10 (TxDOT DMS 8240). Including labor, equipment, and preparation of existing 940 EA surface, and installation. Complete and in place. Thermoplastic pavement marking Right or Left turn arrow (TxDOT 11 DMS 8220). Including labor, 48 EA equipment, and preparation of existing surface. Complete and in place. 4" lane line elimination. Including 12 labor, equipment, and all tools 51,000 LF 3, 7 00- necessary to remove and relay markings. 8" lane line elimination. Includin.g 13 labor, equipment, and all tools 1,150 LF :Z' C' z necessary to remove and relay Markings. 24" Thermoplastic lane tine LF 14 elimination. Including labor, 718 equipment, and all tools necessary to remove thermoelastic markings. .15 Offeror's Initials U 6 3612017 3 20 PM p. 32 City of Lubbock Bid RFP 17-13315-TF ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE EXTENDED AMOUNT Thermoplastic turn arrow elimination. IS Including labor, equipment, and all 48 EA tools necessary to remove thermoplastic markin s. Raised Pavement Marking 16 elimination. Including labor, 2,600 EA equipment, and all tools necessary to remove Raised Pavement Markings. Milling of Asphalt surface to various depths at all locations where Micro - Surfaced streets will join at either a concrete valley gutter, or concrete intersection, at varying widths. , ®'b 17 Including labor, equipment, and all 2,500 SY ' incidentals needed to ensure a smooth transition between existing concrete surface, and the Micro -Surfaced street. The resulting millings to be retained by the City of Lubbock. 18 Mobilization I EA ® ®. �® ! J, 00� TOTAL PROJECT (ITEMS 1-18) S 6 2� , 0 Offeror's Initials Y712017120 PM p_ 33 $i City of Lubbock Bid RFP 17-13315-TF i r Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 90 Consecutive Calendar as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $1,204.28 for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty 6tD calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. OPferoCs Initials 3/7/2017 3 20 PM p. 34 e City of Lubbock Bid RFP 17 13315.TF Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for KILA Dollars ($ ) or a Proposal Bond in the sum of _Five Percent (5%) of Bid Amount Dollars (S 59ABid ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after- the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. 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 S:Ji3MITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Gary R. Price, Assistant Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date 3 .7 xet'Y Addenda No. 2 Dates Z0 Addenda No. Date Addenda No. Date Date: March 23, 2017 Au h rized azure Josh Bowen, Project Manager (Printed or Typed Name) Intermountain Slurry Seal. Inc. Company 520 North 400 Infest Address North Salt Lake Davis City, County Utah _ -,- 84054 �- State Zip Code Telephone: 801 - 532-8200 Fax: 801 - 526-6198 Email: josh, wen acinc,com FEDERAL TAX ID or SOCIAL SECURITY No 87-0307259 NIINVBE Firm; Woman Black Amencan Native Amencan His anic Amencan I I Asian Pacific Amencan IOther(S ecirv) f 3/7/2017 120 PM r P. 35 a fit 0 jointly and severally, as prov!i ed herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for Micro -Surfacing, RFP 17-13315-TF ("Project"). Signed this 14th day of March, 2017 Interpiountain Wry Sea[, Inc. By:! J Travelers Casualty and Surety Company of Americo By: Ashley Stinson Aftorney-in-Fact A notary public or other officer completing this certificate verifies only the identity of the ACKNOWLEDGMENT individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of [Uz } On March 14, 2017 before me, M.I. Barron, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the Basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature NVI k M.I. barron, Notary Public (Seal) M, 1. BARRON commission # 2101590 Notary Pudic - California Santa Cruz County M Comm. Ex Ires Mar 1>t, 2019 TRAVELERSJ Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company Attorney -In -Fact No. 228138 POWER OF ATTORNEY St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of Anxrica United States Fidelity and Guaranty Company KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Traveler Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company Is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company Is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. Is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies', and that the Companies do hereby mace, constitute and appoint John D. Gfpf/iin� Jughba Dewy ftbWew Sahrsallmnpost, QrdMdne Gushvw4 Ashler S>4lr wit ind LOWn Tse of the City of Watsonville, State of California, their true and lawful Attorneys) -in -Fact, each In their separate capacity If more than one is named above, to sign, execute, seal and acknowledge any and all bonds, mcognlzances, conditional undertakings and other writings obligatory In the nature hereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeiN the performwtce of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power of Attorney is limited to bonds, recognizances, conditional undertakings and other writings obdgatoty In the nature thereof for Granite Construction Incorporated and all subsidiaries and afflilafes, alone or In joint venture. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 26th day of June, 2014. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St, Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company SL Paul Mercury Insurance Company Travelers Casualty aril Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company cpC)e0008819 State of Connecticut By: City of Hartford ss. Robert L Raney, Senior Vice President On this the 26th day of June, 2014, before me personally appeared Robert L Raney, who acknowledged himself bD be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fixity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. a My Commission expires the 30th day of June, 2016. a d C Ma a C. Tetreault, Notary Public Page 1 of 2 H ill - This Power of Attorney Is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice Presldent, arty Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -In -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seat with the Company's seat bonds, recognizances, contracts of Indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and It Is FURTHER RESOLVED, that the Chairman, the Presldent, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation Is In writing and a copy thereof is filed In the office of the Secretary; and It is FURTHER RESOLVED, that any bond, recognizance, contract of Indemnity, or writing obligatory In the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate x Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fart and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and It Is FURTHER RLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -In -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which It Is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing Is a true and coned copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. Ida TES77MONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this March 14, 2017 Kevin E. Hughes, Assistant Secretary r'o verify the audMwtfdty of ids Power ofAttnmey, call 1-800-421-3880 or contact us at www.fravelefsboo7d.com. Please refer to the Attomey-dn-Fad number, the above -named Ind/vlduals and the detalls of the bond tv which the power Is attached. Page 2 of 2 Contractors Statement of Qualifications ! �' Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be detennined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional infonnation. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 10 CRY of Lubbock Bid RFP 17-13315-TF Contractor's General Information Organization Doing Business As Intermountain Slurry Seal Inc. Business Address of Principle Office 520 North 400 West North Salt Lake UT 84054 Telephone Numbers Main Number (801)532-8200 Fax Number (801) 2 -619 Web Site Address hftp://wm.intermountainslu"seal.com Form of Business (Check One) Date of Incorporation X I A Corporation A Partnership An Individual Aril 23, 1982 State of Incorporation Moming Chief Executive Officer's Name President's Name Jason T. Klaumann Kathleen Schrecken ost Darren S. Beevor I Vice President's Name(s) Average Employe 76 I Average Estimate of Revenue for $80,000,000 the Current Year 11 3/7/2017 3 20 PM P. 37 City of Lubbock 1 Bid RFP 17-13315 TF Contractor's Organizational Experience Organization Doing Business As 520 North 00 West `, Business Address of Regional Office North Salt Lake UT 84054 Name of Regional Office Manager Kelsie Goodwin Telephone Numbers Main Number 801 532-8200 Fax Number 801 526-6198 Web Site Address mom htt sI/www.intermountainslur seal.com List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date See Appendix Al - Names Operated Under L1 e a List of companies, firms or organizations that own any part of the organization Name of companies, firms or organization Percent Ownership Granite Construction Inc. 100% w Years experience in projects similar to the proposed project: 34 years As a General Contractor 34 years As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? Yes If yes provide full details in a separate attachment. See attachment No. Appendix B1 - Litt atlon Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. 12 3!7/2017 320 PM CBy of Lubbock Bid RFP 17-13315-TF Contractor's Proposed Key Personnel 13 3/7/2017 310 PM p. 39 City of Lubbock Bid RFP 17-13315-TF[-I Proposed Project Managers Organization Doing Business As Name of Individual Years of Experience as Project Manager Years of Experience with this organizatu Number of similar projects as Project M; Number of similar projects in other posit Current Project Assignments Name of Assignment Citv of San Antonio Micro Surf Reference Contact Information (listing names indicates ap oval to contaeti Name Nick Traupel _ Name Title/ Position Project Manager Title/ Position Organization City of Sioux Falls, SD Organization E-mail andidate role on ro'ect i Name of Individual Project Manager Candidates on Project Nate Nierr Years of Experience as Project Manager 16 years Years of Experience with this organization 14 years Number of similar projects as Project Manager 150 plus Number of similar projects in other positions 210 plus Current Project Assignments Pro ect K Name of Assignment Percent of' this Pro'ect Lubbock District Scrub Seal 50% Name Lonnie Marchant Name Title/ Position Materials Engineer Title/ 1 Organization UDOT Or ni Telephone 801 975-4926 Tele h E-mail Imarchant0utah.cov E-mail on 14 3r712017120 PM names indtvi Jim Kerrigan Construction ited Project letion Date ,1 /2017 11 /2017 11 /2017 duals as a reference) Operations Engineer (� Project Manager Estimated Completion Date 04/15/2017 role I Project lion City of Lubbock Bid RFP 17-13315-TF C� Proposed Project Superintendent f_ C, L 1: L. 1.. C Organization Doing Business As Name of Individual Intermountain Slurry Seal, Inc. John Tompkins Years of Experience as Project Superintendent 12 years Years of Experience with this organization 5 years Number of similar projects as Superintendent 75 plus Number of similar projects in other positions 175 plus Current Project Assignments Project Superintendent Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Lubbock District Scrub Seal 100% 04/15/2017 City of San Antonio Micro Surfacin 100% 04/21/2017 Bexar County Micro Surfacing 100% 05/01/2 1 Reference Contact Information(listing names indicates ap roval to contacting the names individuals as a reference) Name Dwain Mitchell Name Kyle Kerns Title/ Position Sr. project Manager Title/ Position Civil Engineer Organization City of Lubbock, TX Or anization City of Wichita Telephone 806 544-6198 Tele hone (316)268-4044 E-mail dmitchell m lubbock.us E-mail kkems@wichita.gov Project 2015 Cityof Lubbock Microsurfacin Project City of Wichita Micro Surfacing 2016 Candidate role on Project Project Superintendent I Candidate role I on Proieet Project Superintendent Name of Individual Manuel Ma allanes Years of Experience as Project Superintendent 20 years Years of Experience with this organization 20 years Number of similar projects as Superintendent 30 plus Number of similar projects in other positions 75 plus Current Project Assignments Project Superintendent Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Citv of Kerrville 100% 05/01/2017 Name William Bass Name I J.T. VanSwearingen Title/ Position Resident Engineer Title/ Position Construction Manager Organization CL of Las Cruces Organization RockSol Consulting Group Telephone 806)789-7973 Telephone (303)880-8119 Candidate role on project Superintendint Candidate role I Project Superintendent Project on Project 4._ " 7 ' 3/7/2017 3:20 PM IS p. 41 City of Lubbock Bid RFP 17-13315-TF Proposed Project Safety Officer Organization Doing Business As Name of Individual Intermountain Slurry Seal, Inc. Janet Cassel Years of Experience as Project Safety Officer 25 years Years of Experience with this organization 5 years _ Number of similar projects as Safety Officer _ 100 Aus Number of similar projects in other positions 100 plus Current Project Assignments Reciional Safetv & Environmental Mana er Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 2017 jobs as awarded to Intermountain Slurry Seal 100% 12/31/2017 Reference Contact Information (listing names indicates ap oval to contacting the names individuals as a reference) Name Dave Hulverson Name Bob Johnson Title/ Position Assistant Director - Safet Title/ Position Director of Sgety Organization Granite Construction Inc. Organization Granite Construction, Inc. Telephone 801 526-6154 Telephone 661 399-3361 E-mail dave.huiverson@qcinc.com E-mail bob.'ohnson cinc.com Project I Various Projects Project Various Projects idaterote on Safety Manager ct i Name of Individual Years of Experience as Project Safety Officer Candidate role Safety Manager on Project Seth Miller 3 years Years of Experience with this organization _ less than 1 years Number of similar projects as Safety Officer Number of similar projects in other positions 10 Current Project Assignments Safety Coordinator Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Texas Operations Projects 100% 12/3112017 Name Mike Gas er Name Kell Gallowa Title/ Position _ Title/ Position Organization Organization Telephone 701 527-9153 Telephone 970 210-2896 E-mail E-mail Project Candidate role on Project Project Candidate role on Project 16 Y712017 3,20 PM p. 42 City of Lubbock Etd RFP 17-13315-TF Proposed Project Quality Control Manager Organization Doing Business As Intermountain Slurry Seal, Inc. Name of Individual George Peterson Years of Experience as Quality Control Manager 16 years Years of Experience with this organization 11 years Number of similar projects as Quality Manager 600 plus Number of similar projects in other positions 600 plus Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date 2017 jobs as awarded to Intermountain Slurry Seal 15% 12/31/2017 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Joe Platt Name Roy Ulibani Title/ Position Plant Manager Title/ Position Lead Binder Technician Or nization Western Emulsions Or anization UDOT Telephone 951 318-7533 Tel hone 801 633-0667 E-mail E-mail rulibani utah. ov Project co-worker at Koch Project Candidate role on Quality Control Candidate role Project on Project Name of Individual Kenna Sweat Years of Experience as Quality Control Manager 10 years Years of Experience with this organization 14 years Number of similar projects as Quality Manager 30 Number of similar projects in other positions 60 Current Project Assignments Quality Control Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date 2017 jobs as awarded to Intermountain Slurry Seal 100% 12/31/2017 �r Name Ky Lovell Name Joe Kosine Title/ Position Aggregate Sales Title/ Position FHWA Inspector Organization Staker Parson Companies Organization FHWA - CFL Telephone 801 819-9085 Telephone 303 358-1915 E-mail k .lovell stake arson.com E-mail iose h.kosine dot. ov Project muitigil proiect PTO ect Texas N 'onal Parks Candidate role on Quality Control Candidate role Quality Control Project on Project 17 Y7/2017 120 PM p. 43 City of Lubbock 1 Bid RFP 17-13315-TF Contractor's Project Experience and Resources Organization Doing Business As I Intermountain Slurry Seal, Inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment AB Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this ro ect. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the ro used key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: See Attachment A 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Partici ation Goal KNAHNENUAIM Provide a list of major quipment, proposed for use on this ra'ect.. Attach Additional Information if necessary Equipment Item Primary Use on Project Own quill Lease qPP AnnPnriiY M - IntPrmniintnin Ahirry RAM OwnPri FntsinmPnt What work will the organization complete using its own resources? Microsurfacing, Scrub Seal, Traffic Control, Quality Control, Milling of Asphalt What work does the organization 2roeose to subcontract on thisproject? All pavement marking items, sweeping 18 3!7/2017 3 20 PM City of Lubbock Bid RFP 17-13315-TF Contractor's Subcontractors and Vendors Organization Doing Business As Intermountain Slurry Seal, Inc. Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent HUBIMWBEof Contract Firm I � J Provide information on the proposed key personnel, project experience and a description of past relationship and work ex erience for each subcontractor listed above using the Project Information Forms. Provide a list of major a ui meet ro osed for use on this project. Attach Additional Information if ary Furnish Furnish HUB/M Vendor Name Equipment / Material Provided and WBE Only Install Firm None 19 3/7/2017 3:20 PM P- 45 City of Lubbock See Attachment B Current Projects and Project Completed within the last 10 Years 11%§Lc&J%1ATF Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner IProject Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner I Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager 20 W12017 3:20 PM p, 46 City of Lubbock Bid RFP 17.13315-TF Prnieet information 564 A rrA c ti mtor B Project Owner I I Project Name General Description of Project Budget History Schedule Performance Amount % of Bid Amount Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Manager Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Sure! Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved Resolved Issues Pending_Resolved Issues 16 3A12017 3:20 PM p, 47 A notary public or other officer completing this aa certificate verirtes only the identity or the individual ACKNOWLEDGMENT who signed the document to which this certircnte is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Santa Cruz On March 17, 2017 before me, Tobi Stonich, rotary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS Signature _ T P. 3 official seat. �. TOM vT _„ #H ;a C3rtmissio, 20187928 :"r•� =' I notary Pt, t cl- California w Santa cfuz runty ' My Comm EX ru,; Oct 28, 2018 (Seal)m. Notary PuHic r TRAVELERSJ Farrn;ngton Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In- Fact No, 228M POWER OF ATTORNEY St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company KNOW ALL MEN BY TH E% PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Patul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the taws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly orgarthed under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company Is a corporation duty organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company Is a corporation duly organized under the laws of the State of Iowa, and that Rdelity and Guaranty Insurance Underwriters, Inc. is a corporation duty organized under the laws of the State.of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint John D. G01and, XgMa Desa4 K&UtAmw Sahreaken#o# Citherfne Gustaysvn, AwhAvy Stinson, and L iffan Ise of the City of Watsonville, State of Callfvmia, their true and lawful Attorneys) -In -Fart, each In their separate capacity If more than one is named above, to sign, execute, seal and admowkx* any and all bonds, recognizances, conditional undertakings and other writings obligatory In the nature thereof on behalf of the Corrnpardes In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and execWng or guaranteeing bonds and unde ►gs required or permitted In any actions or proceedings allowed by law. This Power of Attorney is Hmfted to bonds, recognizances, conditional undertakings and other writings obifpatcuy in the nature thereof for Granite Construction incorporated and all subsidiaries and afililates, aline or in joint venture. IN WITNESS WHEREOF, the Companies have caused this IrWiurment to be signed and their corporate seats to be hereto affixed, this 26th day of June, 2014. Farming" Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc St. Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company St. Pad Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Y' OF S',5►: AL la' 1{!EIILn State of Connecticut i City of Hartford ss. Robert L Raney, Senior Vice President On tide the 26th day of June, 2014, before me personally appeared Robert L Raney, who acknowledged himself to be the Senior vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Undermitets, Inc., St. Pain Fire and Marline Insurance Company, St. Patel Guardian Insurance Company, St. Pad Mercury Inwranee Compar% Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by 1himself as a duly authorized officer. In Witness Whereof, I hereun0o set my hand and official seal. My Commission expires the 30th day of June, 2016. a rr a.iva. C '�.r�Gwa,�l.jt Mane C, Tetreault, Notary Public l; P. 4 Page 1 of 2 i I J -this Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now In full force and effect reading as follows; RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Aftimeys-In-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seat with the Company's seal bonds, reoDgnizances, contracts of Indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it Is j FURTHER RESOLVED, that the Chairman, the President any Vice Chairman, any Executive Vice President; any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation Is In writing and a copy thereof is filed in the office of the Secretary, and it Is FURTHER RESOLVED, that any bond, recognizance, contract of Indemnity, or writing obligatory In the nature of a bond, recogritzance, or conditional uncle king shall be valid and binding upon the Company when (a) signed by the President any Vice Chairman, any Execubve Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duty attested and seated with the Comparrys seat by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -In -Fact and Agents pursuant to the power prescribed In his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and It Is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President; any Assistant Vice Preslden4 any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purpmes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of AttD mey or certificate bearing such facsimile signature or fi3csimlle seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which It Is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insmnce Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Caswity and Surety Company, Travelers Casualty and Surety Company of Amerka, and Unitecl States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which Is In full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the its of said Companies this March 17, 2017 ra verify the auffientidly of this Power offtfomey, cafl.1-Get 421-3WV or contact us at www.travelershond.com. Please refer tothe Attorney�.Th-Fact number, the abov,—,named Indheiduals and ithe detalls of thebond to whiich the power Is attached J Page 2 of 2 LHU EBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Attn: Surety Departmera 115 Motuualn View Road i Wart en, NJ U/054 Know Alt by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corW-,adDn, VIGILANT INSURANCE COMPANY, a New Ytatk exporadori. and PACIFIC INDEMNITY C01 WNY, a 14`MGnsin carpoTation, do each hereby corrAltne and appoint Jigisha DoW, John D. G1Nlfand, Kathleen Schreckefigost, Ashley Stinson and Lillian Tee of Watsonvi(la, Celibrnia -- each as their true and laufu) Anorney L*;• Fact to execute under each designatlun in theft names and to affix their corporate seats to and dellyc: for and on their behalf as strtUy thereon or otherwise, bonds and undertakhigs and other wrttttgs obltgauxy In the nature thereof (other than bait bonds) gh" or exectuod In the course or busttsm on beisaif GRANITEOL)N RUC IONINCORPORATF21andallSutbsidladesalDneorinjointventureasprtmclpnl.Inconnectionwithbids,proposadsornontraastoorwiththeUnkedStawof America, any State or political suhdhision thereorar any person, Nm or corporation. And the executlan of s-t4 bond or obligation by such Ai=ey In• Fact In the Comtsanya nzme and on its behalf au surety therean or otherwtst• under U cnrporwr seat, in purr,=m of the authority hereby cunrerred rhall upon debvery themoL be valid and binding upon that Company. (n Witness Whereof, uid FEDERAL INSURANCECOfdPANY. VIGit AriT WSURANCE C presents and arrbmd th&catporafe seals at.. this 27" day of August, 20iG STATE OF NEW JERSEY CoamyorSomercet ss. On this 29" tray of At VIR, 20IG before me, a Notary Public of Newjersey, pejurs ly came Dawn M. Mlomc, to cot known to be As:Istatu 5ecreary of FEDERAL LVSURANCE COMPANY, VIC)LkNT INSL'RANCB COMPANY. and PACIFIC iNMEMNiTY COMPANY, the companits which executed the fatgotrg Power or Auotney, and the tad Dawn M. Ch:oros, belna by me duy twom did de'post and ay that she is Asejunt Secretary of FEDERAL lN6URAf;C6 CDMPkN-Y, VIQLANT iASURAftif2. COMPAAY, and PAMPIC 1N13LMN17Y COMPANY and knows the corporate seals thereor, that the soak affixed to the foregoing Power of Attomey ere much corporate seals and were thereto afpxed by atnhorq or the Bylaws artald Companies; and that shedgned cold Rower or Attorney as Assistant Seen awry cirsald Conynnies by like authority. and that she It acquainted with David B. No ttjr. and Imous horn to be Vice Prerldern of sold Companies, and that the sWature or Wv1d B. Norris,X to tatd Power of Attorney is to the gerrudne hmdwrtdnb of Datid 9. , Jr, and vat thereto nibsvibed by sunhonty cruid Byd iws and in deponors pretmeG ANU121 seat KATHERIN{: J. ADd?LAAfi STAR y NOTARY PUBLIC OF NEW JERSEY f/L ! NO. Z316M5 Not Public But COMMISSlon Explwe Duty 16, 2010 ary JE CER'TIFICATiON Extract front the SyLaws FWULU IWUtLlWE GUMPANY. VICIlRti7INSURANCECOMPANY, and PACIFIC MDU%Tt•Y ODJIPAW, 'E:xoept a5 othen►ise prMided In these ByIsws or try law or as od c'%isc dhtcled by the Board of Direcm the President or any Vice Prtsldent shag be awhorited to mertze and deihw, in the name and on bclntf or the Corporation, all agreernents, bonds, conrraus, deeds rnonsagti, and other hsatrurre Its, ether for the Corpatnttost'c own account or in a fiduciary ow other capacity, and the seas of the Corprinak n, ff apprWate, tsltiafi be ainxed tharlo by any of such officers or the seaetay or an Assistant Secretary. The Board aDirtoom the President or arty Vice President dalgtsated by the Ruud of Direcuus may auihorlu arty other officer, employee or agent to emec"tt and delver, in the name and on behalf or the Corporation, Weerneri , bands. oottuacis, deek mxtgagec, and other (nsttvtnenu. draw for the Corporadon's own account or In a Adudary or other capacity, and. tf apyropriaie, toatthc the cal of the C orpotratian thereto. 7be gram of wad airbo my by the Board oT any such officer miry bt general of con bedtospecific ir =ces' I. Dawn M C hbroti Aesaiant SCuelary of FEDMkL INSURANCE COMPANY, VIGILANT INSURANCE CONPAVY, and PACIFIC INOVWN 1Y OOAtPANY (the'Campanks') do hereby certiff that (t) llteroreguingtxtratsoftheB}-tawsofthe Companletlttrueand comctu (h) the siVmtuue of any authortzed officer exeavtktg this Power orAttomn' or any cerdGate ttdutng thereto on behalf of the Companies, and the seat otth Contpanitzc, troy be amxed to such Power crAtiomey or certl5we by rantrn k and such Power of Attorney or aentfleate shall be talld and Idndiing upon the Companies, and any ntch Power of Attomey sea txecwed and certified by atilt (acs(rntle s(Rnature and rao wine seal shall be valid and binding upon cht Companies with respect to an) boador mudettakingto which it Ltauached WD the C ompartlei are duty Horned and zvthorzZ to tramatt surety business i:i all 50 of the United Slates of Ame:lta and th_ DWna of Columuta and arc auxFw zed by the U.5.7rrwsay Depanmtrt funher, Federal and Vigilant are licensed In dw U.S. Vlrgln lslarA and Federal Is fits med In Guam, Puuvo 7tco. and each of the Provinces of CuwAb except Princel,dward island. and (Iv) the foregain6PowtrOrAttormwIsItue,correct and lnhdtfomanddibet Guest under my hand and oak afraid campantes at warren, NJ this March 17, 2017 LnLbVD0j1QA-j&- Dawn.k! Worm. A",.=i5zanasy tNTt(rUkkITYOUt'n5it7Ota7rtfYl56FR(TAIIA�'EftFY71EAtITh£ht7l7TYUF:1(lSl1UiC4Rf"UIIFYUSOfAHY0Ti1FlsAtAiiGil'�t1SECO1iACT(19.TTndAn.�d£SSUSTM ? hlKttlU.A 1': Tc1cDFWtlCf9081t1tt7•3 4 97 Fa>:PJii K09 31,5 tmaff-wrCW6uhSmm J Fern t6 1a-0t�t& U COCP CQt.BENT (re, 0b16) PONVER OF ATTORNEY APPOINJ ING INDIVIDUAL ATTORNEY -IN -FACT Knots All Men By These Presents, That The Continental Insurance: Company, a Pennsylvania insurance company, is a duly organized and existing insurance tympany ha%ing its principal office in the City of Chicago, and State of Illinois. and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint John D Gilliland, Agisha Dessi Kathleen Schreckengost, Catherine Gustayson, Ashley- Stinson, Lillian Tse, Individually of Watsonville, CA, its true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf s j bonds, undertakings and other obligatory instruments of similar nature n l-J - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all i the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. rj� This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed an the reverse hereof, duly j adopted, as indicated, by the Board of Directors of the insurance company. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 2nd day of March, 2017. ,.;rjj�g`• a The Continental Insurance Company '"«"`• Paul . Bru at Vice President State of South Dakota, County ofMinnehaha, ss: On this 2nd by of March, 2017, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instrument, that he knows the seat of said insurance company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he sighed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company. L =MOHR My ConimiAon Expires June 23, 2021 J. Mohr IV Notary Public CERTIFICATE ill 1, D. Buh, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of Attorney herein above set forth is still in force, and futyhet certify that the By -Law and Resolution of the Board of Directors of the insurance company l printed on the reverse hereof is still in force. In testimony whetwf I have hereunto subscribed my name and affixed the seal of the said insurance J company this, March 17, 2017 r t j'• .•y The Continental Insurance Company 1 z '•~'««•••*' D. Bult Assistant Secretary Form F68504/2012 I` P. 7 Page] of 2 �� w� M, Authorizing Resolutions ADOPTED BY 1HE BOARD OF DIRECTORS OF THE CONTI1 RNTAL IMURANCE COM1PAttiY. This Power of Attorney is made and executed pursuant to and by authority of the following Hy -Law duly adopted by the Board of Directors of The Company at a meeting held on May 10, 1995, "RESOLVED: Thal any Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution becoming effective," This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execution power of attorneys on behalf of The Continental Insurance Company, ibis Power of Attorney is signed and sealed by facsimi€e under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251h day of April, 2012: "ftereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signamm of the Authorized Officers in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." P. 8 Page 2 of 2 j GENERAL INFORMATION, DESCRIPTION OF FIRM, AND CONTRACT ADMINISTRATIVE BEST PRACTICES Intermountain Slurry Seal, Inc. (Intermountain) will provide the City of Lubbock (The City) with one of the largest pavement preservation operations in the United States. The Intermountain team is positioned to successfully perform any pavement maintenance that may be required and is fully supported with the financial, bonding and insurance capabilities to meet the requirements of this contract. Intermountain has over 30 years of experience performing a wide array of services and solutions that meet all major, collectors, residential streets. Our mission is to support safe, environmentally responsible and our crews are Fill trained and equipped for success. In order to complete this contract within 90 consecutive calendar days, perform the quality of work that will ensure no quality problems within 2 years, requires skilled, trained and experience personnel along with specialized equipment, both of which Intermountain provides, We are positioned to provide situational resources and project specific technical support to meet any maintenance related scope of work and to effectively manage any unexpected changes or events that may potentially impact cost and schedule, We utilized a risk management strategy to ensure continued project operations. Providing a comprehensive quality control operation, including materials analysis/testing and onsite construction inspections is critical to ensure top -end project performance. Our trained team insures quality delivery of material and processes. Our mobile work force handles projects across all regions of the western United States including Arizona, California, Oregon, Washington, Nevada, Idaho, Montana, North and South Dakota, Wyoming, Colorado, New Mexico, Utah and Texas. Our tactical setup, execution, and closeout procedures are finely tuned and our crews are trained to efficiently adjust schedules and work sites as conditions require. Our equipment fleet contains more than 300 pieces specific to pavement maintenance work types. It is expertly maintained for quality and safety, and there are mechanic and spare equipment embedded with crew to ensure timely project delivery. We are EEO compliant and have implemented DOT compliant and DOT Record hiring practices. We maintain a drug free workplace that is strictly enforced. rl CONFORMANCE TO CONTRACT DOCUMENTS It is our philosophy that honest and open communication and working together as partners r- with our customers builds a relationship of trust and maximize project success. It is our commitment the project will be constructed as designed by building the project according to the contract documents. Intermountain is fully committed to project integration and the responsibility to avoid any potential issues and determine them up front so they can be avoided. Our commitment is to mitigate any potential risk through timely communication with the City of Lubbock. We take a proactive approach and quickly respond to requests for information, conflicts or problems. All plans will be reviewed before beginning work. We will maintain logs and documentation of quality checks production quantities and safety checks. Any red flags we discover before or during construction will be immediately brought to the attention of the project management team of the City of Lubbock. During the process of estimating the 2014 micro surfacing project, Intermountain has been extremely diligent in investigation this project and communicating any concerns or questions to clarify the contract documents or plan quantities. If awarded this project, we will continue to communicate any questions or concerns in an effort to eliminate any issues or problems before they arise. If for any reason changes in the scope of work, contract documents or specifications occur, we will address and work with the City of Lubbock to negotiate a fair and reasonable solution including time, price and value of the change. We will ensure that the change includes the same quality product and safety standards we utilize in all of our workforce. EXPERIENCE OF FIRM Intermountain is highly qualified to manage this project from a technical aspect due to our vast experience with pavement preservation. This contract will be staffed with experienced supervisory and craft personnel, as well as necessary equipment for quality and on time completion. We have been performing seal coat and micro surfacing work since 1982. Our management and supervisor teams have hundreds of years of experience combined with the exact type of work that is required in this contract. We have completed literally thousands of projects with the same scope of work that the City of Lubbock is requiring for this contract. Our support resources include Garco Testing Laboratories; an ARML and CCRL-accredited laboratory that are experienced in seal coat and micro surfacing mix designs, as well as other testing that will be required for this project. Our equipment department is staffed with knowledgeable personnel and field mechanics that will be on the project 100% of the duration, maintaining our equipment and assuring that the safety of our equipment is a priority for the City of Lubbock, Intermountain and the travelling public. Our key personnel have the experience and expertise to provide a high quality project while conducting our business with the public and residents of Lubbock with the highest degree of professionalism. P. 10 SAFETY Intermountain's safety culture extends into every facet of our business. Safety is viewed throughout the organization as an integral part of everything we do. We enjoy our work and share in the pride of a job well done. We believe that the prevention of accidents is more than just good business; we believe it is our moral obligation. We care about each other and want to create a safe work environment to ensure health and safety for our employees and the citizens of Lubbock. We strive to maintain a safe, healthful and productive work environment for all employees - whether in the field or office, We all assume responsibility not only for our personal safety, but also for the safety of those around us. The Company believes safety is not an arbitrary set of rules and regulations, but is each of us actively participating and holding one another accountable for safe work conduct every day. A lack of safety know-how, or an indifference to safety practices, can result in an injury to our employees or others because accidents don't just happen - they are caused, The Company has a vision of a work environment where there are zero accidents. With cooperation and attention, the job will be a safe one. To work safely we need to be rested, alert, and constantly aware of what is going on around us, being particularly watchful for recognizable hazards. If we do not know the correct and safe procedures, we need to understand the process. If our employees have any doubts about a procedure, our procedure is to STOP and ask the supervisor. It is very important that the supervisor be immediately notified of any unsafe conditions that exist - or those that may exist. There is no job or service so urgent that we cannot take the time or reasonable expense to follow all provisions of our Accident Prevention Program and conduct our work safely. The protection of our employees, property, the public and the environment are essential to the efficient and successful completion of every task we undertake. By following our Code of Safe Work Practices: Job Safety and You, any other special instructions, and by using our own good judgment, we will be doing our part in accident prevention. SEE ATTACHED U Experience Modification Rate, Safety Questionnaire, question 4, page 2. Intermountain Project Safety Forms Job Hazard Analysis Mobilization Check List Job Hazard Analysis Daily Tailgate Meeting Daily Traffic Control Log Daily Work Area Inspection Take 5 Meeting P. 11 September 28, 2016 Intermountain Slurry Seat Inc. 585 West Beach Street Watsonville, CA 95076 RE: NCCI Workers' Compensation To Whom It May Concern: The following are the current and past flour years' NCCI Workers' Compensation Experience Modifications. The modifications are currently effective October 1st for the period of one year. 2016 62 2015 61 2014 .62 2013 .65 2012 .69 Do not hesitate to contact us with any additional questions, Regards, Ct Kimberly Leikarn Account Executive Alliant Insurance Services, Inc. I Construction Services Group 0) 415AO3-1491 kleikam@alliant,comi www alliant.com CA License# OC36861 P. 12 A I I tan, Insuratict. Services. If ic ® I UP Pine Sim-e, -I I" FI(vor -Sun Fruncism, CA 9' 111 l 0 1 rip),4; (4) S) 40'i< 140(i - mv%allianumn - Urensr f4a OC 30861 V5`11_1��__' n_ Job Marne: Operation: MOBILIZATION CHECKLIST ),1 Job # Date: �� 1. Have maps or the address to the next destination been provided to drivers? ❑ ❑ 2 Does everyone clearly understand the route? © ❑ 3_ Does everyone understand the expectation during mobilization? ❑ What are these expectation? (ex. Stay together when practical, communication, etc.) 4. Have all potential DOT violations been addressed by the mechanic and/or qualified person? ❑ ❑ 5, Have all pre -trip Inspections been completed? ❑ ❑ 6 Have all the trailers been inspected for proper connection and are the loads secured properly? ❑ ❑ 7. Are all the hours of service (HOS) logs in compliance? 8. Are all the drivers fit for du ? ex. fatiue, enough time off, state of mind, etc. ❑ ❑ ❑ 9. Do we have all Rermits needed to move equipment? ex. oversize load, hazmat, etc. ❑ ❑ 10 Do we have log books filled out and are they filled out correctly? (ex. annotate pre -trip, trailer number, annotate brake time, etc.) Note: 30 minute rest break must be taken and logged as off -duty on mob days within first 8 hours of shift. ❑ ❑ 11. Does everyone all necessary paperwork and documentation in the truck? (IE medical card. permit. insurance, has mat endorsement, etc.) ❑ ❑ 12. Slurry Crews: Sulfate tanks on slurry units flushed? Tanks must be empty when mobin t ❑ ❑ 13 Are all pick-ups, trucks and trailers loads including trash secured7 ex. propane, torches, cans, etc ® ❑ . _ "1 iES NO 1. Are there established haul routes for this stock yard? If so, have the haul routes been discussed with our drivers? ❑ ❑ 2. Has the stock yard been set up to eliminate backing? (Remember to eliminate backing when loading aggregate, emulsion, water, etc.) ❑ ❑ ❑ ❑ 3. Is the oil tanker, water tanker, auger and screening plant positioned to reduce backing and Improve efficient ? ® 111 4. Is there good access to the van trailer? Are the hand rails being utilized on the van trailer? ❑ 113 5. Is there good communication between loader operator and employees working on the ground? Note: backup alarms must be working and audible above surrounding noise ❑ ❑❑ ❑ 6. Are there light plants available for night work? If so, are the light plants positioned in the best spot? 7. Has the loader operator been notified of all material/equipment that will be moved into the ❑ ❑ stockyard? 8. Is there a dumpster and portable toilets in our stock yard? ❑ ❑ 9. Are there obstructions present that need to be marked or protected? Method ofprotection: ❑ ❑ 10. Have we discussed our backing best practices7 if not, discuss first move forward, importance of utilizing a spotter and GOAL - get out and look before backing. ❑ ❑ 11. Are there overhead power lines? ❑ ❑ 12, Is this a shared stock yard location? If so, have we communicated with the others sharing the stock yard? ❑ ❑ 13. Are we using the appropriate environmental measures? (IE containment under tankers, track out, dust con trot, etc.) ❑ ❑ 14. Does everyone understand that we need to park equipment in a staging area away from the work operation? (IE pickups, trailers, brooms, etc.) ❑ ❑ 15.Will the stock yard be larger than an acre? (21011 x 210(t) If yes, has a SWPPP been filled out? ❑ 16. Is a screener being used? ❑ ❑ If yesj'2 tbqe a permit for the screener's emissions? ❑ 13 No Text Daily Tailgate Meeting el-Eet-filitl-112 L ob Name•':' lbti#. " Date: perefion: `' This form is to be used at the beginning of each shift The intent of this conversation with your employees is to empower their participation in identifying Safety, Quality, Production, Environmental, and code of conduct expectations for the day. Prodtl6tion'G6ais from Yesterday Production Goals *Tcasyt" 1. 1. 2. 2. 3. 3. Code of Conduct: Boldly contending for that which is wrong and firmly rejecting that which is wrongs Did we have any near misses from the pervious day (Briefly discuss)? [] YES ij] NO _... _ Task to be Ace orn lashed coda 1. 5. 2. 6. 3. 7. 4. 8. ges Safi W EfiWronmet tal,HazardstCtiallen Aatsoctated with the Task AboYe sty azardsl Challenges Associated with the Tasks Qua! Hi -i"' Y 1. 9. 2. 2. 3. 3. 4. 4, List of Subcontractors on the Job Today Subcontractor Tyee of Mork Big Risk 1. 1. 1. 2. 2. 2. 3. 3. 3. 4. 14. 4. Required Personal, Protected Equipment, Additional i PE needed For Today! Task The Minimum PPE Requirement is Mandatory for the Job Everyday Hacd Hat, Vest, Gloves, Safety Glassees and Boots List Additional PPE: Dail ;i=ocus Item{s} Rarer to Agpendbr -fffio�riilbiin Rs_ Note: Daily focus Items should be filled out through out the day and reviewed at the next Take 5 Focus Items Unsafe Condition/ Needed Attention 1. 1. 2. 2. 3. 3. Noted Below are the Actions That Were Taken to Address/ Correct Those Conditions: 1. 2. 3. Errs to Reco n on `Please recognize one employee for demonstrating courageous leadership out in the field` Employee Recognition Reason for Recognition What, if anything, can we do to be safer and/ or improve Quality, Production, Environmental, and Code of Conduct? Crews Initials: Superihsd& Signature: INTERMOUNTAIN SLURRY SEAL, INC DAILY TRAFFIC CONTROL LOG C Gu�t�C't� tom, � �`�' PHONE 801-532-8200 FAX 801-526.6198 F( (3 [tat +rs, en4 DATE: DAY: S M T W T F S PROJECT # TEMP HIGH LOWY _ LOCATION: SKY: Sunny Pt.Cidy Cidy Rain FROM MILE POST: TO: WIND: CALM LIGHT STRONG TCS ARRIVAL TIME: WIND DIRECTION: TCS DEPARTURE TIME: INSPECTION TIMES MORNING MIDDAY AFTERNOON EVENING ACCIDENTS: YES NO SEE APPENDIX C SAME DATE FOR DETAIL QUANTITY EA HOURS PER EA TOTAL PER EA s PILOT VEHICLE FLAGGERS SIGNS DRUMS _....� CONES J ARROW BOARD MESSAGE BOARD ROAD CLOSURES NO PARKS PICTURES YES _ NO _ 7AB COUNT `4 STREET;NAMES TIME LOSED'' _ , , #„OF CONES.,: ��. �,�.._#SIGNS. # OF VALVES _ TIME OPENED1 s eE " _ C Pt_d . _ _ Form F-10 - Management Work Area "'• , a. Head r Ad}ustinq PPE f Striking Against F Absorpbcn Eyes & Farms ( Changing Position f`" Struck By f Swal!awing Ears (� earrang-ng Job r Caught In On c Between ( Overen"r on f Resp,ralory Systems ( Stopping Job r" Falling (' Repetitive Moiion !� Arms d Hands f Attaching Grounds f Temperature Extremes P Awkward Position � Trunk 16edyr f Performing Lock -Outs ( Electricat Current ( Static Posture f Legs b Feet ( Inhalation r-11, Track Out IR Oust Control r Su ma Water Ccr VaOs. S Concrete wash Out Area ,SO4 sets Available Ntx.+sekeeping � Perm is for =Atft Equip, iM Asa manager or supervisor you are accountable for the sarety performance of every person in your area of responsiblilry when you eystemattcae'r observe aeoplg. a + ournnina tb*1r Sala work pmojeps and addressing their unsafe Wharbrs, you help prevent Injuries. As you ant" In a war% area pay close attention to how the work is being performed Make a mental note of both the safe and u!nafe behaviors of employees and things that you see. Now be prepared to talk with employees about your observations Suggested conversation starters: SUPERVISORS: 1. When/What was your last accident? 2 What do you attribute your success/failure to? 3. When was your last 'Take 5' meeting? 4. What was the topic of your last "fake 5' meeting? 5. What do you see as the greatest hazard on this job? 6 What injury could occur if the unexpected happens? 7 How can this work be dime more safely? EMPLOYEES: 1. When was your last Take 5" meeting? 2. What was the topic of your last Take 5" meeting? 3. What do you see as the greatest hazard on this job? 4 What Injury could occur if the unexpected happens? 5 How can your job be done more safely? RED HARD HAT; 1 How did your onentation go? 2. What do you see as the greatest hazard on this job? 3 How can your job be done more safely? below are the actions I have taken to reirtforce the safe work behaviors and address or correct the unsafe work etion should always Include a conversation with affected employees.) mspectea By (prim name) Tate Granite Management System (GMSj Fotm M, S-F-023 page Iof 2 _y _ The orW d it"virm nf IM dricrrm►nt tc ""'ritmhfrff FHortwa nat- cl1 M • t ] P. 18 �| �N�������WJ^~���������T���� /\ �! -�~ \ \ Our commitment to quality in every facet of the work we do is demonstrated in the pride we take in every detail of performing this work. From our safety meetings prior to work beginning to our job preparation, clean up, and post trip equipment inspections at the end of each shift and everything else from start to finish. We will provide the City of Lubbock project diaries, daily records of work accomplished, materials used, area covered and any other item that is required to stay on budget and communicate on a daily basis the progress of the project. Our effort to notify the public prior to work commencing in their area will be a priority. Our attention to detail in the process of performing the resurfacing products will be thorough and meticulous. Our ability to continue providing pavement preservation techniques depends on how satisfied the customer is and if they feel that what they paid for provided value to the tax payer. The Intermountain Project Team provides an integrated approach to quality control and assurance that combines our individual members' expertise in their specialized aspects to pavement preservation. /\ strong quality control program results in successful projects. Each crew that performs work for Intermountain has been trained and educated in the best practices for the work they are performing. This plan details each step from start to finish for successful results. From equipment to materials to testing and design/ we have o commitment to do the job right the first time. Our materials are tested prior to leaving the suppliers facility and then tested again on thejob5ite prior to use. Our employees are highly trained to operate and place the resurfacing materials. Our equipment is vital to the success of this work. The equipment weoperate is well maintained and has professional appearance. Intermountain will provide to the City of Lubbock our Quality Control Plan (QCP). The purpose of the QCP is to direct Intermountain activities to assure that construction materials meet or exceed quality requirement ofthe contract. We will provide production, shipment and placement of surface treatments. Our quality control laboratory, GorcoTestinQ, has years of experience and accredited to do the specialty nnin designs for this contract; not many labs throughout the industry have the resources orexpertise to perform rn|crm surfacing or seat coat mix designs. - ! /( N � (/ r.."i QUALITY AWARDS 1,-ntermountain Slurry Seal won the International Slurry Surfacing Association President's Award in 2006, 2007, 2008, 2009, and 2011. P� 20 11�.sSaLi a P INTERNATIONAL SLURRY SURFACING ASSOCIATION �? #3 Ghuroh Cade PMB 2W o Annapolis. Mary:and 21401-1939 - USA . Phono (410) 257-0023 - Fax (410) 267.7546 - Webwe www.slurry org r wt •4a�Qc1A��� * I 1 MARCH 6, 2008 For more information, contact: FOR IMMEDIATE RELEASE Lisa Cerone 410-267-0023 cerone@siurry.org )SSA ANNOUNCES 2008 PRESIDENT'S AWARD The Intemational Slurry Surfacing Association (ISSA) is pleased to announce the presentation of its 2008 President's Award for Excellence to member firm Intermountain Slurry Seal inc., of Salt Lake City, Utah. The announcement was made during ISSA's 46th Annual Convention, held in San Jose del Cabo, Mexico: the award was presented by ISSA President Don Kaiden, 9allou Construction, Salina, Kansas. _., ISSA's annual President's Award is presented in recognition of contracting achievements which exemplify the highest quality of workmanship, and compliance with the best standards of practice. (� Lj Roadway projects submitted for consideration are judged on the merits of utility, appearance, schedule completion, customer satisfaction and safety. Intermountain qualified for the Award after completion of its work on Type Ill and Type 1V Slurry Project, Park City Municipality Public Works, Park City, Utah. Accepting the award for Intermountain was Rusty Price. For additional information on the award and its corresponding project, contact Intermountains' Rusty Price at rusty.pdce@gcinc.com or call 801-526-6144. The International Slurry Surfacing Association is an international non-profit trade association comprised of slurry surfacing, micro surfacing, chip seals and crack treatment contractors, equipment manufacturers, public officials, research personnel, consulting engineers and associated industry interests, working together to promote the increased and more efficient use of slurry surfacing in roadway pavements. (continued) P. 21 �� i X,. i _. _, P. 22 ISSA Release MARCH 6, 2008 Page Two Roadway Information: Holiday Ranch Loop Road, Park City, Utah, 40 miles east of Salt Lake City. Roadway History: Park City Municipal Corporation was looking for a product which would provide a smooth long lasting surface. The need was based on the public's wish for a multi -use surface for cars, bikes, skateboards, etc. while maintaining skid resistance and longevity. Although they thought type III slurry seal was their best choice, they soon received complaints from residents regarding the smoothness of the surface. The city began researching other options to make the road functional for all while maximizing pavement life. Intermountain Slurry Seal proposed doing a number of test sections using various products to find the best match for all involved. Intermountain Slurry Seal felt this would be a great opportunity to emphasize the industry`s ability to give municipalities options for their maintenance requirements. Scope or Work: Base Contract Pavement Test Sections 69,673 SY Type III Slurry 2400 SY Chip Seal 12, 597 SY Type IV Slurry 800 SY Micro Surfacing 8249 Square Yards Fog Seal 1600 SY Type Ill Micro Surfacing 800 SY Type II Slurry 800 SY Type I Slurry Obstacles: Initial community opposition and with heavy snow fall and steep grades in the area, some owners have asked for a product with a little more bite This gradation has been developed by Intermountain Slurry Seal and is intended for use where additional skid resistance is needed and / or in high traffic areas. Intermountain has gotten encouraging feedback from municipalities using this product. Schedule: Contract time 30 days, completed in 8 days, For photos or to receive this release by e-mail, contact cerone@slurry.org, Full details of the project follow the President's Award Link on www.slurry.org. Pi oeap+'S4NAr INTERNATIONAL SLURRY SURFACING ASSOCIATION Y_ It3 Chwch Cbc1e PAAB 250 * Annapolis Mary.end 21401 1$39 ' USA Phone (410) 267-0023 - Fax (410) 267-7546 - Websile www.sturry.org -t88001A��� • rill P. 23 March 20, 2009 FOR IMMEDIATE RELEASE For more information, contact; Lisa Cerone 410.267-0023 cerone@slurry.org ISSA ANNOUNCES 2009 PRESIDENT'S AWARD The International Slurry Surfacing Association (ISSA) is pleased to announce the presentation of its 2009 President's Award for Excellence to member firm intermountain Slurry Seal Inc., of Sall Lake City, Utah. The announcement was made during ISSA'S 47th Annual Convention, held in Indian Wells, California*, the award was presented by ISSA President Alan Berger, Valley Slurry Seal, Company, West Sacramento, California. ISSA's annual President's Award is presented in recognition of contracting achievements which exemplify the highest quality of workmanship, and compliance with the best standards of practice. Roadway projects submitted for consideration are judged on the merits of utility, appearance, schedule completion, customer satisfaction and safety. intermountain qualified for the Award after completion of its work on 1-80, Parley's Canyon Micro Surfacing Project, Parley's Canyon, Utah. Accepting the award for Intermountain was Rusty Price. For additional information on the award and its corresponding project, contact Intermountains' Rusty Price at rusty.price@gcinc.com or call 801-526-6144. The International Slurry Surfacing Association is an international non-profit trade association comprised of slurry surfacing, micro surfacing, chip seals and crack treatment contractors, equipment manufacturers, public officials, research personnel, consulting engineers and associated industry interests, working together to promote the increased and more efficient use of slurry surfacing in roadway pavements. (continued) 0 i] f) 01.1 ISSA Release March 11, 2009 Page Two Roadway Information: 1-80, Parley's Canyon Roadway History: Park City Municipal Corporation was looking for a product which would provide a smooth long lasting surface. The need was based on the public's wish for a multi -use surface for cars, bikes, skateboards, etc. while maintaining skid resistance and longevity. Although they thought type III slurry seal was their best choice, they soon received complaints from residents regarding the smoothness of the surface. The city began researching other options to make the road functional for all while maximizing pavement life, Intermountain Slurry Seal proposed doing a number of test sections using various products to find the best match for all involved. Intermountain Slurry Seal felt this would be a great opportunity to emphasize the industry's ability to give municipalities options for their maintenance requirements. Scope or Work: Rotomilling, 654,530 SY HMA, 5,736 Tons Micro Surfacing, 1,211,553 SY Pavement Markings, 832,330 LF Longitudinal Rumple Strip, 141,246 LF Obstacles: The first challenge was the location of the work, I-80 in Parley's Canyon consists of steep curves with very limited sight distance, which presented challenges both to traffic control and to construction. The second challenge was extremely limited light at night in the canyon, it was determined that the rotomilling could be performed at night, the micro surfacing would need to be performed during the day in order to take advantage of better lightning and warmer temperatures and to ensure a quality product. Schedule: Contract time 30 days, completed in 50 days. For photos or to receive this release by e-mail, contact cerone@sturry.org. Full details of the project follow the President's Award link on www.slurry.org. j P. 24 E Arm INTERNATIONAL SLURRY SURFACING ASSOCIATION y A #3 Church Circle, P1rt8 250 • Annapolis MSry;and 21401-1939 - USA Phono. (410) 267.0023 • Fax- (41 O► 267-7546 • WaWle www.slurry org It March 16, 2011 For more Information, contact: FOR IMMEDIATE RELEASE Lisa Cerone 410-267-0023 ` cerone@slurry.org ISSA ANNOUNCES 2011 PRESIDENT'S AWARD The International Slurry Surfacing Association (ISSA) is pleased to announce the presentation of Its 2011 President's Award for Excellence to member firm Intermountain Slurry Seal, of Salt Lake City, Utah. The announcement was made during ISSA'S 49th Annual Convention, held in -_f Tucson, Arizona; the award was presented by ISSA President Tim Harrawood, Vance Brothers, Inc., Conway, Arkansas. ISSA's annual President's Award is presented in recognition of contracting achievements which exemplify the highest quality of workmanship, and compliance with the best standards of practice. Roadway projects submitted for consideration are judged on the merits of utility, appearance, schedule completion, customer satisfaction and safety. Intermountain Slurry Seal qualified for the Award after completion of its work on the Grand Canyon North Rim Pavement Preservation Project. . Accepting the award for Intermountain Slurry Seal was Nathan Niemann. For additional information on the award and Its corresponding project, contact Nathan at nathan.nlemann@gcinc.com or call 801-526-6146. The International Slurry Surfacing Association is an international non-profit trade association comprised of slurry surfacing, micro surfacing, chip seals and crack treatment contractors, equipment manufacturers, public officials. research personnel, consulting engineers and associated industry interests, working together to promote the increased and more efficient use of slurry surfacing in roadway pavements. (continued) P. 25 ISSA Release March 16, 2011 Page Two Project Information Project AZ RIPS GRCA-PRES-1(09) Owner: Federal Highway Administration Central Federal Lands Main Items of Work: Original Bid Contractor Testing 20 Day Surface Treatment 1C (3/8 Chip) 430,000 SY Fog Seal (CSS-1 dilute) 280 Ton Emulsified Asphalt CRS-2P 760 Ton Micro Surfacing Type 3 70,000 SY Crack Sealing 40 Mile Flexible Patching Type 1 300 SY Flexible Patching Type 2 150 SY Pavement Markings 2,600 Gal Pavement Messages 50 EA Traffic Control 20 Day Vehicle Positioning Guides 45 Mile Flagging 800 Flour Pilot Car 400 Flour Flexible Patching Type 3 Change Order Minor Asphalt Patching Change Order Surface Treatment Pay Factor Bonus Based on CSC Tests during Chip Seal Production Actual Placed 40 Day 393,175 SY 219 Ton 588 Ton 75,542 SY 35 Mile 0 SY 1,829 SY 2,466 SY 69 EA 40 Day 28 Mile 791 Hour 160 Flour 738 SY 27 areas Skin Patching 100% Intermountain Slurry Seal, Inc originally planned on beginning work in April to complete the project before the park became too busy ,due to a very heavy snow year the roads where not cleared and open until may 151'. This caused scheduling delays right from the start. Starling in June Intermountain Slurry Seal (ISS) began patching. Unknown to ISS, the owner had added 6 times the amount of patching than the original bid quantities. Patching continued unfit the end of July. Because of this additional work ISS knew it would be a challenge to complete this project before the weather started to cool off. Despite what first comes to mind when thinking of the Grand Canyon, the North Rim is over 8000 ft in elevation and even in mid -summer rarely sees temperatures over 90 degrees. This allows a very narrow work window for Chip Sealing and Micro Surfacing. Overlapping major work items would have expedited the project, but would also cripple park access severely ISS chose to run a more linear schedule to lessen the impact on the park and the visitors. Micro Surfacing began the end of July. This is the height of the "busy season" for the park, with the Micro Surfacing needing to be placed in all of the parking areas and camp areas, scheduling was very important and very difficult. On average it took three days to clear a parking lot. Pre -notification was posted at all 43 locations seven days in advance. Some revisions were made as the work progressed to accommodate for unforeseen changes, however ISS was able to complete all of the work without having to tow a single cart L.'y P. 26 ISSA Release March 16,2011 Page Three Chip seat began the end of August, along with monsoon season in the park. Most days the work could not start until 9 or 10 o'clock in the morning due to temperature. In the project plans the roads were shown to be 22 to 24 feet wide, in reality all of the scenic drives are only 18 to 20 feet wide very winding mountainous roads. ISS made the request to close these road's in order to safely perform the work. Although the park was not in favor of this method they saw the merit of the request and agreed it was the only way to keep the public and our employees safe. While this action kept everyone safe it added tremendous pressure to keep the schedule which had to be published a month in advance of the work, in order to allow the closure, and only allowed 3 days to complete the scheduled roads. Chip Seal proceeded in a modified fashion, again because of the narrow roads all of the dump trucks had to run in a group from the site to the stockyard in order to cover the full width of the road in one pass. There was no way to allow the trucks to pass around the chipper without moving it off the road. The material for chip sealing on U Federal projects is subject to quality acceptance testing which is based on test result averages. This means the chips have to be very consistent in gradation. A test meeting the gradation wide band requirements if not within the average band could still cause a deduction on the available bonus. Tests were required to be run every 20,000 SY which equated to 20 samples that were collected split and processed on a daily basis. For photos, contact cerone@slurry.org. Full details of the project follow the President's Award link on www,slurry.org r) CONFORMANCE TO CONTRACT DOCUMENTS It is our philosophy that honest and open communication and working together as partners with our customers builds a relationship of trust and maximize project success. It is our commitment the project will be constructed as designed by building the project according to the contract documents. Intermountain is fully committed to project integration and the responsibility to avoid any potential issues and determine them up front so they can be avoided. Our commitment is to mitigate any potential risk through timely communication with the City of Lubbock. We take a proactive approach and quickly respond to requests for information, conflicts or problems. All plans will be reviewed before beginning work. We will maintain logs and documentation of quality checks production quantities and safety checks. Any red flags we discover before or during construction will be immediately brought to the attention of the project management team of the City of Lubbock. During the process of estimating the 2014 micro surfacing project, Intermountain has been extremely diligent in investigation this project and communicating any concerns or questions to clarify the contract documents or plan quantities. If awarded this project, we will continue to communicate any questions or concerns in an effort to eliminate any issues or problems before they arise. If for any reason changes in the scope of work, contract documents or specifications occur, we will address and work with the City of Lubbock to negotiate a fair and reasonable solution including time, price and value of the change. We will ensure that the change includes the same quality product and safety standards we utilize in all of our work. Our philosophy at Intermountain is subcontractors and suppliers are us. Our reputation and ability to complete work on time and within budget, depends on others who are responsible in providing services and materials for this project. Subcontractors and suppliers are carefully selected. Intermountain ensures that subcontractors and suppliers provide a quality product that will be on schedule, per -formed safely and in conformance with the plans and specifications. We select subcontractors and suppliers based on a best value utilizing a combination of qualifications and price. Stringent contract and insurance requirements are expected, along with a commitment to the project team to perform with a the same standards and requirements as Intermountain. We know our success will depend on their reliability and performance. P. 29 TIME MANAGEMENT From the time a project is awarded, we carefully schedule the work in detail. From years of experience, we understand that time is of the essence, for both our company and our customers. Residents and the travelling public should not be inconvenienced due to a lack of preparation and organization. We take pride in doing what we say we are going to do. If we notify a residential area within the City of Lubbock, we will manage our time and plan our work in order to complete the work as we have notified the tax payers, Although some things happen that are out of our control (weather, unforeseen circumstances etc.) we will work extremely hard to complete our daily schedule. A company that has been doing this type of work for 35 years knows the importance and responsibility of time management. Our crews have a daily detailed work plan that is schedule driven from the start of the work shift safety meeting to the end of the shift clean up and preparation of the next day's work. This ensures meeting daily schedules and provides our employees with direction and expectations. We welcome the project management and inspection team from the City to attend our scheduling meetings providing any concerns or anticipated changes to accommodate special needs or circumstances to the citizens or travelling public. Intermountain develops and maintains cost and production records for every item of work on every project we construct. This is completed on a daily basis. The expectations of our onsite superintendent is to track all daily records of the project events; daily diary, materials used, surface area covered, sequence and schedule of streets resurfaced daily, application rates used and any punch list or cleanup required. This information is provided to the owner at the end of the shift or prior to starting the next shift. Any discrepancy in pay items or quantities should be resolved on a daily basis with Intermountain's jobsite superintendent and the City of Lubbock's onsite representative to stay updated and reduce issues or misunderstandings. Whether notified by the City of Lubbock or if Intermountain discovers a change in the scope of work, we will work with or notify the City immediately. Our commitment to the City of Lubbock is to negotiate a fair and reasonable solution that will provide continued value. We will also ensure that whatever unforeseen events that may occur requiring changes, our quality and safety standards will not be compromised. P. 29 Intermountain has rnu|do|e Meets of equipment that is available for use on this project, We NNU have a full time field mechanic on the project 10096 of the time. Our fleet safety program provides for pre and post trip inspections daily. Any safety related issues are ? repaired immediately prior to operating any equipment. We have an excellent DOT safety �-� rating and take pride in the maintenance and appearance of our equipment. Our equipment manager and staff of mechanics have many years of experience in working with the specialized equipment needed tmperform this contract. Each o[our four continuous micro «-� surfacing paving machines have the Electronic Monitoring System required inthe contract specifications, that provides the Project Inspector printed data information at any time with � \} details nfmaterials used and surface area covered. This ensures Intermountain is meeting �^ contract specifications regarding quantity increases or decreases. Although the project does not specify any HUB orMVV8Egoals, our policy istoprovide fair and equal opportunity for Small, Disadvantaged and Women -owned Business Enterprises (DBEs)' SEE ATTACHED QUALITY MANAGEMENT PLAN TO BE IMPLEMENTED ON THE CITY OF LUBBOCK PROJECT P. 31 I Project Job Nan job #: The purpose of the CAMP is to direct the activities of ISS to assure that the construction materials meet or exceed the quality requirements of the contract specifications. 3ISS will Pre Test the aggregate to verify that the material is in specification prior to hauling to the jobsite. The project Mix Design was preformed by a qualified and experienced laboratory, is a ARML certified in preforming the specialty mix design for this contract. (SEE MIX DESIGN ATTACHMENT) L.JJobsite aggregate and preferably emulsion terminal milled asphalt formulated for the specific project will be sampled and tested for mix time and compatibility prior to beginning of test section or full production. BEach mixing unit to be used may in the performance of the work shall be calibrated. The calibration documentation shall include an individual calibration of each material at various setting that can be related to the machines metering device. (SEE CALIBRATION ATTACHMENT) Calibration documentation will be reviewed and accepted by the Project Manager. Testing will be conducted on the material stockpile as the stockpile is being built to insure the material remains' in the job specification and within the design target stockpile tolerance. (See Specifications) A test section will be preformed before beginning the job to ensure that the material does not have any issues and too make sure the machine is set before placing. EIDaily Foreman Report filled out and turned in daily (SEE DAILY FOREMAN REPORT ATTACHMENT) Record keeping: The Forman report completed daily by project superintendent will include: 1 Check the moisture content of the aggregate. 2 Check the residual asphalt content, adjust machine if necessary 3 Yields of material checked periodically throughout the day 4 Documentation and Notes. Document all major activities on the jobsite S Check the gate setting every morning before starting to place material 6 Material Inventory 7 Verify the Inventory match the material on jobsite 8 Emulsion Temperature 9 Start and Stop times 10 Check BOL of material before pumping into stockyard trailer to ensure we are receiving the 11 correct material 12 Run a sieve test on every load of emulsion to make sure the emulsion is stable and has NO contaminates 13 Retain I quart sample bottle of emulsion from every load delivered to the jobsite 14 Loader Operator Load sheets daily. TC Report will be filled out by certified TCS, or TCT and turned in daily Check that the Traffic control is setup and in compliance with the TCP before the crew gets out on the road Make sure both the traveling public and the crew has a safe work environment. Check Emulsion Screens in machines, and oil tanker at least once a week (Every Monday) I liCheck water screen in machines at least once a week (Every Monday) HCOC will be sent with every load of emulsion from suppliers or vendors The Loader operator will check the screen on the screening plant at the beginning of shift for UMMOM wear or possible holes. UMaintain proper traffic control to allow proper curing * Do not take any risks if the weather forecast is not favorable to place material then we will not work If any problem should arise while placing: Shut down the placing immediately do not fight through any problem Every employee on our crew is empowered to speak up if they see a problem out on the road. If the quality of the work or the material Is in doubt we will stop placing and make sure the issue is resolved The Superintendent will: Contact the Project Manager immediately Check Equipment for problems Notify the owner or agency regarding the problem Document the issue including take photos, and videos HIlContact Material supplier when necessary Take additional samples of the material for testing and documentation purposes work with the supplier to trouble shoot the problem Use Garco testing or other laboratory to assist in troubleshooting or testing of the material. GARCO tESTM L440RATMES Date: January 15, 2016 � cor- RE: Type it Interstate, Hurricane and Ergon CQS-1HLM Slurry Seal Mix Design Intermountain Slurry Seal As requested, Garco Testing Laboratories prepared a job mix formula according to ISSA accepted testing procedures using Type it aggregate from Interstate, Hurricane and the following emulsion COS-1 HLM from Ergon, Fontana, CA The aggregate and emulsion received were tested together as a mix to determine the job mix formula. Certificates of compliance for the aggregate and emulsion can be obtained from the suppliers. The job mix formula based on the data from the laboratory tests is reported as follows. All values are based on dry aggregate weight. COS-1 HLM: 13.0 t 1.0 % Water: 4.0 - 10.0% Type ilil Cement: 0.50% Residual Content of Emulsion: 64.0% Residual AC Content: 8.3 t 0.6% Test results summarized in this report represent laboratory conditions only. The laboratory tests were performed on materials submitted to this laboratory using accepted procedures. As always, laboratory and field conditions vary significantly due to fluctuations such as temperature and moisture. Care should be taken to adjust material percentages to compensate for any changes Sincerely, George Peterson, P.E. P. 34 Date: January 15, 2016 Agg. Source: Interstate, Hurricane Emulsion: CQS-1HLM Agg. Type: Type II Emuls. Source: Ergon, Fontana, CA Properties for Slurry Seal Mix Design Tests were run with 14% emulsion by dry weight of aggregate Lab Test Method Results Min ISSA TB 113 Mixing Time @ 77 OF, sec 180+ 180 ISSA TB 106 Slurry Seal Consistency, cm 2.8 2 ISSA TB 139 Wet Cohesion, 30 min, kg -cm 12 12 ISSA TB 139 Wet Cohesion, 60 min, kg -cm 20 20 ISSA TB 114 Wet Stripping, % >95 90 Asphalt Content Optimization Results ISSA TB 100 Wet Track Analysis Emulsion 1-Hour 1-Hour Content Loss, g1fe Spec, g/ft2 13% 34.6 75.0 15% 15.9 75.0 —i- -1-Hour Loss 1-Hour Spec 80 70-........._ __ __.... _._.,........... N t LL 50 0 40 O J h 30 d 20 10 0 0.13 0,14 Emulsion Content P. 35 Max 3 0.15 Date: January 15, 2016 Agg. Source: Interstate, Hurricane Emulsion: CQS-1 HLM Agg. Type: Type ll Emuls. Source: Ergon, Fontana, CA Aggregate Analysis Results Sieve Analysis AASHTO T 11 and T 27 Bulking Effect Loose Unit Weight, ibslft3 Sieve Size % Passing Minimum Maximum % Water Wet Dry 318" 100 100 100 0 108.6 108.6 #4 95 90 100 1 100.5 99.5 #8 70 65 90 2 92.3 90.5 #16 50 45 70 3 87.9 85.4 #30 37 30 50 4 86.5 83A #50 26 18 30 5 86.6 82A #100 18 10 21 7 87.0 81.7 #200 13.0 5.0 15.0 9 93.6 85.9 Sand Equivalent, AASHTO T 176 63 45 Min Gradation CD 100 80 a 60 c 40 aD 2 20 a- 0 no o c Sieve Size (mm) 110 105 100 95 90 —� 85 80 0 P. 36 Bulking Effect z s Percent Water s 7 s s to of —♦-- Wet I rtttCtttt�uttultt Blutit Sc, :L g. Job # Unit # .aggregate Calibration —Minimurn 50 counts of the Rock Belt counter per Semple (3 Samples Per Gate Setting s— Date Average Wat Agg Lbs Count 0.000000 MorstureFactor 0A0% DryAgg Lbx;Camt 25.100000 Average Wet Aga Lbs: Count OA0000D Moisture Factor 0.00% Dry Aga, Lbs;Count 33 MOOD Average Wet Aga.LbsJCount 0.000000 Moisture Factor 0.00% DryAgg LbsJCounl 41.60000D •» Data must be enteri4 n the Full We-qK Mty Weight, and No of Counts Colum s No additional data Is eroded " Gate SeUgs and the Moisture Fades Mrst be Adjusted per Calibration -» Motshae, Factor- Percentage of Motsh" 0.0_ — —DON'T FORGET TO ENTER YOUR DATE d E("Il atpNT A " P, 37 Is Emulsion Calibration 'T4nunum 50 counts of the Rock Wt counter per sample" Average Lbs t Count of Oil 4.750000 Desired Oil %1 16.00% " data must ue entered in the Full Weight, Empty Weight, and No of Counts Colwrins Desired oil '�, must also ba esiW44 "- "• DON T FORGET YOUR DATE OR EQUIPMENT ax Cement /,Fines Calibration "Mmmum 10 counts of the Fines Feeder counter per Sample" Cement ! Fines Full Weight LBS Empty Weight Net Weight LBS No. of LBS per Count LBS I (a Full - Empty) I Counts n 1 Sample 2 1 0 1 0.00 1 0 1 0 1 #DiVIO! I Average Lbs / Count of Fines Desired Cement %i 0.00%,_ —Data must be entered in the Fufl Weight_ Empty Weight, and W of Counts Cvun" Desired Cmnent % mint atsa be entoted — DON'T FORGET YOUR DATE OR EQUIPMENT R -- P. 38 ii... . . ...... 0 Sa 50 1!; Dry LB 4D of Aggregate 35 2V 3 325 It 33� 4 425 45 475 Crate Setting P, 39 o*- Dry Aggropte Caltratons �Wet Aggregate CaNbrab=s -o�Emwlwon CatbraWo —m-Fnes Cal,brabon 5 525 5 JF f` _ Job Number: Project Name: Date: Received antities Applied Material Tons regate Emulsion 000 0.00 0 00 0.00 000 0.00 000 0.00 RECEIVED ON AND 0.00 0.00 000 000 000 000 TOTAL USED OAO 000 coo 000 REMAINING $.00. 000 000 Q{i0 .•ion Rate jg s�Lyl ; ME / SQYO X f r Additive Mineral Filler 520 North 400 West North 5att lake City, UT 84054 Telephone (801) 532-8100 Fax (801) 526.6198 Start time End Time Start Air Temp 'Surface Temp L Notes r Emulsion Temperature Test on Emulsion for Residual Asphalt Mix Design Residual Asphalt Emulsion %= Stockpile Moisture Content Agg Sample Taken Verify Gate Setting Emulsion Teperature Time In Oil Scheduled @ r T Oil Scheduled @ Oil Scheduled @ Daily Yields MP 22 NB RL SY Location SY Location SY Location SY Location SY Location ISY SY Results = Results = Time Out Emulsion sieve test Y/N N Y/N j count count count count count count count 4 fy stockpile` quantities match; material inventory tog sheet to actual in stockpile of Day, Dip the Oil tanker? Remainin in Equip. Total Tons Emulsion sample taken? YIN YIN YIN IN Lbs Per SY Lbs Per SY Lbs Per SY Lbs Per SY Lbs Per SY Lbs Per SY Lbs Per SY (i s Intermountain Slurry Seal, Inc. 7n19 r..mmnlatarf .lnhe r)vae CKnn nnn Original Name Engineer in Charge Actual Job Name, Location of Project, and Contract Estimated Nam® and Address of Owner a (Owner), Phone, Fax, and Completion Number Kind of Work Amount Completion E-mail (If available) Date 18123d Reno. City M 2011 Surface Treatment Project Ten A4aninetu 4,500,509 12/31/11 06/30/12 P.O Box woo Conitactl1 WA-2!lll 172 775)334.2140 Reno, NV 87�405 Reno: NV Fax 0: Not Available Surface Treatment 161243 NV Department of Transportation klicrosurfacing Project Jenntrer hUnuby 1,903,945 12131111 O6,130112 123 E Waslengton Contracw DI-013-11 (702) 671-M66 Los Vegas, NV 89101 Nye County, NV Fax a: Not Available Mcrosurfacing 162111 CA Department of Transportation Route 395 Chip Seal Project Joe Blommor 1.972,8aa 1213til l 1121311,1112 so South Main Street ConfracW 09-547404 (760) 648.7908 Bishop, CA 93514 Bishop, CA Fax 6: Not AvaHable Asphalt Rubber Chip Seal 162197 Los Angeles County Gunn Ave & Du Paga Rd Aram Nathan Duron 545,761 12t3til l 12/31112 900 S Fremont Ave. Contract a R0000115497 562-eO3.9977 Alhambra, CA 91803 Whittier, CA Fax H. Not Available Asphalt Rubber 162200 PorterAle, City of 2011 Meaosurfacing Nate DA 1.147,664 12/31111 06M 12 291 North 1ulsln Street Contract a 89-9167.88 (559) 782.7462 Ponerville. CA 93257 Ponervi[W CA Fax fl: Not Available Chip Seal 162201 Woodland, City, of 2011 Cape Seat Tamera E Burnham.. PMP 919,430 12/31111 OM1112 300 First Street Contractfl CIP 12-07 (530) 661.5968 Woodland. CA 95695 Woodland, CA Fax a, Not Available Chip Seal 162202 County of Yuba Yuba County AR Chip Seal Ne8 Retetsdorf 831,690 12131/11 12/31112 915 M Street Suite 123 Contracta 2011.9019 (530) 749-5420 Marysville, CA 95901 Yuba County, CA Fax W; Not Available Asphalt Rubber Chip Seal 371700 CA Department of Transportation Cattrans 11.266104 Shaven Rirzuno 1,650,403 12131112 1213//12 1727 3M Street Contracta 11.266104 (619) 688.8699 Sacramento, CA 95816 mpenal County, CA Fax 0, Not Available Sams-R 372509 CA Department of Transportation Cartrans 02-3E9W4 - Ar Chip Jeff BGne 722,813 12/31112 1-2/31112 1727 301h Street Contract a 02.3E9004 530.2253495 Sacramento, CA 95616 Sisklyou County, CA Fax a: Net Avababts Asphalt Rubber Chip Seal CA Department of Transportation Catbans 06.0N3o04 Tulare Cry Cary Cruz 526,554 IM1112 07124/12 1727 30th Street Contract a 06-ON3004 Ph: 559.341.3377cr :3"13 Sacramento, CA 95818 Tulare County, CA Fax: 559.097-206a Type Ill Slurry Seal A Department of Transportation Coot M-2E4604 Route 130 Hung Nyugen 696,627 12/31/12 12/31112 1727 30M Street Contract a 04.2E4604 408-254.5847 Sacramento, CA 95616 San .lose, CA Fax p: Not Available Asphalt Rubber Chip Seat 380162 CA Department of Trinspanadon Cal Trans 02.3E9404 Hwy 70 Mchael Hoangel 1,926,480 10122112 10122,112 1727 30th Street Contract 0 02.3E9404 Ph: 530-283.3217 Sacramento, CA 95818 Quincy, CA Fax:530-283-3217 Type tit Slurry Seal 392502 Rosevme, City of Roseville - 2012 Cape Seal Jerry Oankbar 806,298 10122t 12 1 t13 1112 Am Payable Dept Contracts 946-774.5791 Roseville, CA 95678-2649 Roseville, CA 916.774.575E Fax Asphalt Rubber Chip Sao) 363933 Nevatla, State of NpOT f135t t klanln Strganac P.E 653,112 12J31112 1113QJ12 Po Box 170 Contract a 3511 MDOT Las Vegas, NV 69125-0170 Warm Springs, NV (702),IW3880 Mcrosurtacing mstrganac@dotstate nv.us 3B4296 CA Department at Transpor atwn Hwy 49 Slurry Seal Nathan Alterion 720,292 12131/12 00118/12 1727 30th Street Contract a 034LO404 Ph: 530.957-1110 Sacramento, CA 95816 Placerville, CA Fax: 91"58.8639 Type it Slurry Seal 304493 Tuolumne, County of Tuolumne County - Special Dist Tanya Allen 632,305 12/31/12 12131:12 2 S Green Street Contract a 1640 209-533.5903 Sonora. CA 05370 Sonora, CA Fax a: Not Available Asphalt Rubber Cape Sear 384972 CA Department of Transportation COOT 04.2655 44 - Route 35 Aft Fred Booshesn 2,744,375 12131112 1213i 12 1727 30th Street Contract 0 04-2ESSO4 650-865.1777 Sacramento, CA 95816 Palo Afto, CA Fax fl. Not Available Asphalt Rubber Chip Seal Updated 3/8113 Attachment B S t Page 1 of 3 Intermountain Slurry Seal, Inc, 2012 Completed Jobs Over $500,000 I Original Name of Engineer in Charge Actual Jolt Name, Location of Project, and Contract Estlmaled Name end Address of Owner (Owner), Phone, Fax and Completion Number Kind of Work Email (if available) Amount Completion pate Data 385403 Los Gatos, Tam of Annual Street Resurfacing MOGssaHuang 1,325,150 IMI112 S2t3S112 P.O. Box 655 Contract # 11.16 408-395.5340 Los Gatos. CA 95031 A855 Los Gatos, CA Fax 406-399.5763 Asphaft Rubber Cape Seal 385713 Pasco, City of City Of Pasco 2012 Overlays Cory Beg 400,875 12t31112 00/31/12 382761 (ABL) 525 N 3rd Ave Contract # M3.OV-3R-12-02 8D Pond Road Pasco, WA 99301 Pasco, WA Yoklma, WA 98901 FAcroaurfacing (509)543-0709 38B145 Tulare, City0f Asphalt Rubber Cape Seal Mke Whitlock 987,951 12t31112 101112 411 EastKem Avenue Contract# 12.13 55M&4207 Tulare, CA 932744257 Tulare, CA Fax 0: Not Ava4able Asphalt Rubber Cape Seal 387115 Federal Highway AdminisbaW San Francisco Bay Area Pvmni P Kurt Reno 2,914,043 121311 Y 11towi2 12300 West Dakota Avenue Contract # DTFH88.12-R-00020 CH2M H41 Lakewood, CO 80225.2595 San Franclsoo, CA (719) 236-0790 Type if Slurry Seal, Patching kutt.rvri4ch2m.com 388196 George Welt Asphalt Const Inc City Of Escondido- 2011-2012 Bud Oliveira 1,294,313 12t31112 09/30/12 610 Metcalf Street Contract # WA 760-6394664 Escondido, CA 9202-9-1665 Escondido. CA 760.747-0379 Fax Asphalt Rubber Chip Seal 160494 Hobbs, cftyW City of Hobbs Muosuriacing Project Ronny Choate 6,557,677 12t31/12 12/31112 1200 East Stanolnd Contracts 1040540.0637WPO2110392.0D (575)397.8598 Hobbs. NM 88240 Loa County, NM (576)397.9334 (F) Mcrosurfacing 8 Traffic Control rchoaleighowmm.org 160518 Federal Highway Administration CdloradoMtyonmg Pavement Preservabon Jim Keyes 2.793,872 12t31112 12131/12 12300 W Dakota Ave Contract# DTFH68-11-8-0D007 (435)336.8010 Denver, CO BD228 Various Locations UT, WY, CO (435)336-Mil (F) Chip Seal, Fog Seat 8 Menosurfacing Ikeyee.pnkeallwestnet 160526 Idaho Department of TransponaBon US-91 Preston to Downey Joe Pihlala 1,873,169 12/31112 12/31112 3293 Jordan Street Contract # 11120110408 (208)239.3377 Boise, ID 83707 Bannock, Franklin & Canwu Counties (208A39.3396 Chip US-91, Preston to Dor"ey loe.pgNajaQBd.1daho.gov i60532 UT Department of Transportation US-69 Hatch W JCL SR-12 Leif Condle 635, 5 1213Ut2 12137112 4501 South 2700 West Contract# F-00891252024 (435)893-4799 Salt Lake City, UT 04114 Garfield County, UT (435)865.56M (F) Chip Seal Icondiedutah.gov Department of Transponation US-6 Dena to Juab County Jared Dastrup 1,275,601 10t31112 M15112 4501 South 2700 west Contract# F-000B(146)89 (435)8934793 Salt Lake City, UT 84114 MitardCounty (435)87341464 (F) r�16115.35UT Seal swovChip idaupQutah.gColorado, State of COOT SH 34 Brett Locke 701,919 10131/12 OW28112 4201 fast Arkansas Ave Room 117 Contract# STA0343033 (970)521-9716 Denver, CO 80222.3400 Yuma, County (970)521-9729 (F) Chip Seal lonniaJocke@clotstate-co.us 100537 State of SR-10 Fremont Jct to Emery James Chandler 582,032 1011W112 10/12112 4501 South 27DO West ContractN F-0010(58)1 (435)837-6629 JUlah, Salt Lake City, UT 84114 Emery 6 Sevter Counties (435)537.9354 Chip Seat IchandlerQutah.gov, 160539 Utah, State of UPS' 3 SR-132 Chip Seal Jared Destrup 674,333 12131112 07131/12 4501 South 2700 West Contract # F-R499(146) (435)893-4793 Salt Lake City, LT a4114 SanpeteCounty (435)673.8484(F) Chip Seal ida%VuupQutah.gov t60544 Wyoming. State of WYOOT Distinct 5 Chip Seal Erik Smith 2.864.431 12131112 08/31/12 5300 Bishop Blvd. Contract # N1+P"125001 (307)56B-3439 Cheyenne, WY 82009 Big Hom, WY (307)566.9318 (F) Chip Seal erik.s"Qdat.state wy.us 160545 EI Paso, City of City of El Paso Mcrosunacmg Lon f?odrlgvez I,939,553 12t9 M 06130/12 2 Civic Center Plaza 4Th Floor Contract # 2Dt2.041 (915)5414421 EI Paso, TX 79MI-1153 £f Paso County (915)6414016 (F) 1ACrosurfacing Various Locations mddgueztQelpasotexas.gov 160549 Federal HighwayAdmimsMon Oramilreoun Casey Schatz 649,841 121J7112 07119/12 NOT ON WIP 12300 W Dakota Ave Contract # OTFH68-11-C-00033 (307)548.2242 Denver, CO 50228 Grand Teton, Jaskson Hale, WY (367)548.2676 (F) Mcrosurfacng Patching TesBng caseyschatzQsandlindustrial.com 359255 Idaho Department of Transportation i-84 Burley to San Lake City Chris Severson 1.222,769 08t31112 07131112 3293 Jordan Street Contract # A011(077) 7633 (208)312-3289 Boise, ID 03707 Jerome, Cusla, Mnlddka Counties (208)544-7902 (F) Chip Sealing of IA4 and Fog rduis.seversonQnd4daho.gov _. Updated 318J13 Attachment 8 Page 2 ol3 Intermountain Slurry Seal, Inc. 21119 r.mmnlratarf .Inhs r)vPr vinn-firm Original Name at Engineer In Charge Actual P313908 Name and Address of ®Weer Name, Location of Project, and (Ow Phone, Fax, and Contract Estimated Completion )find of Work Amount Completion -ma E-mail (if available) Data Date utah, State of US•91, SR-101 TO SR-165 Nick Peterson 768,108 09130M2 W31/12 450t South 27M West Contract a F-0091(47)19 (435)245-6151 Salt Lake City, UT 64114 Cadre County (435)245.4782 (F) Chip Seal npeterson@utah.gov 375433 Utah, State of 1.15 Ramps AT SR-103, SR-97 Thomas Royiance 532,717 12J31112 111012 4501 South 2700 West Contract#F-R199(109) (80t)956.4340 Sall Lake City, UT 84114 Davis County (601)622-1580 (F) Type III Mcrosurfacing troylanceoutwoov, 375772 Mancupa, County of kwcopa County Slurry Seal Leon Adolf 2,196,324 12/31/12 OW4112 2901 W Ourango St Contract o 2012.11 (602)5 & 4664 Phoenix, AZ 85009 Madcopa County, AZ (602)506.4750 (F) Type 0 Slurry Seat 376038 Department of Transportation US-550 Flexible Mcro Jeff Lowry 1,682,698 1213l/12 11/1W12 1120 Cenalos Road Contract # 12-U.87.105.0 (505)827.5408 JNM Santa Fe, MA 87504 Santa Fe County (505)827.5469 (F) Flexible Mcro Surfacing (eff.l�state.nmus 376037 NN1 Department of Transportation US•550 Conventional Micro }eft Lowry 1,272,854 1ZI31/12 11/15/12 1120 Cerdlos Road Contract # 12.36.50-54 (505)827.5408 Santa Fe , NM 87504 Santa Fe County (505)827.5469 (F) Conventional MI7o Surfacing jeffJowryustate.nm.us 376849 Uteh. State of SR-132 UDOT Chip Seat Procurement Debbie BouOon 594,743 12rJ1112 06128112 4501 South2700 West Contract# 260000000212 (801)965.4070 Salt take Cky, UT 84114 Utah County (861)965-4073 (F) Chip Seal dbdudon@utah.gov 377026 Utah, State of 1.15; Noah Cedar Clty to Summ Led Candid 725,058 12131112 07/031/2 4501 South 2700 West Contract 9 F-115-2(501 (435)893.4799 Sell Lake City, LIT 84114 Iron County. UT (435)865.5564 (F) Type III 14c,osurladng lcondiaGutah gov 377125 COOepartmentofTransportatton SH-i51CM)Seal Kyle Lester 1,314.634 12131/12 fi13t/t2 4201 Arkansas Ave 4Th Floor Contract 0 WCE RSDO.126 (970)385.4651 Denver. CO 60222 Archuleta d La Plata Counties (970)385.1610 (F) Type it Chip Seat ky1a.lesterGdQLState.c0.uS 377330 WY Department of Transportation WYOOT D6174 Chip Seal Warren Oyier 2,874.672 1201112 08131112 5300 Bishop Blvd. Contract 9STP-PM$124024 (307)283.1135 Cheyenne, WY 82009 Crooke, Johnson, Sheridan d Weston Counties (307)283.1977 (F) Chip Seal werlen.0yier@wy0.00v 377332 WY Department of Transportation WYDOT DIST 3 Chip Seal Damn inson 3.365.891 1WTI f12 08131A2 5300 Bishop Blvd. Contract a STP-PbLB113003 (307)BB6-3886 Cheyenne, WY 82009 Lincoln, SubteBe, Sweetwater 8 Uinta Counties (307)886.9447 (F) Chip Seal danin.robinson@wyo.gov 317335 WY Department of Transportation WYDOT DIST 1 Chip Seal Timothy f0lorton 93a,894 12/31112 08411/12 SM Bishop Blvd. Contract 0 SMPM-8121019 (307)777-4404 Cheyenne. WY 82009 Albany B Carbon Counties (307)777.4755 Chip Seal timothy.morton@wyo.9ov 380557 Utah, State of khcrosunacs 2 Locations Jack Lyman 1,086,280 12131/12 11/02/12 4501 South2700 West Contract# F-R399(130) (lioi)iZ2-3470 Soft Lake City, LIT 84114 Duchesne County (601)222.3420 (F) Type 91 Mcrosurlacing lacklymariCutah.gov 3866679 Wasatch County Public Works Wasatch County Slurry Seal Mka Davis 495,741 12131712 09110112 1691 W 3000 South WA (436)854-1161 Hebei City, UT 84032.3661 Wasatch County (435)6544820 (F) Type It Slurry Seal mdavfsoco-wasatdt.ut.us 302313 Famvngwn, City of City of Farmington Mcro Jeff Smaka 1,049,849 12f3i112 09r01112 800 Minicipat Drive Contract 0 180325 (505)599-12a3 Farmington, NM 87401-2663 San Juan County (505)599-1377 (F) Mcrosurlacing jsmaka@fmin.org 369255 City of Albuquerque city of Albuquerque 2012 Paul Sanchez 905,406 04/24/13 10130t12 P.O. Box 1985 Contract 0 703702 (505)263.2054 Albuquerque, NM 07103 Bamewto County Fax #: Not AvaOable 3980 Tons Type nil Mom poutac"it gov Updated 3/8f13 Attachment 6 I L_1 Page 3013 Intermountain Slurry Seal, Inc. 2013 Completed lobs Over $500,000 Name of Engineer In Job Name and Address of Name, Location of Project, Charge (Owner), Phone, Contract Number Owner and Kind of Work Fax, and E-mail (if Amount available). 394636 ID Transportation Department lid Us-26 Chip Seat Project Scott Redding 1,290,890 Po Box 7129 Contract #: A011(109) PO Box 4700 Boise, ID 83707-1129 Blackfoot, Id Pocatello, ID 83205 Chip Seal 208-239-3337 208-239-3367 394875 El Paso, City Of City Of El Paso 2013 Daniel Kilka 1,954,811 2 Civic Center Plaza 4Th Floor Contract It. 2013.032 915-240-3209 Et Paso, Tx 79901-1153 City Of El Paso kitkadj@eipasotexas.gov Maintenance 396007 Idaho Transportation Department lid Us-30 Chip Seat Project Scott Redding 604,651 Po Box 7129 Contract M A011(641) & A011(655) PO Box 4700 Boise, ID 83707-1129 Lava Hot Springs, Id Pocatello, ID 83205 Chip Seal 208.239-3337 208-239-3367 397497 Tucson, City Of City Of Tucson Ppp Fy 13 Lance Peterson 2,107.675 Po Box 27210 Contract M 130655 520488-7766 Tucson, AZ 85726-7210 Var Loc Within Tucson City Lim lance.peterson@tucsonaz.gov Microsurfacing 397614 New Mexico, State Of Nm 104, Mp 90 To Mp 100 David Gonzales 588,354 Po Box 10 Contract #: 20-805.00-07750 5754614619 Santa Fe, NM 87701-D000 Nm 104, Mp 91 To Mp 100 5754614138 (F) Microsurfacing david.m.gonzales@state.nm.us 397615 Hobbs Now Mexico, City Of City Of Hobbs 2013 Micro Ronnie Choate 2,593.637 200 E Broadway St Contract #: 21302543-DD 575-370-8598 Hobbs, NM 88240-8425 City Of Hobbs Nm rchoate@hobbsnm.gov Microsurfacing 397831 Utah, State Of Micro 2 Locations Utah County Chris Memmoll 742,602 4501 South 2700 West Contract #: F-R399(143) 801-830-9313 Salt Lake City, UT 84114 Springville And Payson Ut cmemmott@utah.gov Type lit Microsurfacing 397906 Utah, State Of Udot Us-89 Buckskin Chip lief Condie 537,804 4501 South 2700 West Contract #: F-0089(309)38 1470 N. Airport Rd. Salt Lake City, UT 84114 Us-89 Mp 37.81 To 46.04 Cedar City, UT 84721 Chip Seal 438-865-5556 398049 Utah, State Of Micro Davis And Weber County Thomas Roylance 1.363,606 4501 South 2700 West Contract M F-R199(130) 801.648.8966 Salt Lake City, UT 84114 Weber And Davis County troylance@utah.gov Type Ili Microsurfacing 398510 Castle Rock, Town Of Castle Rock Co 2013 Slurry Pro Cad Armijo 836,495 4175 Caslleton Court Contract #-. WA 720.733-2466 Castle Rock, CO 80109-7886 Residential Subdivisions 303-660-1025 (F) Type li Slurry Seal Carmijo@crgov.com 399506 Texas, State Of Us-62; Terry County Jim Combes 922,627 800 West Webb Street Contract #: Nh 2013(327) 806-637-4501 Brownfield, TX 79316-1147 Us-62: Terry County james.combes@txdot_gov Microsurfacing 400045 Sandy City Corporation Sandy City Slurry Seal 2013 Kevin Rasmussen 749,119 10000 S Centennial Parkway Contract M. WA 801-201-2047 Sandy, UT 84070-4148 Various Locations Sandy City 801.562-1312 (F) Type 1, li, lii Slurry - Updated; March 2014 _ Attachment 8 Page 1 intermountain Slurry Seal, Inc. 2013 Completed Jobs Over $500,000 L Name of Engineer in Job Name and Address of Name, Location of Project, Charge (Owner), Phone, Contract Number Owner and Kind of Work Fax, and E-mail (if Amount available). 400079 Utah, State Of Udot Sr-258 & Sr-11a Brent Andersen 616,274 4501 South 2700 West Contract #: S-0258(2)0 435-9794545 Salt Lake City, UT 84114 Sr-258 Mp 0-2.02 & Sr-118 435-896.4586 Chip Seat beanderson@utah,gov 400061 Utah, State Of Udot Us-6 Price To Wellington Brent Hadfield 509,463 4501 South 2700 West Contract M. F-0006(158)243 435.637-8929 Salt Lake City, UT 84114 Us-6 Mp 242.67-246.66 435-637.9354 Chip Seal bhadGetd@utah.gov 400148 Lubbock, City Of Lubbock 2013 Micro Project Dwain Mitchell 5.406,529 1625 13Th Street Room 204 Contract #: Itb 13-11139-Dg 806-544-6198 Lubbock. TX 79401-3830 Various Streets Lubbock Tx dmitchell@mylubbock.us Microsurfacing/Chip Seat 401019 Colorado Department Of Transport Cdot Us-40 Chip Seal Project Ron Alexander 1,727,893 222 South 6Th Street Room 100 Contract #: Nh 0401-022 970-249-5286 Grand ,function, CO 81501 Us4D Mp 18 To Mp 30 970-249-6018 Chip Seating Of State Highways 401296 Colorado, State Of Cdot Sh-160 Mike Coggtins 695 761 4201 East Arkansas Ave Room 117 Contract #: Nh 1602-136 970-385.3621 Denver, CO 80222-3406 Sh-160A Near Durango michail coggins@slate.co.us Chip Sealing Of State Highways 401839 Granite Construction Arizona City Of Tucson Joc Slurry Seal Lance Peterson 678,160 4115 East Illinois Contract #: NIA 520488.7766 Tucson, AZ 85714-2108 City Streets In Tucson Az tance.peterson@tucsonaz gov Type li Slurry Seal 402239 Sioux Falls, City Of City Of Sioux Falls Micro Nick Traupet I.056.096 224 West Ninth Street Contract M 13-1026 605-367-8661 Sioux Fails, SD 57117 City Streets in Sioux Faits ntraupel@siouxfatis.org Type lii Microsurfacing 402307 Tucson. City Of City Of Tucson Ppp Ii Fy 13 Lance Peterson 2,595,878 Po Box 27210 Contract #. 130753 520488-7766 Tucson, AZ 85726-7210 City Of Tucson lance.peterson@tucsonaz-gov Type tit Microsurfacing 402728 Utah, State Of I-15: Paragonah To Beaver Lief Condie 1,969,965 4501 South 2700 West Contract #: F-115-2(107)83 435-691-1879 Salt Lake City, UT B4114 I-15 Mp 82,56-106 86 Icondie@utah.gov Microsurfacing 403205 Austin, City Of Austin Slurry Seat 2013 Tony Lopez 1,323,904 505 Barton Springs Road Suite 104 Contract If.. CImc422 512-974-6581 Austin, TX 78704-1245 City Of Austin, Tx tony.lopez@austintexas.gov Slurry Seal & Microsurfacing 405401 Dallas, City Of Dallas Microsurfacing 2013 Michael Gonzales 1.386,038 2710 Municipal Street Contract#: Bk 1303 214.671-0936 Dallas, TX 75215 City Of Dallas, Tx michael.gonzales@ Microsurfacing dailascityhail.com 407388 Las Cruces, City Of City Of Las Cruces 2D13 William Bass 630,052 700 N Main St Contract M 20-805.00-07750 (806) 789-7973 Las Cruces, NM 88004 City Of Las Cruces wbass@las-cruces.org Microsurfacing Updated: March 2014 Attachment B Intermountain Slurry Seal, Inc. 2013 Completed Jobs Over $500,000 Name of Engineer to Job Name and Address of Name, Location of Project, Charge (Owner), Phone, Contract Number Owner and Kind of Work Fax, and E-mail (if Amount available). 407601 10 Transportation Department Us-20; Fy 13 Mlcroseals Merrill Sharp 1,136,620 Po Box 7129 Contract M 7780 (209) 334-8954 Boise, ID 83707-1129 Boise, Id merrill.sharp@itd Idaho gov Type lil Microsurfacing 410071 Albuquerque, City Of City Of Albuquerque 2013 Paul Sanchez 1,355,705 Po Box 1985 Contract #. 703072 505-263-2054 Albuquerque, NM 87103 City Of Albuquerque paui@cabq.gov 3800 Tn Microsurfacing 413462 New Mexico, State Of Us 550 Fog Seal 2013 Jim Schmidt 503,198 1120 Cerrillos Road Contract M 30-805-13-09665 316-828-2465 Santa Fe, NM 87504-1149 Us 550 Mp 64 8 To Mp 115 316-828-9206 (F) Fog Seal schmid3@kochind.com 417031 New Mexico, State Of Nmdot Dist 4 Pmre Us-84 Heather Sandoval 1,282,951 Po Box 10 Contract M Sp-4-13(345) PO BOX 10 Santa Fe, NM 87701-0000 Us-84 Mp 63 To Mp 80 Las Vegas, NM 87701 Chip Seat W/ Pmre 505454-3663 418594 New Mexico, State Of Nmdot Dist 5 Pmre Sh-96 Heather Sandoval 812,695 Po Box 10 Contract it: 180119 PO BOX 10 Santa Fe, NM 875024127 Sh-96 Mm 26 To 38 Las Vegas, NM 87701 Chip Seal With Pmre 505454-3663 400846 San Leandro, City Of Annual Street Sealing KyteLel 1,235,317 835 Bast 14Th Street Contract fY: 20130070 510.577-3302 San Leandro, CA 94577.3767 City Of San Leandro, Ca 510-577-3294 (F) Annual Street Sealing klei@sanleandro.org 401958 Porterviile, City Of Microsurfacing Project Hender Nathan Delk 570,210 291 North Main Street Contract M. 89-9167.88 & 89-9128-88 559.782-7464 Portervilie, CA 93257-3737 Downtown Porterville 559.782-7452 (F) Microsurfacing 402341 Clovis, City Of Rubberized Cape Seal 2013 Thomas Chang 671,278 1033 Fifth Street Contract M Cip 13-09 559-324-2374 Clovis. CA 93612-1313 Clovis - Various Locations 559-324-2844 Ar Cape Seat And Slurry Seal thomasc@ci ctovis ca.us 404424 Lodi, City Of Lodi 2013 Asphalt Rubber Cape Lyman Chang 847,414 P.O. Box 3006 Contract #. Tbd 209-333.6800 Lodi, CA 95241-1910 Various Streets Imc@iodi gov Asphalt Rubber Cape Seal 495258 Hanford, City Of City Of Hanford Cape Seal Steven Weatherly 511,523 900 South 10Th Avenue Contract M 040-2661-613615 559-585-2662 Hanford, CA 93230.5234 City Of Hanford 559-583-1529 (F) Scrub Seal & Microsurfacing 405511 San Luis Obispo, County Of San Luis Obispo Joe Whalen 735,486 1055 Monterrey Street Contract if: 245R12B574 805-788-2317 San Luis Obispo, CA 93408 Various Streets jwhalen@co.sto,caus Chip Seal Updated; March 2014 �} Attachment B Page 3 INTERMOUNTAIN SLURRY SEAL, INC. 2014 Completed Jobs Greater than $500,000 Prime or Subcantractor Name of Engineer in Charge Actual Job Name of Contractor, tt Contract Name and Address of Owner Name, Location at Project, and Kind of Work Prime Sub Phone, Fax, and Completion Number you are a subcontractor(Dwr*), E-mail fit available). amount Date 445030 Fadaal t4gfnvny Admin4tramrt Naw M*** Parks and CORO Pavement Preservalnrt X Hsrddm ConsbUdin, Inc. Samoa Quaff. 767,014 4121111a IZ300 Waal Oakots Avenua CeatsCNa. OTFH6&D4MM1 PO Boa Z535 406)245-3126 t.a WMW, CO 00226-2595 Various Locations to NM Bitsags. M7 501082535 408)245-e834(F) Microstp4sirp )oWdMtpe� W rdrtey.aspha4 mm l 447353 Sute at WyomYg Depattrn.d of TranaPonatnn Wyomkg Dopanmmu of Trsnsportailotl Oaem 2 X WA Tan Ra u%aka 2,011,545 WIIII114 BB/dh S".t C01412MNis NHPRPWB142001 307)322.6500 Wheatland, WY B2201 Gripe WY (307) 322.65 t3(F) Chap deal t4n.raanake�wyo gov 448505 Ctyo(Wchta City Of Wichae Mrcrosurtaos1g2014 X WA Hannaht.ang 592.350 Me 14 456 Noah Mats Shea/ CoMMONo 472.851a5 (3t6)26&4426 Wawa, KS a7202-1000 Wkhaa, KS 316) 659&7520 (F) Mcmautaesq taanghsagov 453852 Sad<r Coumy Spoctrl Ser,%* Dstrlct s 1 seov Coumy Char Seat X WA WA 917.240 6r3 it2014 1515 South 100 West C.MMCI No. 1112-041 Ichfatd, UT 84701,7075 Rkh(Wd. UT Cho ►aw 454085 Rio Blanco County Road and Budge Deps"aM Rio 04nco County CtW Seel X WA Virt Ptaud 044,601 0%JW014 570 Sowrd Suss Cumract No 2014-CHIPSEAL (070)87&9500 Meeker, CO 81041-3100 Rb atanco County. CO (970) al&3390 (F) Chip seal co us 456402 Stato of Coi*rado SH 340 Kigavaw Estate East X WA Victor Pamtrglon 1,328.284 &1812014 4201 Fist Atkamas Av Room t 17 ComtratINo STA 340.4018 (970) 21&1310 Delve, CO WZZZ-3404 SH 340 raulh of Fruas, CO (303)757.0219 (F) 14iunaulastug .ac/nr yannieglon�s,ate m >o 45B882 CtyaffkUre City of Tutus Suet —Sant X WA *t Mee 959958 N15r[014 411 Eel Kee Avenue Catdtaq No E710049 (559)6944I07 Tutors, CA 932144251 City Of Tulem, CA (559) 8854831(F) Fbefkadstarry Seel M.Av citw—was 458630 State c(Wycmalg Depattmaa of Tmnsportaton Glisao MargvW Mcrommfaea x NIA Josh Juxa 775021 111rl014 5300 Bishop BautavwN Comoall No.. NHPP4Mlegg 301160-3550 Chwyens. WY 62009.3340 L90hG4tfts,WY (307) 607.7594(F) iwensawfacav roualunda" gov 45694T 5lateof Wyomt,g DapWtMMtot Tfaroportelbn Leek to Hat Ct"f, M-ouatace X WA Jon Bonnn 1,102,793 10123r1014 ' 5300 Bishop Boulevard ContractNo SCP•SL14-NB54074 (3D7)354M515 Cfwema, WY 02009.334D US 65 r.,Ih of Lank, WY (307) 35&6115 (F) M=sufamg J- h--c r}o gov 46t609 State of CafJamn Dop.*n.a of Tr M-taton FJ Oorado County Mcrootafaco X WA Manor Ciuk a2D.768 513MQ14 1727 301h Seoul Coniraet No. 03.4MMA (630)2104032 Saysmant., CA 95B10 Atpm County to South Ju con Route W (M) 741-4111(F) � Type M micrasufsca g gov 402078 cry —to —us Dots Stuny Soot A Mcrost riam 2014 X WA Mehad Gontalas 3.M.550 12131/2014 2110 M.NCIDal Small C*mmet No. EK1429 (214) 571-0936 Dallas, TX 75215 Da14a, TX Fsc WA Siumy seat and miwaur(atdng mxt.0i cam 407003 Fadoml Hghwsy Aorn-Wton Ltlle Sahara Pa--t Presenamon X WA Mark Lloyd 1,311445 8nwot4 12300 Wed Dakota Aventm Coroad No. UT FTBL 100(t) (303)807.45B5 Lakeamd, CO 80Z2&25a5 Lble Satwm RaxraalnnAm,UT (720) 963-33BO(F) Chp ft- 467130 C*udyof Coneano too Road Chp Seat X WA Thad Hut. 597.280 1131111114 107 North Sth Suomi Suee 114 Comtaet too. 1720-CE (301) 577-0803 Douglas, WY 82B33-2448 Converse Cotarty, W1f Fac' WA Dallis, 00 soot ttxrtar�nbergm/tsr.tam Updated: Alamh 2015 Attachment 0 Prime or Subcontractor Name of Engineer In Charge Actual Jab Name and Address of Owner Name, Location of Project, and Kind of Work Prime Sub Name of Contractor, If Phone, Fax, and Contract Completion Number you are a subcontractor(Owner), E-mall (it available). mount Date 467393 state d Nevada Dapanmerd or 7ra,mmnation SR 376, US 05 SR 321, SR 318 and ARMY 44 Chip Seal x WA Marta Sb9seiec 4.226,167 7/31/7014 1283 South Stewart Street Con§vd No. 3S56 (702) O6T-4523 Carson City, NV 92712 Various Highways in NV (702)667-4521 (F) Chip seal sbgarucQxtot.alsnm vs 4681 T3 Cty of Gesham C"Mreahann 2014 Merosurtsteq x WA Demo Hughes 035.750 1213112014 t333 Morehwnal Eastman Parkway ConvINCIND 507000 (So3)et&2525 Gresham, OR 07OW3825 CtyO(Geshem.OR 503)a67.6969 (F) ypa ID mkrosurfec" den me hughes&nishamaragan gun 46M36 Colorado Depanmem of 7ramponamn Colorado Deportment of Tnnsp dsaon 1.70 Cho Seat X Mays Corabuuvn Specialties Chades Woodcock 1.107253 M1112014 Me Soutlh 9th Sinnat Conata No. NHPP 0701.222 550 SteOsers Aw wo (970) 242-5370 Grant Junclbn, CO 61So 1 M, MP 37 to MP 404 Grand Junction. CO 8t501-0826 (970)245-7716 (F) Chip eat dedes.woodeoekQelsmeomwction corm 408020 Ct Monford Hamad Focal Vow 13,14 Cape Seal x WA Las Dock StS,329 711012M 900 Smelt 10th Avenue Cumrset No- 050.2807•e t4621 (559) 585.2550 Hardont. CA 9323"234 Hanford. CA Fahc WA Cape seal eostin"d wockorarthanfordes tam 471897 State of California Department of Tnnaporttnn Humbow County Sall Coat X WA in Oala S05A40 81154014 1727361h SOM CommaNo 014)fA694 (Tal)63a1152 Sacramads, CA 95816 Humho$i t County. CA Fac WA Chip said Jim R OslwCdot Ca gov 472WS Couenyyof Sublets Sublime County Chip Seal X WA WA 4,t143.890 8131rt014 PO Boa 250 Coearact No 2014•CHO+SEAL Paehtata. WY a2041.9908 Various Roads in Subleae County chip seal 476/65 €odaal Highway AdmiBstrsinn Oklahoma Parks Z014 x WA Jan Kerrigan 2917,605 013 1t2014 t2300 West Oakot A— Cormcct No. DTFH88-14•C-00027 (720)9B3-031112 Lakwanod. CO 80225-2595 OK Fac WA Patch, dho and miw (an kenganadof gov 478270 Chuk County, Washogron 2014 Joint CayCou ty Proverwtnn Caanct x WA Cod Wbarwr 1,426,642 01302014 1300 Franklin Strom Contracttto 16720 (3400)397-6118 Vancouver. WA 90660-28M Clark CoLay, WA as WA AR dap seat with dory eo6warsanm4PCWk wo gov 48011166 Cayof Hasboro HUdon Mkrotvrfacig x WA Tensile Gibson 624.979 W3017D14 ISO East Main Stem Cornet No 20552222.6102 503) 349.8234 HiWicto. OR 97173-4028 City of Hthbao. DR (503) BBi-a232 (F) Type D sli ry and Type fit mitto too" pahm�hhasba+o-ohhgon qov 461760 Cots" of San tuns Obispo San ties Obispo Coady Paysnhora Susfaca Traatrnem X WA Soon Wetmore 985.T73 12/31/2014 1055 tM curvy Stem Room O. 120 CamaciNo. 245R1291519 (BW)78t•5232 San Luis Obispo, CA OUD61003 Vsrbvs San Luis Obispo County Road& (805) 781.1229(F) Minosvfsaig awmnereCco.sb cm u 488708 Cayof Saratoga Sp+kge City f Saratoga Sprays Pawment Makaenanca 2014 x WA Mark Edwards 569AD2 9I 2014 1307 North Cormnsee Drie 5uaa 200 carried NO.. WA (901)7666504 San hogs Spnngs. UT 84045 Saratoga Sprigs, UT (eoi) T669To4 (F) Type 0 slurry m.Nnnd%6umugasprvV".wm 486725 State of Utah US• 191 Chip Sad x WA Russ Tango V33,768 9=014 4501 Sohah 270D Wed Contrail No. F-R,19,0(224) (435) 259•5030.21 Salt Lake City, UT 84114 Various Loralbm In UT Fax WA Micrmudsoaq nang-4—h9ov 487048 County of Saran Cruz Saraa Crut 2014 Pawman Management X Grange Comtruvun Saw Koetim t.M.07 IW=14 701 Ocean Svvvt. Room 410 Convect No. WA 1715 Comstock Street (409) 327.7050 Santa Cnu, CA 06050 Rants Cnuc County. CA Sent Ciam, CA 95054-3316 (408) 327.7099 AR Clip ail ale- kaeslarQpcht tom t—' Updated: March 2015 Attachment 8 Page 2 of 4 Prime cr Subcontractor Name Name of Eng)nour in Charge Actual Job N tsmio 0f Conleaetor, If Contract Name and Addreas of Owner Name, location of Project, and Kind of Work Prime Sub Phone, Fan, and Completion )Number You are a subcontractor E-mall (if available). Amount Data 467273 Cotenyot Pbrca Pima, CowVy Cape Sorts and Aaprah Rubbat Chip Said X WA Ries!sowta 788717 SMIA7014 6 f5 South 91h Saoe1 Con"d No.: 1201 (253) 7W7285 Tacanu, W A 9Bmo5-4013 Pwn.Cauay, WA (2S3)7W4M tF) AR chip seat and slurry PWi:a.wa 490088 Cltyof t sa c"" Las Cnmm M;aoau(ateV x WA Janmy Marano 601 148 12/3112014 700 NoM Maas Seem Contract No. 15200760 (675)52&3126 - Lot Cruces, NM 6800A Cay®f Las Cnxoa• NM (575)528.3038(F) Mactostataceg )tttae erg 492462 CHyol Nbuptlmpuo A1Mlavo-+qu4 Mmatefwxg X WA Phalp Roma 1152"0 12121R014 PO Rs,. 1203 Comraci Fb. 49.805• t4. t t391.905101 (505) 22&779$ MEtnqumque, NM 07103 Cty Of Atbrquarque, NM Fac WA — Lfaxostataug Prorno�n� 9a+' 395583 State of Colorado SM 149 Chip Seal Project x WA Ron Alamrdsr 3,298.566 4ZIJ 12914 ....� 4201 East Arkanass Avenue Roam 117 Contract No C19033R (910)249.5295 Deno, CO WZZZ-3400 Lake Cay, CO (970)24110018(F) Chip seal, beat tarots ronald b.a1 8tata m to 41214B Cayof Farmngturt Cayof Farmington Mcrostaface 2013 X WA J.B Small a25 793 12131*014 BOO MwwJpat Drkm Farmkgton,NM87401.2003 Contract No. 152205 Cityo(Fallnag)tan. UM (505) SM t283 Fac WA wrosudseaq (amatu�hnfi a9 { 414010 Cttyal NobM Cay of No!>ma Fog Sea12013 X R9nrtb Clwle 190,250 12r31r2014 200Eaal8mdway SVm Comma No WA (575)397.9238 Nabba. NM a824NB425 Coy of Hobbs. NM IWA 157511397,0334 (F) .....) Fog seals@OS&Be 50.50 minowenChobbariffieng lUlae Cay of RosoNh 2011 Slurry Seal Prajsat X WA Jarry Dankbar 1126,618 12131=14 311 Vmnon Street Contract No WA 1946) 774-5791 R—Ala, CA 96616 Coy! R—Als, CA 10 TO) 774.5756 (F) Skrry aeai ErgProj0..G.aeata oa w 400777 Los ArgNm Coney Deanmam of PuN"c Works Et Nil- P—mart Prasarvatinn x WA Cdkt McCann i t8Q596 9/Sr2014 - s 2 POso. 1480 Ca4ractNo R000015317 (626)45R-31ta A)hamtlra, CA9i802.1460 Verona Sbs,s,h h nos Argalas Candy, CA (628)45&2fill (F) Satth seal wnd mkaosulockg cmccaner&pa lacctmty you 403532 State of C&Wwtdb Depann,am of Tranevortatbn Routa 90 Clap Seal x WA - is. Claim 563.787 85=14 1727 301h So" Comrad H. 01•97704 (7071634.1152 Saaramemo. CA 95818 Humboldt Conroy, CA Fes WA Asphalt tubber dip seal Jim R Dabrcdal ra you 40 394 Cayol Forlaregg 204a Street Rasurfeokg Ptojen x WA Latin Parsons 1,197.579 51311"14 416Natlh Frardlkn Strsel Coned No 41275 (707)901.2823 Font Rragg, CA 95417.3210 Vtrbus Str®ats In Fon &egg, CA (101) ttO 1.1802 {F) AR raps seal tparsorlsetortixagg corn 410933 State of Nerd. Dr psrtmant of Tnsnspanattxt Chip Seat of Emteq Roadway X WA Dun Chrntmnsen 4,704.954 VJU?Old 1283 South Slawsn Saaat Contract No 3535-READV (tT5y 28tY89T0 Corson Cay, NV 99712 US 6. SR 301. SR 375. *nd SR l00 m L0—An and Nye (775) 299•e971 (F) ,_... Cho anal dchnshans.4D" asila nu va 412114 Coy of San Joss, 2013 Sway Seal Project x WA Rkastdo Morei®a 1276,391 2Ra+2014 200 East Santo Clara Saaet ContactNo - 73119 (400) 794.1057 San Joao, CA 95113.1903 San bsa, eA (40a) 2a7-ole9 Shiny awl tturtio moraMsCsanpo..cs gov 1 f ) t i t Updated. March 2Dt 5 Attachment 8 Page 3 of , J I 1 F Prime or Subcontractor Name of Engineer In Charge Actual Job Name and Addra66 0l Owner Name, Location of Protect, and Kind of Work Prime Sub Name of Contractor, it (Owner), Phone, Fax, and Contract Completion Number you are a subcontractor Amount E-mail (H available), Date 416500 County of San tut Obispo 2013 Mgosudacerg Various Carey Roads x WA Soon Watmote 720,667 WV2014 1056PAMM yShow Contract NO, 24$Rt28814 (005)781.5252 San Lra 0bhpo. CA 934D8 Various Locatiom In San Lm Obispo County, CA (605) 7a 1.1226(F) LGaoauAaciq avrobnore�ca.ab a sn 417730 Cotrdyof Santa Barbara 200113CountyWidirScrub Seal and M.;rosorfacara x WA CIO Repfegre 1,997,378 1131r2014 Me Want Factor Road Conrad No. 620631 (805) 739-8779 Santa Marta. CA 03455.3615 Santa Barbara County, CA (805)139-8733 (F) Sent coal, mkmawtaeing ttaplop/emabya net 41TM CRy6Camty6f SanFrarrcuco CRY 6 County of San Francsco Powmata Ptesa wn x WA Maurice Ylalnnts t,075,030 &=014 16M Ma41on SUW Ath Fkor Cormscl fee 215WA (416 MC8362 San Frenehty, CA 94 f 03 San Fmncxv, CA (415) S54821S (F) Cmel,5l atd rnicosulackv M&ura:a WflismsQzfdpw M 420035 State of Monte- Deparbnrnt of 7rampottatbn Augusta North x WA HarM Woodhouse 1.739227 12r31 r2014 PO Bas 21 Contras! No. STPP 9-q""o (400) 284.5282 Sw~, MT 59463-9098 Augusta M Chutasu Hphooy281 MT (408) 284-6263 (F) ww"uriecav and whip rehab "+ hwoodhouseend gov 422177 Matte Transportation Oepartmam Shoop Trai Road x WA James Omar 50003E iMM014 POBoa7129 CoMnUNo. A012(422)►A0/2(424) (208)239&3337 Botce.0 63707.1129 SH 308I-M, ID (208)239.3307(F) Chip seat pmas.otnarCid Naha gov 42S057 State of Utah 680 Mierosurferng x NrA Rodney Ruby 1,652. 334 =12014 4501 South 21D0 West Contract No F•1M4(mpo (601)910.2560 Sall Late Cay, UT 84114 M; UP 50 to 60 Fac: WA Msrotutfaeirp *ub&k"N gov 475368 State of Wyomerg Depamnem of Tnrurrortucn toe ccom m Raro Jundnn x WA Josh Nadi 889.887 1I i13rt014 $300 ashop BQ+A-wd Contract No. STP-2300041 (301) am-3550 Cheyenne, WY VD00-3340 Highway 4"; W 32M to 45 eo (307) 087-1594 (F) Typo 1f1 mErauaiat^ icsh )t� Pov 441OZ3 Stato of Caldomi® Dapettrnant of Trahapateton Ross a M wno County x MfA Joe 8lommst 509,740 10110t2014 17213Ddt Stm t CanSact No. 09359504 (760)872.0801 S"mmento, CA 95610 From 0.a LM. rush of Route 120 b NV Sister L:» (lee) 812•ea7a (F) Placement of AR chp coal Joe Blommeredot a gov 485 t21 CRY of Chaprrts Cheyenne 2014 Slurry x WA fUrn Staraw 612224 12115R014 2101074dAterar® Contract No. W27.14 (307)638-4334 Chayacno, WY 62001.3512 Various Leeattorre in WY (307) 6374258 (F) type 0 dury_ Iutawru�eheyarrreUy erg UOtlafetl: h4artll 2015 Attachment B Page 4 of 4 INTERMOUNTAIN SLURRY SEAL, INC. 2015 ComplatectJobs Greater than $500,000 Prime oa Subcontractor Name of Enei r r In Charge Aquel Job LdoYA £kale of Contractor, it You am a Contract t#urHbar Naar and addroas o€ CEtsn®e Nerrw, 6oeaticn of Project, Ord Kind o; FHrtce Sub 9uGcantr9dw (0-tiar), phone, Fez, and � Corap{®IFa" E-mail (If available). Data BDMI C-1110c� =i. c;tV3 alt % WA 6—wiaetwid US 141 1:50MS PD 11-1aa Ca tiv,1y WA {597j11123Ht T—gtv,,wTa27 ift OoaAtn C—h, WY M7i 57132lt{ii Che Sea{ aow+n.o-1-an mn 9taaTD Sid~ andS Clay Saar x WA t1WA81A. Syt 44 &rM16 aaate&MVwweat Cate. SaVm9emal 401)90+cm sat"cy1nulla {WW+CDuw1 Vt tW1i901A9ritFJ Cep 1wt p U17M Staidc OD. eso+<a7Trm.aPmvsan Raac He Sk.yaae{ x WA .amro km =Tay 41?a'2a1S 1727 mcr 11aa C Wtft uy.yoe a (WI-80-42a Saaaxnw,m.CA.Mla v~.c ft ca Fes WA sk., 5ad rs goe =m4 S—NHs, 6. US 91 aPCt ulrmm —V X WA SaarT-4 14109ai wmlatnt P08w17D CarRww 198T {7a2)T79-Smt t. V,,—NV eat 7S-at To vdt din 9e;m:'"®t-M: iaz WA Stgea e—g apaaaR$�a�4 mees RR71D a FY 1F US ,S<d G�1 X K'A Om Y�� iaW eta iNt S+m1S 1ataS-4Amnm5—laaa CFeI wyh a.tst 3 161916934ae2 Sea Dapn CA 02101. " SanV.@a CA (819YG711QSfft Saery 5� 9a' 929210 staler kbWAAO Da4a✓aeere ar Tl La. m'3a % WA JbklBawda `507 W2 a'ffiRA9d Mai P..F Amare C—adt*i STPP 16{(27121 40at S21,5a4a 11a6 YT lA3$iW1 a.*- fT F. ntA t. afaaDa c- a76W4 0e4n Cp,t;Pukk W—t C "Ba Po—t a WA Aloft 4a 220 6126+ " 11aw S1ma'Suzp lie C�Drt HA at IWOM7425 W ,WA�Sat<IA1 Ch4WC Ty WA Pa NIA AR Cho, bad 00'Ma$mia+aFaR wa ua 6311W 01701ocaw RW fY 2at3 RDasitaed ParAtgvt X WA L D.v Pmevam 2.0,0101 7121.101S 8aa7Tlta C11 VWN. 6D9a-1 11Sdt (S29)7St.1tba Tuct,� A2 aS72 7210 T.— A7 [91077at-4TJS {fj 5aH1 It +,d bAnaawiaa9 kweFaxamb'9zaau%9a Swu Cx-Caaaay tat4,Asa Cttyt artylhxnoaaml Carotet A WF Cmw—aner Sb1t YS0 a'ffi'2a53 130e F,v Stoat C 3@H NS 16= (MiX741ta VaCOIN. WA pom 7Ss1 C#1Co-MT. WA F16711214S7{F) An Caq sw nd SL-anal A�anxBM w pm Steam C#rda t sb a P"V-2a X WA 0—Salmi 5MM bmwit 21411—A.4 Ce&-H I.Acis tans 76s91n at At D-41 8j..4 pry Al iami 711 ow (P) BAR ta^ 91 2 S dk4.4n®f) D@ WaSa*t 9<G W& fl�'91a 2101 Pheaacl A.aa,a Cwexi ND fa17-1{t9l pea HH 7-tlta7lu (4044aD24DWS Htiaa. YI 9W20.10a1 igay�Ctrmy. wr fua{ea2i 01 1� M 9a wam CayM Cx,Oy 2415 Y Me Aaamt P— tOta tY11t7at4 P00.1m co aaC wItu (tot/ "33 Abgwpse, "Alfp tv; W. tifeS17aa119Sin kays@aUy�7 0. HDO+nbtQ<�a�a 91Saas c yer Varxww CayVVarmrw % K'A 1—tas 2ytH as7 1'YIlplta PO bcvt911 CaR ND I&= (M9)"T. Varraa�.m WA449da-tali Cl,d Vartofia WA 1�I aat.i:U{F) AA Crq Sa 9 —y sae. vW taovaAcmq iii amw b�r$No,rmla m Upde{ad€aMWIY "16 Anadwtiont 13 Page I of 4 INTERMOUNTAIN SLURRY SEAL. INC. 2015 Completed Jobs Greater than $500,000 • i 0 v Pnma ar Subcanbactw Name o4 Enpinoer In CnArpa Aefue4 Jab Raw and Address o40amar tlatrlo, 6ocalWn of Pro}oe1, w1d KMd o4 Worh PNnu Sub Nam, of Contractor, It you are a (Quslorj, Phone, Fall, and Contract Completion Number aubconirectu S-mAtf (1f avaAsbtaJ. Amount veto Salim Staved Crab Sif tld Sal=M-FWAOw1Yt x eeawa Cav-w Ca Di1a1 Gw-d Man Yt2-Ais a201EAwaten.rsAw.=,mR-117 CalFaci Ne 51AC"Ad10 Po B.,= 0701520-5au 0i Cl)e=2 3496 Walraq%n Catdy a Ytsm Canty CO $-1" C010151-mas Fir WA CMSxd latoemamazxmr,. 54rf7+ S-0 Cmw..a Otb�d hmypetdnn ms, ta. oen, 5wd Cam x WA Ftewde Da Aft tWe" 1Ca.Zais 177r3ws- C-e Na Da"M (sM}NI.661f Sai*Rna G03016 Ft Cuter. uwaa Q-v"TN Cloth. CA t.,WA ARCS Sod k.,oftda. we".9. slew C-a .y- 2*-W1s ." Pamnw+i Praamreban 5VoSaf P qW x faA AmSw.al tpq➢m & W's i1lb Rnarorom D- What 1612M (ina)fr ma PI AZD=11712 Temp.C.-R Al taxein+alarlf) Sena S"a Fused Au favtrtgV tut s3Mla CRWAFAwAax Prasrrdan x WA tfar[y Rasesr ita71 E!7itD4t4 sib Ead be 5- C--P DTF} 15-R4OCe i3Cd)ai0.77m V- WA BVLAt 3BJi vvnreL-e.4RiWA P. WA Aavtraatersy �r rg� Sw Ss1o52 tbw L:aeep Dacae.w.n ex T� N1i 019 460i1S41 a b-1a19 Y tLA 1121.21a CIIS'Ats neft Ke. 0- Ca3 YN. SP+10(3711 (4fai4:SOs5i (•aVtaa:. Ina a7101+00W tM%.,RN. Nu Ni WA Wx4- s51t15 Casdyd3.Dxq Cwmdpeapa Svry Sd RaoWttry x WA wNow" tali S11 +1:V2b15 SUCOt A-SWV* C--l- sale= (a5a12s7-1tx1a S.0Z,, CA 02MI12o4 5.0.9a CA Fa WA '.Anys a un+pya+$w-typgl. s"214 Crydl� Lk--f-" x WA 0w sagdwr S. Sn W76'mi5 ,an 13w Straw llaa„m. Ct wHo f721a (IN)"saam t. at.k Tx tool 4ew Ldb k Tx Fee WA 10 4-9 nutdiAHoR&bW suet FadaresWw+drA6revoxa0m Rs ,Mq Nl*-il Pba x WA Aat xarttpm 1.si5.111 an..t6 173WWWDAM-.aria Cam¢t!M COFTw M3U0PAE51t11] 1tm196YIW L6..Ded. CO a011621a1 fa WA Lk-- af--9 ie+ 9d 0. ssR Slre N Qi-la Pbsmtffic b Rpfary � I x NtA s C.g7ns 1 e91 ce4t G'b..Mis 410UE tAAi Aw Rm ll7 Cmtmt Na C11M. ;Sml s-wl tti.CB p2.1`.1aoa Se+fAlgsd Cavcy CO 147b{se32#f{iJ U�S� aae�nidpammwoc SSasis 0,Yarriidmd nwtSCAms WTraa.sap -t x WA Ara. WIN&- 4"$41 Tt UM$ w6SP4.10e A- Cmww MZNT.41wn (s")US-na7 nulme CA 01210-523e CA F. WA Cms Sad 4=56 Ad0"C * 5 x uA 51-M- 10101111 6 1S 27att4-t Aver Q"W NC olet3 t406i 731120e0 Hpw1a uT 39626lw 1 TIN'ww C4xany UT WA AWA•4xm+xxttaNq "ate 67a23 Caroxd ptvw R WA &iQ S.-M 01674 K2aws elssn,>nae x- Coasxtfeo WA tw)iw67y W ?-WA A.S<m P-Cmadf WA F. WA C-Bagera Lh ..elvaq ampRmCB+Nvf Spits Cats V+W+ mtS Rttb+.sa Sad Pnyaet x WA t+an otpiato+� 111'fW &'it+2916 nyW-A� C"a No -&t r3 OW71341q YnaAa CA G=t-vlI I '' CA t5W1I3-410GtF) Rmmm Sed i*6'n +aNa cs sn 1a....a UP1Yed Februery 2010 Attadlntad Page 2 61+ IWITRMOUNTAIN SLURRY SEAL, INC. 3 2015 Completed Jobs Greater than $500,000 °®® Pd— . 5ubsaNracSat HA of Engin®e7 in Charea A41".1 Job Harrill and AA Itm of Owsar Nam, L®ca0an of Petq-t' And Ft1nd of clerk Pdmo Hub Hturva u1 you a!� E {OVAwl, Phone, Fax, and C� Completion Number subcontractor ntrac o aubconlre0lM E-]nAi)(it aval)abla). wnt AmOuni Data mutt CAr44Waat P� A WA D—W." s]a.570 w1w2o s toot Wa,Va]"— Gannet tin t4•A (5W1ver-lum Wwt RF.4Aavd.W400031•WA3 WMRtlYvi6.WA Fan WA All Ctp $ad pw¢mvsaae4ad as SssaET CAtrd sam Cwn4 mt4]sAmud SxzrySadPery¢t A WA Fa91]da] W2,3M lZim's 2300Val—saemraa&—1 CamsOri6 LWla2 I861)2m-4138 Ilene Cknla Can1151]]m sexcluch ift])2444w(F) umsad aq�Dss>ms�memr WT4its T1ar.d in¢kw tyPm+mam drV Wo]4 20is$bztyssd A tV. taq'.aNa w1A71' W=7015 tQlp TeaeR Ar]ntPmd CawW tm C1Mi IMM2.1m Tn CA"101 hW.w.. CA (SM)442•r7fa(F) sam sod cwa W?7t4 atyer Cm4+ad FFr4-ISPsMmalt Pr]M A VA 3di Ra IM0013 tifltrmis la^APabeda01- Ca - Pimn (sai)6511104 c,—I CAw5tit2436 Cam CA ta24Ss713315(F) °P. 3a0 R1 4 1 as 571201 CxyffikMQtaas 200-$14 M—llsSf40r2]AWonnao P.W x WA wee.. Got est Awmats no Nor M-a— C--ft f&ta014 is76)s2a31at Cr—' MA LNCe14 NM Fs. WA aQm a0 as]Bt6 sores6Wtaz]tero Ow.�t*wad t] W]mm+aa dt1e� 3Rsbst4 x WA keaam RaMrt 2si3a]7 711=14 $ 61-e]Msomaa Crnaluttao e7PPM0t4a024A-"m Mmmv Mr)3s2-Mm cr w— Wrlma 3sw Vawt4tu�ttef Wr tmr)ss2atm tFy Ch. — 1 As370: $ dW GD�.m¢*ah]97e w dT]a�Oroact3 x WA �® t.4 ft� 201,1411 7Rt+Ats SMQ Blom eane.®d Ca aet Ab B1aM74.01aMMaalarAAf 132712w4coa Wr7rmac w YaaPoicc .WT 1M7i ]62i1q(F! C7O ood k40¢e 7r]r 473a3] Cft IcA W fa catd Weremwxa c'. a.- x WA Ilea Went lG6T Ma atYa'26ts Vlw"Fasa 3— Cp<ssn too Pwp+ mt4.19a 1773)921-6523 Wam w6a4as.97Da Carr% Wrsv-a*>uc 7N t77s)syS lF) AR arm r� ucad4+aQwv+aeaa-aah av V'M Fre 1011 wwYMrrrs'— G idx Fds�-r.4 Pei. F®Rrr�Kf`rs:.:rsam A Ten Hoet+d )aQS.ra4 676'�V1d t2M0Wadc4 A.rna {'..sm ha ®7FDe�.i4A <IIAE9 (F2e)M-2147 . CO Mi 2563 M3 WN(F) xSu`6afa1..wo C:y ffieJ NnoPer (4gtm�pw 47Biat tkid Vanarx Mid C?¢yd Vrsmanw --� X KA S1fwt.w 2.55Ew6 lmiws PO S. Im Ca& f1 WA tm)407.Itx Y WA�iaa5 Cgdv ,WA (30)4417 Tt3a(P! AP W� 5.�. 3xa.r aad.wderm,aw+.�V ut ] r"Zot O«,rammno o'Te Smnta�$trwa � � x WA _..,_,_�_.._.,.. Osmrt PPro4ma 7780 1 iW']f12014 Sim 8.1 PBatao+ra0 t'.Gt64Uara $SFLLEV$14wa tur)rl( 4m t7mf@aa WVe7 7340 Qqd E®vaa1.WY (MI)rmllss(F) 7Ar+aaaufssFg ddKn nor 4 WA fvebe P]aa 3MAN Wom's POew7129 C--a role 42MUW7asi 0 to a2)07-Me T—FatB C." 0 ] Fa6&7Q89tF) 44e Smd lam+ isan Dar at H47 9—lumt VSn6 SR 323 x. WA e"__6leemn 11MAn 16014$ts 4MIS-2700W®t Cm-o FA1eR1)5) twOl al" Sat lab try. UT w11a C®a4r. UT Fa W'A Updated February 2036 AntuJi lNR 4 ram 3aI1 INTERMOUNTAIN SLURRY SEAL, INC. y2015 Completed Jabs Groater than 5500,000 Pnmo at Babson dot Job Namo of Conksetor, l/ you aro s Nano of En®Inaar In Charpo Contract Actual Natro and Addroaa of Owner Nano, Location of PmJad, and Wad of Worts PrimSub (Ow nerj, Pborra. Fax, and Complatlon Nrrmbar aubcontradot 6rnall(if avallaMe). Amount bate 51304 %—au SA222a}n IN x MA T-140 ae au 472 L11=a16 s+At Sp.T 77Jawwr Danaa:tra F.nrgatrro) 69t1a2;'Itat SaxLWtar uT MtSe Dew Coeur.M 00002418i(r) 4aww+mna *WrnesQwnOa Updolad Fabtusry 2010 Alladward fi Pop 4 of 4 Updated March 2017 Attachment B i (t, Intermountain Slurry Seal, lna. 2016 Completed Jobs Greater than $500,000 Updated March 2017 Attachment 5 Page 2 of 6 Y- VORe lntermaur taln slurry Sear, Inc. 2016 Completed Jobs Greater than $500,000 a 1 t_l Updated March 2017 Attachment B Page 3 of 6i J rIntermountain Slurry Seat, Inc. ,2016 Completed Jobs Greater than $500,000 [,'Jpdated March 2017 Attachment B Pap 4 of 6 no � mem Irdermountaln Slurry Seal, Inc. 2016 Completed Jobs Greater than 5500,000 Updated March 2017 Attachment 6 Page 5 of 6� _ �,: it[i�uflD 5tfde Intermountain Slurry Seal, Inc. 2016 Compfafed Jobs Greater than $500,000 651049 EPOgintarity rey County PUWWo" Box 435 . NV 89440-0435 of Worr la Department of 3Dth Street OE MS 43 memo. CA 95816 of Ca ifomta Department at Transportation 30th Street. OE LIS 43 memo. CA 95816 id No.: ST•20*230 is City. NV Seat Nut No; IMW5904 :anon. CA Chip Seat Oral No. 10-OW6004 WOO(. CA Chip Seal Attachment 9 NIA tpl 524,426 Page 6 of 6 Similar Project Experience for Key Personnel Josh Bowen -Project Manager Praject Work Type Contract No. City of Fort Worth Microsurfacing at Various Locations Microsurfacing 100066 City of Sioux Falls Microsurfacing Microsurfacing 16-1051 City of Wichita Microsurfacing Microsurfacing 472-85267 New Mexico DOT Dist IV Microsurfacing SP-4-15(321) FHWA, Rocky Mountain National Park Microsurfacing CO FTNP ROMO PRE51(15) Paul Foster- Project Manager Contract Value Completion Year Owner Representative $_. 817,510 2016 Islam Tariqut $ 1,226,437 2016 Nick Traupel $ 660,175 2016 Kyle Kerns $ 1,121,211 2015 Adam Romero $ 1.835,170 2015 J.T. VanSwearingen Contact No. 817-392-2486 605-367-8661 316-2684044 505-454-3618 ` 303-962-9300 Project Work Type Contract No. Contract Value Completion Year Owner Representative Contact No. FHWA Chiricahua National Monument Microsurfacing OTFH6813DDDD03/004 $ 4,213,345 2016 Jim Kerrigan 720-963-3362 `FHWA Yellowstone National Park Pavement Preservation Microsurfacing DTFH6813DOD0003/0002 *� 3,300,036 2015 Jack Wlaschin 308-641-6945 NDOT SR-318 Chip Seal Chip Seal 3633 $ 1,788,150 2016 John Brander 775-777-2815 ITD US-89 3rd Street Chip Seal 7922 $ 564,971 2016 Dan Harelson 209-239.3377 NMDOT, District 5, Polymer Modified Emulsion Surface Rejuv Scrub Seal 30.805-13-09664 $ 758,888 2013 David Martinez 505.995.7714 John Tompkins- Superintendent Project Work Type Contract No. Contract Value Completion Year Owner Representative Contact No. City of Fort Worth Microsurfacing at Various Locations Microsurfacing 100066 $ 817,510 2016 Islam Tariqui 8 t 7-392-2486 City of Sioux Falls Microsurfacing Microsurfacing 16-1051 $ 1,226,437 2016 Nick Traupei 605-367-8661 City of Wichita Microsurfacing Microsurfacing 472 85267 5 660,175 2016 Kyle Kerns 316-2684044 New Mexico DOT Dist IV Microsurfacing SP-4-15(321) $ 1„121,211 2015 Adam Romero 505454-3618 !City of Lubbock Microsurfacing Microsurfacing RFP 15.12750 $ 2,890,673 2015 Dwain Mitchelf 303-962-9300 JR Hermandez - Superintendent Project Work Type Contract No. Contract Value Completion Year Owner Representative Contact No. TXDOT US 70 ETC. Scrub Seal 1216030 $ 1,112,445 2017 Laura Alwan 806-637-4501 NOOT SR-318 Chip Seal Chip Seal 3633 $ 1,788,150 2016 John Brander 775-777-2815 CDOT US-36 Kansas State Line West Chip Seal STA0362-036 $ 879,855 2016 Jeff Vickers 970.520-1379 UTSSD 2016 Asphalt Management GSB-88 Fog Seal GSBS&16 5 488,000 2016 Eric Major 435-722-8267 UDOT SR-150 Chip Seat Chip Seal 169708 $ 406,641 2016 Todd Richens 801-975-4964 I Names operated under. Sear Fiver Constructors and Intermountain Slurry Seal, Inc. merged 12/21/1999 and were then named ISS, Inc. then changed their name on 05/24/2000 (18 years) to their current name of Intermountain Slurry Seal* Inc. because of name duplication. Appendix Al LITIGATION AND/OR ARBITRATION PROCEEDINGS BROUGHT BY AND/OR AGAINST INTERMOUNTAIN SLURRY SEAL, INC. (-ISS") WITHIN THE PAST FIVE (5) YEARS (As of March 2017) Vork/payment issues over $50,000; excluding personal injury actions covered by insurance. ISS does not track claims. START DATE CASE NAME NATURE STATUS 11/-22/13 ISS v. City of Georgetown Breach of contract; termination. The matter was settled with Georgetown rescinding 4/14 -Settled Br their termination as if it had never occurred. 1/27/17 ISS v. KAD Paving Company Breach of Contract; negligence. Kad was a subcontractor on a slurry/seal project and Pending failed and refused to perform, causing 155 to incur damages when retaining a substitute subcontractor. Appendix B1 Intermountain Slurry Seal, Inc. Managerial Organizational Chart City of Lubbock Micro surfacing 17-13315-TF Bryan Warner I I , Paul Foster Senior PM Senior PM --------------- Taylor f Ba Rick Nielson PE PM Antonio Hernandez PE Superintendent I I I Superintendent Appendix C1 Jason Klaurnann President Rusty Price Operations Manager Shawn Scott Jensen Fielding Equipment Senior PM Manager Scott Mabey PM Garco Testing Jeff Kerecman i Equipment Superintendent Superintendent Josh Bowen PM .... .. .. Nate Kevin Harris Niernann Business Janet Cassel Marketing and Safety Manager PM JL Development L Kelsie Goodwin Office Manager ............ .. i Ryan Sorenson Nicole Loretz Seth Miller Environmental Claims Field Safety Manager Administrator Manager Superintendent Superintendent J Intermountain Slurry Sea[, Inc. Project Organizational Chart City of Lubbock Micro surfacing 17-1331S-TF 1 Rusty Price Operations Manager Josh Bowen Paul Faster Janet Cassel Safety Jeff Kerecman Equipment Garco Project Manager Senior PM j Manger Superintendent i Testing ----------- ------ - JD Tompkins Microsurfacing JO Hernandez Scrub i Seth Miller Field Safety Engineer Ryan Sorenson Environmental Scott Reese Field George Peterson Superintendent Seal Manager Mechanic Asphalt Technician - --------- --- Subcontractors i I " Suppliers Pavement Markings Barricades f C & S Sweeping Ergon Asphalt & Emulsions Capitol Aggregates Unlimited Vulcan Materials Kenna Sweat Field Technical Support Kelsie Goodwin Office Manager Appendix C1 Price, Rusty 801-869-5101 Office 801-201-7246 Cell 520 North 400 West North Satt Lake City, Utah 84054 Rusty.Price@gcinc.com lntermountainslurry.com Objective Leadership, oversight and general management of all aspects of work performed by Intermountain Slurry Seal. Experience Jan, 2012 to Present Intermountain Slurry Seal, Inc. Salt Lake City, Utah Operations Manager Responsible for pavement preservation operations throughout the Western United States. • Safety, Ethics, Anti -Trust, Anti-Discrimination/Harassment Training. • Abide by the companies code of conduct. • Responsible for the general safety training and practices of all employees. • Ensure our EEO polices are communicated and followed. • QC/Q4 ensuring Total Quality Management. • Estimating oversight, conformance to contract requirements and specifications. • Management and responsibility for multiple crews working throughout the western united states. Feb, 2004 to Dec, 2011 Intermountain Slurry Seal Salt Lake City, Utah General Manager • Oversee and review all estimating documents and procedures. • Oversee and general management of all contracts documents. • General Management and performance of all contract performance of work. • Quality Control plans and procedures. Feb. 2001 to Feb. 2004 Intermountain Slurry Seal Salt Lake City, Utah Utah Operations Manager • Scheduling of 4.5 pavement maintenance crews. • Various duties of project management and oversight of successful contracted work. • Estimating various types of contract documents. Sept. 1995 to Feb. 2001 Intermountain Slurry Seal Salt Lake City, Utah Estimator/Protect Manager • Responsible for investigation and estimating various types of pavement maintenance contracts. • Management of risks and safety of contracts for employees and general public. • Responsible for the highest quality of workmanship and quality control for each project managed. • Oversight and coordination of subcontractors, material suppliers, hauling of materials. • Accurate and timeliness of job costs and monthly forecasting. • Responsible for accurate pay quantities and project documentation. • Partnering with owners representative for on time on budget quality performance. May 1984 to Sept. 1995 Intermountain Slurry Seal Salt Lake City, Utah Superintendent • Ensure that the company safety policy is adhered to in all work activities. Traffic Control plans adhered to and managing risks for general public. Conduct daily safety audits and document. Communicate with owner's representative daily regarding project schedule and work performance. • Directly supervise and oversee the equipment and labor constructing the work. • Ensure project is productive, efficient and work is done on time. • Follow motor carrier rules and regulations. • Keep daily documentation of major activities on projects. Track and keep daily record of quantities completed each day. • Work with project manager regarding scheduling of events daily. • Keep jobsites punch list and housekeeping duties up to date daily. 1989 to Present Member of the International Slurry Surfacing Association 2006 to present Member of the International Slurry Surfacing Association Board of Directors 2009 to 2015 Chairman of the slurry seal and micro surfacing committee 2015 to 2017 President of the International Slurry Surfacing Association 2010 NCHRP Synthesis 411 Micro surfacing Highway Practice Topic Panel Member 2013 to present Member of the Emulsion Task Force FHWA 2015 to present Member of the Pavement Preservation Expert Task Group FHWA 2013 to 2016 Member of the Wyoming Contractors Association 2012 to present Member of the Texas Association of General Contractors 2010 to present Member of the Utah Asphalt Paving Association 2007 to present Member of Rocky Mountain Pavement Preservation Partnership 2007 to present Member of Utah Association of General Contractors 2016 National Member of the National Center for Pavement Preservation Regional Pavement Preservation Partnerships; North East, South West, Midwest and Rocky Mountain. I Josh,Bowen@gcinc.com • (469) 271-2044 Education and Certifications • B.S. Construction Management Boise State University in Boise, ID. Class of 2010 • High School Diploma Capital High School Class of 2003 • OSHA 10-Hour, OSHA 30-Hour, AGC Traffic Control Certification, ATTSA Traffic Control Supervisor Certification, AIC Certification, UDOT Phase I and Phase 11 Partnering Training, Business and Ethics Training, First Aid/ CPR Training 2016, Reasonable Suspicion Training, Government Contracting Compliance Training, Environmental Compliance Training, DBE Training, Cyber Security Training, and Anti -Trust Compliance Training. ProjectManager/ Estimator— Intermountain Slurry Seal, Inc., Lewisville, TX® May 2010— Present • Responsible for pre bid investigations and estimating various types of pavement maintenance contracts. • Complete job setups„ purchase orders, procurement, subcontracts, budgets, and submittals. • Daily superintendent and crew management of logistics, job performance, preparation, and planning. a Manager of risks and safety for crew and general public. e Responsible for assessing environmental hazards and implementing best management practices. • Insure quality workmanship and owner satisfaction for each project managed. • Responsible for all correspondence with project owners, and project required documentation. e Oversight and coordination of project schedule, timelines, subcontractors, and material suppliers. • Accountable for project budget, cost controls, and job cost forecasting. • Estimate and manage project in multiple states with varying specifications in $1 M to $5M range, Intern —Rocky Fountain Electric, Inc., Eagle, ID a Field work, parts runner, general laborer, take offs, estimate assisting. Framer —Plantation Homes, LLC. Eagle, ID Ordered lumber and building supplies, layout and set control points, general labor, and responsible for meeting schedule and deadlines. SkiHs and Attributes Attributes: Safety, Integrity, Passion, Motivation, Loyalty, Attention to detail, Communication, Leadership, Organization, Time management. Computer Software: Word, Excel, PowerPoint, Access, Outlook, Primavera, Microsoft Project, HCSS Heavy Bid, HCSS Heavy Job, Enterprise One Accounting, Bids 2, Macromedla Design Software, AutoCAD. Equipment: Loaders, Skid Steers, Fork Lift, Mechanical Brooms, and Rollers. Basic Spanish Available on Request Paul Foster Construction Manager Paul Foster is the construction manager for Intermountain Slurry Seal, Inc. (Intermountain). He is well acquainted with all aspects of pavement preservation. Mr. Foster oversees all aspects of the chip seal operations. His personal commitment to the company's core values is reflected in his dedication to the completion of projects safely, on time, and within budgets. His passion for pavement preservation is echoed in the ability to consistently deliver high quality projects. Mr. Foster understands the importance of building strong partnerships, built on trust, with project owners to insure the highest return of their investment. In construction since: 1993 Education: Gardner High School, MT Project Experience Yellowstone National Park Pavement Preservation With Intermountain since: 1994 Owner: Federal Highway Administration Mr. Foster was the project manager providing daily oversight all aspects of this project. This work consisted of surface treatments on several areas within the park. The project included phased construction and required coordination with multiple subcontractors, vendors, suppliers, FHWA and park personnel. This was an extremely challenging project, as Yellowstone had a 20% increase in visitation. Scheduling was paramount in the success of this project. Mr. Foster's experience and knowledge helped in an early r completion of this project. References: Jack Wlaschin (308) 641-6945 Jim Kerrigan (720) 963-3362 Chiricahua National Park Pavement Preservation Owner: Federal Highway Administration Mr. Foster was the project manager providing daily oversight all aspects of this project. This work consisted of surface treatments on all areas within the park as well as major drainage issues, MSE walls, colored concrete curb/sidewalks, asphalt patching/paving and miscellaneous related work. The project included phased construction and required coordination with multiple subcontractors, vendors, suppliers, FHWA and park officials. Mr. Foster's experience and knowledge helped in an early completion of this project of this project. References: Dan Onisko (303) 5244391 Little Sahara Pavement Preservation Jim Kerrigan (720) 963-3362 Owner: Federal Highway Administration Mr. Foster was the project manager providing daily oversight all aspects of this project. This work consisted of surface treatments on all areas within the recreation area as well as miscellaneous related work. The project included phased construction and required coordination with multiple subcontractors, vendors and suppliers. Mr. Foster's experience and knowledge helped in an early completion of this project. References: Mark Lloyd (303) 8074585 Jim Kerrigan (720) 963-3362 Construction Manager Texas National Park Pavement Preservation Owner: Federal Highway Administration Mr. Foster was the project manager providing daily oversight for the chip seal portion of this project. This work encompassed six different parks throughout the state of Texas. Chip seal was placed on all paved roadways and numerous parking lots. Mr. Foster was responsible for scheduling all aspects of the chip seal, fog seal and traffic control with the employees, FNWA and individual parks. The project began September 14, 2012, and was completed October 17, 2012. It included phased construction and required coordination with subcontractors, vendors, and suppliers. References: Joe Kosine (303) 358-1915 Sena Wiley (303) 979-6072 Owner: Federal Highway Administration Mr. Foster was the project executive providing oversight on an as -needed basis for this $5,202,407 project to perform chip sealing, fog sealing, micro -surfacing, crack cleaning and sealing, flexible pavement patch type 2, pavement markings, and traffic control on all paved roadways within Big Bend National Park, Texas. The project began September 13, 2010, and was completed December 5, 2012. It included phased construction and required coordination with subcontractors, vendors, and suppliers. References: Richard Duvall (303) 249-7587 Sena Wiley (303) 979-6072 Mr. Foster was the project manager providing daily oversight for the chip seal portion of this project. Chip seal was placed on all paved roadways and numerous parking lots. Mr. Foster was responsible for scheduling all aspects of the chip seal, fog seal and traffic control with the employees, FNWA and individual parks. The project began September 14, 2012, and was completed October 17, 2012. It included phased construction and required coordination with subcontractors, vendors, and suppliers. References: Sena Wiley (303)979-6072 Rick Marquez (303) 881-1255 Canyonlands National Park Pavement Preservation Owner: Federal Highway Administration Mr. Foster was the project executive, providing daily oversight for all aspects of this $7,075,855 project, to perform roto-milling, full depth patching, micro -surfacing, chip seal, fog seal, traffic control and pavement markings on 6 locations throughout southern Utah. Chip seal was placed on all paved roadways and numerous parking lots. Mr. Foster was responsible for scheduling all aspects of the project with the employees, FNWA and individual parks. The project was constructed and completed on time in the fall of2008. It included phased construction and required coordination with subcontractors, vendors, suppliers, Federal Highway Administration, and the National Park Service. References: Chuck Ludders (720) 796-3725 Joe Kosine (303) 358-1915 � � ` toil gttttt�t ~ Construction Manager Construction Experience December 2015 to Present — Construction Manager • Responsible for oversite of all chip seal projects in nine western states. Work consists of the procurement and execution of 8 to 15 million dollars of revenue per year with consistent at or above bid day margins. Owners consist of state DOT'S, FHWA, local counties and cities, as well as private entities. • Manages employees, equipment, sub -contractors, suppliers and customers for successful, high quality projects. Manages quality control of materials and product workmanship. Oversees the high quality of safety standards are being implemented and adhered to. Financially responsible for all accounts payable/receivable aspects of these projects. • Monthly and Quarterly forecasts of all projects. Develops up -coming project managers, project engineers and superintendents. December 2011 to December 2015 - Chief Estimator/Lead Project Manager • Oversee all aspects of estimating. Develop strong estimators/project managers that understand the company's commitment to our core values. Review estimates prior to bidding. • Develop bidding strategies and histories to stay competitive. Update and mange bidding software. Understanding of all the different markets, competition, suppliers and owners. August 2005 to December 2011, Project Manager/Estimator • Responsible for estimating and oversight of all chip seal/FAST projects in nine westem states. Work consisted of the procurement and execution of eight to 15 million dollars of revenue per year with consistent at or above bid day margins. Owners consisted of nine state DOT'S, FHWA, local counties and cities, as well as private entities. • Managed sub, suppliers, haulers, employees, and customers for successful, high quality projects. • Oversaw safety, quality control and production January 2000 to August 2005, Foreman/Lead Carpenter, Clement Construction, LLC, Missoula, MT • Managed five to 10 employees framing residential and commercial buildings. • Oversaw safety, quality control and production. Good knowledge of blue prints and building codes Scheduled up -coming work, materials and inspections. April 1994 to December 1999, Project Foreman/Superintendent, Intermountain Slurry Seal, Inc. Directed report for safety of employees, equipment and travelling public Maintained quality assurancelcontrol of products, workmanship, suppliers, sub-FHWAs and jobsite conditions. Organized successful work in accordance with the contract documents Maintained an understanding of DOT specifications in Arizona, Colorado, Utah, Wyoming, Montana, and Idaho. (CIDCiICU tfuQt Construction Manager Affiliations, Certifications, Honors • AGC of UT Member • International Slurry Seal Association Member • 40-hour Supervisory Training • Supervisory Anti -harassment Training • Supervisory Anti-trust Training • 24-hour Utah DOT Partnering Training • Annual 8-hour Supervisory Safety Training • International Slurry Surfacing Association Workshop • Class A Commercial Driver License • 40 hr Granite Supervisory Training • Proficient with Microsoft (Word, Excel, Project, Outlook), Suretrtrak, P-6, HCSS Heavy)ob and HeavyBid. • Updated First Aid/CPR Training on 01/0912017 • 8-hour Outlook Working Smart Training • Business Acumen • Granite Leadership 201 Program 25+ years in road maintenance field, Applications applied are Microsurfacing, Slurry, Crack seal, Fiber mat and Chip seal. Proven great leadership skills to inspire and motivate others. 2013-2017 Intermountain Slurry Seal Lewisville, TX Position Held: Project Supervisor Manage a crew of 20-25 employees Complete projects in a safe and timely manner to meet deadlines Train others the safe use, operation and maintenance of applicable equipment Scheduling, Pre bid, Pre construction, Ordering Materials Computer Work, Daily Production, time sheets, Inventory of materials 2006-2007 Tompkins Trucking Blue Springs, Mo D.O.T regulations Log books, Record keeping, Bidding 1990-2005 Vance Bros Inc. Kansas City, Mo } Use of hand tools and proper use Log books, Record keeping, time sheets Traffic control procedures Maintenance and vehicle inspection Operate light and heavy equipment Scheduling, Achieving daily production goals, Industry safety ISSA training workshop (7 times) ATSSA Flagger training ATSSA Traffic technician ATSSA Traffic control supervisor (expires 2021) 6ergkamp Paver school Supervisor training workshop HCSS heavy job computer class Osha 30 hour cert. Ethic's training Lockout/ tag out Forklift safety Crane/Rigging Operation safety Confined space classes Humberto Hernandez Jr. Construction Superintendent JR Hernandez is a construction superintendent for Intermountain Slurry Seal, Inc. (Intermountain). He is well acquainted with all aspects of pavement preservation. Mr. Hernandez oversees the day to day duties of the chip seal operations. His lengthy career in heavy/civil construction gives him the experience to deliver high quality products. This experience is paramount in his ability to adapt to changing conditions, so each project stays safe, on budget and on time. In construction since: 1994 With Intermountain since: 2016 Education: Richfield High School Project Experience Nevada DOT Contract 3633 Chip Seal Owner: Nevada Department of Transportation Mr. Hernandez was the onsite project superintendent during the construction of this project. He oversaw all aspects of the project, including safety of the travelling public and workers, material delivery, subcontractor oversight, production and schedule. This project was over 50 miles long and a high profile project for NDOT, as they have experienced several failures on previous chip seals. NDOT was extremely satisfied with the end product and praised JR and Intermountain's crew for delivering an excellent project. SH-36; Chip Seal Owner: Colorado Department of Transportation Mr. Hernandez was the onsite project superintendent during the construction of this project. He oversaw all aspects of the project, including safety of the travelling public and workers, material delivery, subcontractor oversight, production and schedule. This project was completed on time with no safety issues. Construction Experience January 2016 to Present — Construction Superintendent Intermountain Slurry Seal Directed report for safety of employees, equipment and travelling public Maintained quality assurancelcontrol of products, workmanship, suppliers, jobsite conditions. Organized successful work in accordance with the contract documents Maintained an understanding of DOT specifications in Arizona, Colorado, Montana, and Idaho. sub-FHWAs and Utah, Wyoming, t ' �t3t�ti�tl2 Construction Manager April 2014 to December 2016 Zachary/Oberecht I was the general foreman on a large design build. I oversaw MSE walls, grading and excavation on several phases of the project. My duties include tracking time, cost, quantities and insuring the work was being built safely, on time and below budget. Affiliations, Certifications, Honors • OSHA 30 • Experienced heavy equipment operator: o Loaders o Backhoes o Excavators o Rollers o Asphalt Pavers & Screed o Dozers o Rough Grade Blades o Rotomill o Haul Trucks • ATSSA Traffic Control Supervisor • Supervisory Anti -harassment Training • Supervisory Anti-trust Training • Updated First Aid/CPR Training on 01/09/2017 '. f I 0r: r i Drive Sherman, I J / I' Summary of Qualifications: C. Kevin 1, f I° 1 I r / I f", 1 /:, ! / / • Leadership Skills & Teamwork Abilities from 28 years of management & project leadership roles w/ TxDOT • Experience in Organizational skills & Multi -tasking due to organizational duties & responsibilities • Excellent Interpersonal skills due to frequent interviews & daily customer interface • Part of team receiving the America Concrete Pavement Association National award for US 75 in 2006 • Licensed Professional Engineer in Texas since 1987 • TxDOT Paris District 1999 "Engineer of the Year" • University of Arkansas 1983 Chi Epsilon graduate with Bachelors in Civil Engineering Work Experience: ._ ..Marketing Representative for Intermountain Slurry Seal, Inc. April 2013 - Present • Areas of responsibilities — Texas, Oklahoma, New Mexico, Louisiana, • Responsible for customer relations, marketing of products, new product establishment. Account Manager for Ballou Pavement Solutions Dec. 2011- Oct. 2012 • Areas of responsibilities - Eastern Texas, Southern Oklahoma, Arkansas and Louisiana • Responsible for customer relations, marketing of products, new product establishment. o Developed Excel Cost Comparison tool for marketers, and product sample board. June 2009 - Nov. 2011 • Responsible for District Oversight & Acceptance of all Construction & Maintenance Contracts • Ensure Compliance of Specs as well as maintain a professional working relationship between TxDOT & Contractors by participating in Partnering Meetings ® TxDOT Area Engineer - Sherman Area Office 2003 - 2009 • Responsible for all activities in Sherman Area Office Q Oversaw Design, Construction & maintenance activities for Grayson & Fannin counties • Responsible for keeping the Operational Budget as well as Forecasting & Programming projects • Managed all personnel • Communicated with State and Local officials as well as TxDOT internal & external Customers o Maintained professional communication to public thru local newspaper & television - TxDOT Assistance Area Engineer - Sherman • Responsible of overseeing design of all Grayson county construction • Assisted in direct supervision of design staff and office personal • Developed relationship with the public customers daily as well as keeping community informed TxDOT Maintenance Supervisor - Sherman Area office 1996- 2000 • Responsible for scheduling maintenance operations for Grayson County • Oversaw routine maintenance contracts • Supervised and kept maintenance personnel accountable - H & H Striping - Self Employed 1985 to present • Started parking lot striping business w/ my wife over 29 years ago ._♦ • Develop Quotes, Bid projects, Schedule work, Customer service relationships Janet Intermountainis 801-652-1353 Janet.Cassel@gcine.com 25 years of combined health, safety, and environmental experience in municipal, manufacturing, civil construction and mining industries. Expertise specializes in administering behavioral/relationship health and safety programs in the workplace. Manage Intermountain Slung Seal safety/environmental team in taking the company's operations group to incredibly safe levels, and developing an incident and injury free safety/environmental culture for the company. f Intermountain Slurry Seal -Subsidiary Company to Granite Contruction INC. February 01 6® present Regional Safety and Environmental Manager Manage and direct staff that monitors implementation of Company Accident Prevention and Environmental Protection Programs. Identify, document, and recommend resolutions for hazardous conditions and unsafe acts. Plan and develop job specific hazard analysis and accident prevention programs. Perform job site safety/environmental inspections to assure safe working conditions and compliance with OSHA, MSHA, EPA and DOT regulations. Develop, organize, monitor, and conduct site health and safety training. Develop and manage loss control program for reduction in workers compensation and general liability claims. Granite Construction Company January 2012- January 2016 Area Safety Manager Monitor implementation of Company Accident Prevention and Environmental Protection Programs. Identify, document, and recommend resolutions for hazardous conditions and unsafe acts. Plan and develop job specific hazard analysis and accident prevention programs. Perform job site safety inspections to assure safe working conditions and s compliance with OSHA, MSHA, and DOT regulations. Develop, organize, monitor, and 4 conduct site health and safety training. Develop and manage loss control program for reduction in workers compensation and general liability claims. Chevron Salt Lake Refinery Manage the health and safety aspects of structure and grade crews in high risk areas of Salt Lake City Refinery. Responsible for administering and implementing Chevron's Injury and Illness Free (IIF) program, as well as monitor the refinery's Short Service Employee (SSE) mentoring program. Conduct training and daily observations for multiple types of work including crane operations, pile driving, confined space, paving, and concrete form work, concrete pours, excavating and backfill. Currently utilizes the Chevron Loss Prevention System and integrates the system into Granite's Accident Prevention Program through Loss Prevention Observations, and High Impact discussions with crews. Holly Frontier Salt Lake Refinery State Road 193- Joint Venture UDOT Project - Salt Lake City Streets Overlay Project Repaving of Aircraft Runway at Salt Lake International Airport Assist in managing health & safety aspects of $35 million construction project for Salt Lake City Corp. Department of Airports. Work currently involves demolition (cold milling) of an existing runway, grading and construction of shoulders for new aircraft safety areas, installing electrical utilities and lighting, new paving with hot -mix asphalt, and grooving of the new runway surface. Mountain View Corridor -- Joint Venture UDOT Project Assist managing the health and safety aspect of a $250 million CMGC project. The project was approximately 16 miles of Frontage Roads in preparation for a mainline freeway system. Responsible for implementation and oversight of all aspects of the project safety program, on -site drug screening, OSHA compliance, MSHA compliance, UDOT regulations, Granite Construction Company Accident Prevention Program, project wide safety meetings, owner communication regarding safety to the public, training, accident investigation, claims, and new hire orientation. Dixie Drive Interchange - St. George, Utah Manage the health and safety aspect of a construction project for the Utah Department of Transportation. Project work included demolition (cold milling) of asphalt pavement, development of a quarry and production of aggregate, concrete structural work, shouldering of fill material, and new paving with hot -mix asphalt. Plant Safety - Utah Region Monitor implementation of Company Accident Prevention and Environmental Protection Programs at all mines and jobsites in the Salt Lake and Ogden areas. Identify, document, and recommend resolutions for hazardous conditions and unsafe acts. Plan and develop job specific hazard analysis and accident prevention programs. Perform job site safety inspections to assure safe working conditions and compliance with MSHA, OSHA and DOT regulations. Develop, organize, monitor and conduct annual MSHA training programs. Develop, organize, monitor, and conduct site health and safety training. American Structurepoint (previously American Consulting Engineers) Safety Director Developed and implemented a safety and risk management program for a 75-person engineering company to protect employees from injury or loss of life. Formulated and recommended work safety standards, and developed compliance procedures. Risk prevention areas included hazardous materials exposure, accidents, fires, construction site safety and confined space. Developed and implemented safety/training manuals and policies/procedures for personnel. Prepared compliance reports to meet federal and state regulations. Assist contractors with monitoring and compliance with federal and state health and safety regulations. City of Indianapolis, Department of Public Works Loss Control Manager and Safety Coordinator Developed and managed the safety, health and loss control program for a 904-person Public Works Department. Managed a staff of 25 individuals involved in training and implementing the loss control program. Developed and implemented department divisional policies and procedures. Prepared and administered Loss Control Division budget. Developed and managed training and inspection programs.. Developed new training programs for the department including: right-of-way, hazard materials use and management, trenching, confined space, atmospheric testing, respirator and self- contained breathing apparatus use. Directed department's incident and injury investigations. Ensure compliance with OSHA/IOSHA regulations. Evaluated reports and current loss defense systems to determine effectiveness and limit liability. Managed self -insured program for worker compensation and investigated claims. Developed and implemented citywide safety and health fairs. Department Public Relations safety spokesperson. Directed all emergency management coordination and training needs for the department. Developed job safety analysis program for the Department of Public Works and supervised adaptation of this program in other city departments. Certifications and Training OSHA 510 OSHA 500 MSHA Annual Refresher 2012-2015 UITC Chevron Refinery Training Holly Refinery Training Tesoro Refinery Training Competent Person Training: Fall Protection OSHA Standards Excavations Soil Identifications Soil Analysis Hazard Identification Protective Systems Trench Shoring U®®T- Traffic Control Maintainer Forklift Training Confined Space Training EDUCATION S.S. University of Utah - Health Education Federal Emergency Management Training (FEMA), Emmitsburg, Maryland- Earthquake Preparedness and Recovery and Mitigation National Incident Management Certifications - (NIMS) I - Vlll CERT certified Utah State University - Supervisory Training Program American Red Cross trained instructor - CPR certified and first aid Franklin Covey "The Seven Habits Highly Effective People" Jeffrey P. Kerecman 2135 E Elkhorn Rd. Eagle Mountain, Utah 84005 801-652-6931 Summary 34+ years Equipment Maintenance, Repair and Management -Granite Construction, Inc. Education Major: Diesel Mechanics 1982 UVSC Orem, Utah Related coursework: Excel, Welding, Hydraulics • Major: High School Diploma 1981 Orem High School Orem, Utah • Utah State DOT Inspector Caterpillar A/C Certificate Caterpillar Paver School Certificate Road-Tec Shuttle Buggy School Certificate Certified Brake Inspector iTi Crane Level I & II OSHA 30 COMMUNICATION Present at Daily & Weekly Safety Meetings Weekly Operations Meetings LEADERSHIP Managing Equipment and Personnel for 16 years Coached Girls Fast Pitch Softball Orem High School 2001 Coached Girls Fast Pitch Softball Orem Speed 1985-2001 Experience EQUIPMENT SUPERINTENDENT Intermountain Slurry Seal Utah August 2014 - Present Granite Construction Washington July 2009- August 2014 HEAVY DUTY MECHANIC WELDER Granite f.:onstruction/Concrete Products March 1983 •-July 2009 George Peterson, P. E. 839 South 770 West Woods Cross, UT 84087 (801) 2944484 Summary A highly motivated individual who has worked in a series of progressively responsible positions and whose background combines asphalt lab experience, asphalt and emulsion formulation and field support. Education UNIVERSITY OF UTAH, Salt Lake City, UT Bachelor of Science in Chemical Engineering, May 2000 Certification Registered Professional Engineer, State of Utah, 501399-2202 Work Experience GARCO TESTING LABS, Salt Lake, UT Asphalt Binder and Emulsion Engineer 2005 present • Maintain and calibrate test equipment • Performed slung and microsurfacing mix designs for internal and external customers • Test asphalt cement and asphalt emulsions for internal and external customers according to ASTM/AASHTO methods • Perform extractions on RAP to determine the grade of the asphalt to determine the amount of RAP to be used in hot mix • Maintain and Lead AMRL certification KOCH MATERIALS COMPANY, North Salt Lake, UT Microsurfacing Systems Leader/EN&S Leader 2001-2005 • Promoted from Mix Design Engineer • Formulated emulsions for various projects • Performed slurry and microsurfacing mix designs for the Western Region • Supported the plants during the manufacture of the emulsion • Supported the contractors in the field during construction • Maintained training records for EH&S training • Performed EH&S training for employees • Maintain chemical inventory and updated MSDS AMRL Certification Leader 2001 • Lead recertificaton effort for AMRL • Updated Quality Systems Manual • Set up calibration schedule of equipment • Managed employees performing the calibrations Mix Design Engineer 2001-2002 • Promoted from Asphalt BindereEmulsion Engineer • Performed mix designs for the Western Region for chipseal, slurry seal and microsurfacing • Prioritized incoming materials to meet schedule • Tested aggregate properties according to AASHTO"ASTM methods References Available upon request ►SS E ► IPMENT MASTER LIST Ail Equipment is Owned Equip No Year Description Serial Number tJ 03.039 95 STRICK 28 VAN ISII58282SG383119 03.1060 04 BIG TEX 20' 2 AXLE GOOSENECK 16VGX202242635985 03.11069 11 LEEBOY L250T TACK DIST 1B9AA111XB1309381 03.11779 12 WELLS CARGO EW2024 FLATBED TRL 1WC200129C4080496 03.12636 13 TRAIL MAX TD-40-TTILT TRAILER SUCPT3223DA001679 03.1397 90 BAR-BEL 6000GL WATER TRAILER 1B9EFD1B5LB101725 03.1421 04 TWAMCO 30 TON TRANSPORT TRLR 1T9DL502541473006 03.1424 73 FREUH TRAILER FRR526703 03,1506 06 ETNYRE 4 AX OIL TANKER PUP 1E9T5525X7E0O7040 03.1507 06 ETNYRE 4 AX OIL TANKER PUP 1E9T552447EOD7039 03.1515 90 TRAIL KING TILT DECK TRAILER ITKCO2126LM095002 03.1S216 95 STRICK 28' VAN TRAILER 1511EB286SD398313 03.1S307 91 ALLOC 28' VAN TRAILER IALSD61BOMS911071 03.15312 13 P120' TILT BED TRAILER 4PST6202XD2195779 03,15350 13 P1 18' FLATBED TRAILER 4P5CC1826D1194250 03.1554 07 TWAMCO 30 TON TRANSPORT TRLR 1T9FN553971473006 03.1556 D7 ETNYRE 5400 GL TANKER TRLR 1E9T572997E007187 03.1557 07 ETNYRE 5400 GL TANKER TRLR 1E9T573007E007188 03,1588 08 TK 30' TILT TRAILER 1TKC030298MO56743 03.1589 08 ETNYRE 5400 GL TANKER PUP 1E9T612488E007178 ' 03.1610 09 ETNYRE 5400 GL ASPH TRAILER 1E9T635139E0O71O4 03.1642 96 STRICK 28' VAN TRLR ISIlSS28OTG404616 03.1711 75 WESTMARK 3500GL PUP 4822 03.179 95 VAN TRAILER lSlIS8282SD382750 03.180 91 TANK TRAILER lPM552132MI010863 03.181 84 TANK TRAILER 1GWTE11D6EC114449 03,1812 10 ETNYRE 6SOOGL ASPH TANKER 1E9T6536BAE007131 03,1853 11 ETNYRE ASPH TANKER PUP IE9T67423BE007160 03.1854 11 ETNYRE LB241 FALCON TRAILER 1E9V16934BE111322 03.1860 94 BRENNER 3500GL 2AX PUP 4BOElA1A3RB944565 03.1862 94 STRICK VAN TRAILER ISIIS8280RG377748 03.19103 81 CLOUGH 680D OIL TANKER 1578 03,19255 14 ETNYRE FLOW BOY TRLR 1E9V18673EE111397 03.19403 14 ETNYRE SOT HYD FOLD GOOSENECK IE9316596EE111361 03.19430 05 ECONOLINE TILT TRLR 42EDPVVT2251000779 0312183 15 BIG TEX 20" GOOSENECK 16VGX2025F2085149 03,22270 14 Pl FLAT DECK TRAILER 4P586202SE1207091 03.22930 15 PI FLAT DECK TRAILER 4P5FS2423F1229485 03.23248 15 P1 TRAILER 4P5B62427F1225376 03.3017 79 OIL TANKER T41387 �k 03,3019 79 OIL TANKER T41018 03.3044 86 OIL TANKER PUP H4TO2424G1028102 03.3045 86 OIL TANKER PUP 1H4TO2426GIO28103 i 03.3064 71 HEIL WATER TRAILER 922821 03,3065 73 TRAiLMASTER WATER TRAILER K40074 03,3109 69 OIL STORAGE TANKER OMK453501 03,3302 97 TRAIL KING TK100 TRAILER ITKA04836VM069133 { 03,3339 88 TWAMCO TILT BED 0073088 1 03.3353 67 GORBETT OIL TANKER 67156F 03.3373 80 OIL TANKER 950760 03.3435 93 FLOWBOY TRAILER 1H9SS4128PN101979 03,3446 76 STRICK 27' TOOL TRAILER 207418 ) 03.372 94 CLUIPNET 2 AXLE TILTBED TRLR 1PNF40D26RG162948 03.466 90 MOSE 7000 GL ASPHALT TANKER 1V9T3334XL1001014 03.488 91 BEALL 7200GL HOT OIL TANKER 18N1M3444MB003221 I 03.508 03 TWAMCO 15TON TILT DECK TRAILER 1T9PT322031473010 03,6038 99 PARKER TRAILER TRIPLE AXLE 13ZCH303OX1006946 03,6046 03 P1 TRIPLE AXLE 4P5GF3037310525089 03.6047 04 PI TRIPLE AXLE 4PSGN303241OS6698 03.6050 06 Pl TILT DECK 4P5CH2O2G62084296 03.6051 07 PJ TILT DECK 3CVCH202972094607 03.6052 08 WELLS INDUSTRIES QC/GARCO TRAILER 1WC200J2384070263 03.6053 08 PJ TRAFFIC TRAILER 3CVC6202482120280 03.6054 08 P1 TILT DECK 3CVT5202482127872 03.6055 08 P1 TILT DECK 3CVT5202682127873 03.6062 '09 PJ TRAFFIC TRAILER 4PSCC202591133786 03.6063 09 PJ TRAILER W/RAMPS 4P5CC202991134228 03,6064 11 PJ FLAT DECK GO CARTS 4P5CC202461151668 03.6066 11 PJ TILT DECK 05T62027B1153275 03.6067 10 PJ TRAFFIC TRAILER 4P5CC202381148924 04.084 96 PETRB 379 3AX TRACTOR 1XP5DB0X7TD398998 04.1005 98 PETRB 357 SUPER DUMP 16 WHL 1NPAXTOX4WD466698 04.11428 12 FORD 1.5 TON MECHANIC TRUCK IFDUFSGTXCEC12064 04.11493 13 PETRB 365 SUPER DMP 16 WHL INPSL7EX4DD193534 04.11494 13 PETRB 365 SUPER DMP 16 WHL 1NPSL7EX6DD193535 04.1199 01 PETRB 357 SLURRY 1NPAX00X210567074 04.1200 01 PETRB 3S7 2 AX OIL DIST 1NPAHT8X810568158 04.12055 12 FORD 1.25 TON SUPER DUTY 1FDOW4GT2CES81451 04,12056 12 FORD 1.25 TON SUPER DUTY 1FDOW4GT4CEB81452 04,12057 12 FORD 1.25 TON SUPER DUTY 1FDUF4GT2CEB81449 04.12058 12 FORD L25 TON SUPER DUTY 1FDUF4GT9CEB814S0 04.12149 13 PETRB 4 AX TRACTOR 1XPWP4EX5DD189969 04,1222 01 INTL 4700 1.57N 2AX MECHANIC IHT5CABM41H401790 04,12635 13 PETRB 5200 GL OIL DIST SAX 1NPSL7EX2DD213005 04.1368 03 PETRB 357 5200GL OIL DIST 1NPALSEX34D812073 04.1394 04 PETRB 379 3AX TRACTOR 1XP5DBOX24D812075 04.1426 04 PETRB 379 4AX TRACTOR 1XP5DBEX54DB34208 04.15300 14 PETRB 365 3AX SLURRY TRUCK 1NPSX7EXSED237806 04.1540 07 PETRB 357 4AX NURSE 1NPALUEX67D666512 04.1541 07 PETRB 357 4AX NURSE INPALUEX87D666513 04.1542 07 PETRB 357 4AX NURSE 1NPALUEXX7D666514 04.1543 07 PETRB 357 4AX NURSE 1NPALUEX17O666515 04.1613 06 PETRB 335 2TN 2AX MECHANIC 2NPLHD6XX7M681498 04.1666 08 PETRB 388 4AX TRACTOR 1XPWDBEXlBD750364 04.1723 09 PETRB 365 SLURRY CHASSIS 1NP5LUEX89N773000 04.1724 08 PETRB 388 3AX TRACTOR IXPWOBOX890773309 04.1781 10 PETRB 367 NURSE INPTLOEXSA0794435 04.1782 10 PETRB 367 NURSE 1NPTLOEXBA0794436 04.1783 09 PETRB 388 3AX TRACTOR 1XPW040X3AD794701 04.1812 10 PETRB 367 3X NURSE TRK 1NPTL4EX6BD117295 04.1813 11 PETRB 367 3X NURSE TRK 1NPTL4EX8BD117296 04,1825 11 FORD F550 1.5 TON FLATBED 4X4 1FDOW5HTSBEA70938 04.1826 11 FORD F550 1.5 TON FB DMP 4X4 1FDUF5HTOBEA87315 04.1827 08 FORD 1 TON UTILITY 1FDSF34R28EA28880 04.1851 it FORD F450 1FDOW4GT8BEC31753 04.1853 11 FORD 1.25 TON CREW FLATBED 1FDOW4GT6BEC17480 04.19095 14 PETRB 365 18YD DUMP 1NP5L7EX7FD265667 04.19343 15 PETRB 567 SAX NURSE TRUCK 1NPCL7EX4FD270054 04.19344 15 PETRB 567 SAX NURSE TRUCK 1NPCL7EX6FD270055 04.19345 15 PETRB 567 SAX NURSE TRUCK 1NPCL7EX8FD270056 04.19346 15 PETRB 567 SAX NURSE TRUCK 1NPCL7EXXFD270057 04.19381 14 FORD F550 MECHANIC TRUCK 1FDUFSGT9EEA92633 04.19382 14 FORD F550 MECHANIC TRUCK 1FOUF5GT5EEA86053 04.23518R 16 PETRB 365 DUMP 1NPSL7TXOG0348359 04,275 96 PETRB 379 3AX TRACTOR 1XP5D89X6TD413204 04.277 96 PETRB 379 3AX TRACTOR IXPSDBOXBTD414268 04.3005 97 PETRB 3AX SLURRY CHASSIS 1NPAXUOXXVD442068 04,3012 98 PETRB SUPER DUMP 16 WHL 1NPAXUEX7WD466046 04.3013 98 PETRB SUPER DUMP 16 WHL 1NPAXUEX9WD466047 04.3071 99 PETRB 357 3AX SLURRY CHASSIS 1NPALOUX2XD509051 04.3242 00 PETRB 5200GL OIL DIST 1NPALBOX9YD516729 04.3243 00 PETRB 357 3AX SLURRY CHASSIS 1NPAXEUX4YD546598 04.3348 96 PETRB 379 3AX TRACTOR 1XP5DB9X9TD414153 04.8220 01 KW T800 3AX TRACTOR 1XKDPUOX21RS78595 06.1028 08 FORD .5 TON PICKUP 1FTRX12W78KD62773 06.1054 08 FORD .5 TON PICKUP S/C 1FTRX12W98KD97444 06.1073 09 FORD -75 TON CREWCAS 1FTSW20R99EA60148 i 3 06.11280 12 FORD .5 TON PICKUP 1FTFXICFlCFB46291 06.11281 12 FORD .5 TON PICKUP IFTFXICF3CF846292 06.11282 12 FORD .5 TON PICKUP SFTFXSCF5CFB46293 06.11283 12 FORD .75 TON PICKUP 1FTFX2A67CEB81436 06.11284 12 FORD .75 TON CREW IFT7W2A64CEB81431 06.11285 12 FORD .75 TON CREW 1FT7W2A66CE881432 06,11286 12 FORD .75 TON CREW IFT7W2A68CE881433 06,11287 12 FORD .75 TON CREW 1FT7W2A6XCEB81434 06.11289 12 FORD .75 TON CREW IFT7W2A610E881435 06.11576 12 FORD .5 TON CREW 1FTFWlCFBCFBS6903 06.1175 11 FORD .75 TON CREWCAB 1FT7W2A618EA22980 06.1203 10 FORD .5 TON PICKUP 1FTEX1C84AKE09245 06.1205 10 FORD .5 TON PICKUP 1FTEXIC88AKE09247 06.1260 11 FORD .5 TON PICKUP 1FTEXSCM4BFA72311 06.12637 13 FORD .75 TON PICKUP CREW CAB 1FT7W2A61DEB09622 06.12638 13 FORD .75 TON PICKUP CREW CAB SFT7W2A63DE809623 06.12639 13 FORD .75 TON PICKUP CREW CAB 1FT7W2A65DEB09624 06.12642 13 FORD .5 TON PICKUP CREW CAB 1FTFWlCF40KE67043 06.12646 13 FORD ,5 TON PICKUP 1FTFXlCFODKE57977 { 06,1292 11 FORD .75 TOPS PICKUP CREWCAB 1FT7W2ATOBEC34792 -' 06,1297 11 FORD .75 TON PICKUP CREWCAB 1FT7W2AT7BEC29380 06,1299 11 FORD F350 CREWCAB IFTBW3ATXBEC29383 06,1306 11 FORD .75 TON CREW PICKUP 1FT7W2A64BEC75369 06.1313 11 FORD .5 TON PICKUP 1FTEXICM68FB76881 061317 12 FORD .75 TON CREWCAB PICKUP 1FT7W2A65CEA24958 06,1319 12 FORD .75 TON CREWCAB PICKUP 1FT7W2A610EA02133 06.1320 11 FORD 1 TON CREWCAB PICKUP 1FT8W3A6XBED02116 06,1338 11 FORD .5 TON PICKUP 1FTFX1CF6BKE23328 06.13404 12 FORD .75 TON PICKUP SFT7W2A6XCEC87690 06.1352 12 FORD.75 TON CREW CAB 1FT7W2A65CEA32106 061367 12 FORD .S TON PICKUP IFTFXICF9CKD10023 06,14783 12 FORD .7S TON CREW CAB IFT7W2A69CED18119 06.14784 12 FORD JSTON CREW CAB 1FT7W2A65CED18120 06.14785 12 FORD .75 TON CREW CAB 1FT7W2A67CED18121 06.15338 13 FORD .75 TON CREW CAB 1FT7W2A62DEB37901 06,15340 13 FORD .75 TON CREW CAB 1FT7W2A60DE837900 06.15342 13 FORD .75 TON CREW CAB 1FT7W2A64DE837902 06.19409 14 FORD .5 TON CREW 4X4 1FTFWIEFSEFA32629 06.19894 14 FORD .5 TON PICKUP 1FTFX1CF5EKE58009 05.19895 15 FORD 1 TON CREW PICKUP 1FTBW3A6XFEA58697 06.19896 15 FORD 1 TON CREW PICKUP 1FTBW3A68FEA58696 06.19897 15 FORD 1 TON CREW PICKUP 1FTBW3A66FEA58695 '+ 06.19972 15 FORD 1 TON CREW PICKUP IFTBW3A61FEA58698 06.19984 14 FORD .5 TON PICKUP IFTFXlCFIEKE58010 06.19985 14 FORD .5 TON PICKUP 1FTFX1CF3EKE58011 06.20585 15 FORD .75 TON PICKUP IFT7X2A61FEB12018 06.21609 14 FORD F150 SUPERCAB 4X4 IFTFXIEFXEKG11481 06.21610 14 FORD FISO SUPERCAB 04 1FTFXSEF8EKE66571 06.23355 15 FORD .75 TON PICKUP 1FT7X2AT9GEA22977 06,25172 14 FORD .5 TON CREW 4X4 IFTFWIEFXEKF78257 L 06.371 06 FORD.75TON PICKUP 1FTSX20PX6EC64514 06.826 08 FORD .75 TON CREW CAB 1FTSW2051BEC31809 06.8695 08 FORD .5 TON PICKUP 1FTRX12W58FB11274 06.912 08 FORD .75 TON PICKUP 1FTSX20Y18EE03196 06.913 08 FORD .75 TON PICKUP 1FTSX20Y38EE03197 06.956 08 FORD .5 TON PICKUP 1FTRX32W98KD62774 06.959 08 FORD .5 TON PICKUP S/C 1FTRX12W48KD62777 08.1055 03 CAT 93BG WHEEL LDR CRD00360 08.10855 10 SUPERIOR D780) 81117800 08,10856 10 SUPERIOR DT80) 81118000 08.1147 05 SUPERIOR DT80) BROOM 8OS175 08.1202 06 ROSCO R848 KICK BROOM 45273 08.1203 06 SUPERIOR ST-80E BROOM 806374 08,1234 06 BOBCAT SZ50 SKIDSTEER LOADER S30912673 08.1245 06 CAT 2488 SKIDSTEER LOADER SCLO1370 08.3044 88 CAT 936E WHEEL LOADER 45ZO3433 . 10.3006 99 I-R PT125R PNEU ROLLER 161548 10.561 07 CAT PS150C PNEUMATIC 9 WHEEL FPS00622 16.1362 03 BERGKAMP MICROPAVER 03.0007 16.1364 03 BEARCAT SUPER CHIPPER 189BC16223A173D06 16.1480 06 BERGKAMP Ml MICRO PAVER 06.0001 16.1498 08 BERGKAMP MI MICRO PAVER 08-0050 16.15161 13 BERGKAMP MI-E CONTINUOUS PAVER OOOM1E-13A-0107 16.1721 08 BEARCAT BK-2SOD CRACK SEALER 2020708 16.20016 14 BEARCAT TANDEM CHIP SPREADER 011714-20 22.3451 79 UTILITY PARTS VAN 7T92565001 66,6001 14 COMMERCIAL TRAILER SPDBU122XER011967 66.6002 14 COMMERCIAL TRAILER 5PDBU1225ER012069 66.6003 13 COMMERCIAL TRAILER 16VUX1226D2E84789 66.6037 98 COMMERCIAL TRAILER 4P2UB1426WU010999 66.6043 02 COMMERCIAL TRAILER 16VAX121121A44234 66.6056 08 COMMERCIAL TRAILER 1A9BU112185682229 66.6060 09 COMMERCIAL TRAILER IA9BU112195682234 66.6065 11 COMMERCIAL TRAILER 1A9BU112415682239 90.004 03 RAWSON 74830 SCREENING PLANT 47603 90,14561 13 RAWSON 74830 SCREENING PLANT 411213 90.15287 13 RAWSON 74830 SCREEN 210912 90.182 08 RAWSON 74830 SCREENING PLANT 69708 OSHA 5 years 3/15/12-3/15/17 City of Lubbock, TX Agency Issue Date Branch Project Facility Name Citation Number Section Cited Summary Description Classification OSHA 1/20/2016 Utah Colorado 1080299 1926.202 Barricades Other Than Serious Appendix El r...r� " r---•, r�-+--�. � �+�' �..►-��..t ,.��-•..: r-�� S r1,t .��.:� •--� 8 �,� r..^�,� „i-�'� , r-,.�,�,'., ..+ram t r'-'� I ,.-.-.'i _•_.P I, lnt&w*wdw Skmy Seal EnveonmMW Violations 5 years 3r15112-305117 Gty of Lubbock T% General. in additional to the issue specific steps taken to prevent reoccurrence of regulatory issue, Granite has instituted programmatic measures to achieve consistent and reliable compliance across all business units. Granite has hrgslemented an Environmental Management System (FANS) that conforms to ISO 14001. The process of writing and implementing the EMS began is 2006. In 20D8 the EATS was updated to conform to ISO 14001. Initially the scope of the EMS was focused on fixed construction materials facilities such as quarries, sand and gravel plants and asphalt plant. In 2009 K was updated again to incorporate construction operatics. In 2009 Granite also upgraded it's permit and compliance database to a more comprehensive web based solution. Granite is committed to continual improvement. The Environmental Management System is regularly reviewed for effectiveness and Granttes environmental performance is reviewed by management. Updates to procedures are made at a minimum an uualty. Envfrannlerdat citations are reported to the corporate environmental department within 24 hours of receipt. The report includes corrective actions taken. Follow-up information is submitted with a root cause analysis and actions to be taken to prevent a reoccurrence. An Incident review is conducted and if appropriate disOplinary action taken. Appendu Ft Page Intentionally Left Blank 2 City of Lubbock City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal Bid RFP 17-13315-TF I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. r7o Con r ctor (0 ' . l Signature) Josh Bowen,Project Manner Contractor (Print) CONTRACTOR'S BUSINESS NAME: Intermountain Slurry Seal, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 520 forth 400 West NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RF'P 17-13315-TF - Micro -Surfacing 3/7/2017 3 20 PM /\ A., P■ Intentionally Left Blank Ip `. City of Lubbock Bid RFP 17-13315-TF Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Govemment Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Govemment Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES..- X _ NO See Appendix E1 - OSHA If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. —1 Offeror's Initials 3/7/2017 3.20 PM P. 50 L' City of Lubbock Q ESTION TWO Bid RFP 17-13315-TF 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. If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. Provide your company's Experience Modification Rate and supporting information: .62 ACICNOWLEDGEiv1ENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signa a joS oven Project Mana2or Title 2 3f7f2017 3:20 PM P. 51 I . , City of Lubbock i i 1ianwaff am Bid RFP 17-13315-TF Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Intermountain Slurry Seal, Inc. FEDERAL I A?� i® or 5®CIAL S IJ1ZI'iY �' . ._87-0307259 Signature of Company Official: o Printed name of company official signing above: Josh Bowen, Proiect Manager Date Signed: ,.__. ,__ < -_ 3/7/2017 3 20 PM P, 62 Pate Intentionally Left Blank City of Lubbock Bid RFP 17-13315-TF Minority Owned Yes No 0 0 E3 0 0 i"I'll My" 1,11MIVA3 IN W1,01,09110 0112 1 WIN WM2110k I M EM-741 Wis Intermountain Slurry Sea], Inc. (PRINT NAME OF COMPANY) RFP 17-13315-TF - Micro -Surfacing 3/7/2017 3 20 PM p, 54 Pa 2e Intentionally Left Blank r POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Pate Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS .Minority Owned Company Name Location Services Provided Yes No 1. Advanced Power Sweep Lubbock, TX Sweeping ❑ Ik 2, Barricades Unlimited Lubbock, TX Pavement Markings ❑ EX 3, Statewide Transport Lubbock, TX Aggregate Hauling ❑ EX 4. ❑ ❑ 5. D 0 6. ❑ ❑ 7. S. 9. M 12. ❑ D 13. 0 ❑ 14. ❑ 15. 16. ID 0 Intermountain Slurry Seal, Inc. (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMTLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO REP 17-13315-TF - rMero-Surfacing Page Intentionally Left Blank PAYMENT BOND Pate Intentionally Left Blank Bond Nos.: 106670500 Travelers 82451774 Federal 30001369 CNA STATUTORY PAYMENT SOLD PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Intermountain Slurry Seal Inc. (hereinafter called the Principal(s), as Principal(s), and Travelers Casualty and Surety Company* (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Six Hundred Twenty -Four Thousand One Hundred Thirty -Eight Dollars ($3,624,138) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27`h day of April, 2017, to RFP 17-13315-TF Micro -Surfacing 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 s shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument L_ this 9th day of May 2017. Travelers Casualty and Surety Company* Intermountain Slurry Seal, Inc. Surety (Company Name) *By: By: Kathleen Schreckengost (Title) Ashley Stinson, Attorney -in -Fact (Printed Narne) By. . *Federal Insurance Company (Signatu The Continental Insurapce Company 'Vice President e`(/,��'o Jointly and Severally Liable a ® � . /�A , (Title) co.;92 ® :� w :r ° yC V. •. N � �v 1✓VeWted in S Counterparts IV Pale IntentionaBy Left Blank 0 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Jessica Rosser" an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. "Jessica Rosser Alliant Insurance Services, Inc. 5151 Belt Line Rd., Suite 605 Dallas, TX 75254 Approved as to form: Travelers Casualty and Surety Company* Surety a y' -- (Tit e Ashley Stinson, Attorney4n-Fact City u bock . By: Ci Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we .ust have copy of power of attorney for our files. K e,,. �v x��� � „��_a,�s ,�h. ...__� .. A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Santa Cruz ) On May 9, 2017 before me, V.J. Fox, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. V. J. FOX m Commission # 2124012 WITNESS my hand and official seal. Notary Public o California Santa Cruz County a° �..�My Comm. Expires Sep 15, 2019 ' Sign V.. Fox, Notary Public rl PERFORMANCE BOND Page Intentionally heft dank Bond Nos.: 106670500 Travelers 82451774 Federal 30001369 CNA STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Intermountain Slurry Seal, Inc. (hereinafter called the Principal(s), as Principal(s), and Travelers Casualty and Surety Company* (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Six Hundred Twenty -Four Thousand One Hundred Thirty -Eight Dollars ($3,624,138) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27" day of April, 2017, to RFP 17-13315-TF Micro -Surfacing and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be detennined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 9th day of May , 2017. Travelers Casualty and Surety Company* Surety * By: (Title) Ashley Stinson, Attor -in-Fact t_ *Federal Insurance Company The Continental Insurance Company Jointly and Severally Liable t ......... . . .... .. .... . ...... ........ ..... Intermountain Slurry Seal, Inc. (Company Name) By: Kathleen Schreckengost (Printed Name By: (Signature) y-,ePtesident %%%J1111ie®1,® (Title) % ...... °�C •-�'� �: ate, Ei,ecilifted in 5 Counterparts �fill 11110`°` No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Jessica Rosser** an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. **Jessica Rosser Travelers Casualty and Surety Company* Alliant Insurance Services, Inc. Surety _ 5151 Belt Line Rd., Suite 605 Dallas, TX 75254 *By: --- (Title) Ashley Stinson, Attorney -in -Fact Approved as to Form City o L b ck By: Ci Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certi.fieO extf ct 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 I Page Intentionally Left Blank A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Santa Cruz ) On May 9, 2017 before me, V.J. Fox, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �'®X commission # 2124012 � Notary Public e California 7 ---- i" Santa Cruz County My Comm. Ex iSep 15, 201 Signature (Seal) .J. Fox, Notary Public ,„�..,,..o.��� ,w_...�_n, �__. TRAVELERS,!' POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attomey-In-Fact No. 228138 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duty organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duty organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duty organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint .7ohn D. Glllllsnd, .71g/shs Dessl, Kathleen Sd� eafrengos4 Catherine Gastsvmn, Ashley bftson, and Lllllsn Tse of the City of Watsonville, State of California, their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power of Attorney is limited to bonds, recognizances, conditional undertakings and other writings obligatory In the nature thereof for Granite Construction Incorporated and all subsidiaries and affiliates, alone or In joint venture. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 26th day of June, 2014. Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company �GA ♦� 1 Mty. �.4y,� �1962 j` 1861 \y�� s�.SEAL� L��� �r BOB�p State of Connecticut By: City of Hartford ss. Robert L. Raney, Senior Vice President On this the 26th day of June, 2014, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. gip .... _ • �. My Commission expires the 30th day of June, 2016.' *� C :�WtRA Ma a C. Tetreault, Notary Public Page 1 of 2 o_ � a.... a�.. ,� �, I This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly r " executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this MRy.g!'2017 Kevin E. HugneQ Anistant Secretary To verify the authenticity of this Power ofAttorney, call 1-800-421 3880 or contact us at www.travelersbond.com. Please refer to the Attorner.rn-Fact number, the above -named individuals and the details ofthe bond too which the power is attached. Page 2 of 2 r-n CHUBB* Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Attn: Surety Department 115 Mountain View Road I Warren, NJ 07059' Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York cor'porati(m, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jlgisha Desal, John D. Gilliland, Kathleen Schreckengost, Ashley Stinson and Lillian Tse of Wetsonvige, California each as their we and lawful Anomey- in, Fact to execute under such designation In their names and to aft their corporate seals to and delver for and on their behalfas surety thereon or otherwise, bonds and undertakbtgs and other wf><tnp obligatory In the naiti a thereof (other than bail bonds) given or executed in the course of business on behalf GRANITE CUNMUCT(ON INCORPORATED and all Subsidiaries alone or In Joint venture as princtpal. in connection with blds, proposals or contracts to or with the United States of Amerlm any State or political sIMIvWon thereof or any person, ihm or corporation. And the execution of such bond or obligation by such Alto mey- In. Fad in the Coopanys name and on its behatfas surety thereon or otherwise, under Its corporate seal, In pursuance of the authority hereby conferred shah upon delivery thereof, be valid and binding upon the Chmrpany. In Witrress Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE 0 presents and affixed thelrcorpotateseals onthis 291" day of August,2016. rA, STATE OF NEW JERSEY Cotmtycf Sormstalx "- On this 2911 day of August, 2016 before me, a Notary Public of NewJersey, pertotraliy came Dawn M. Chlom to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the Foregoing Power of Attorney, and the said Dawn M. Cdom betng by nie duly sworn, did depose and say that she D Assistant Secretary of FEDERAL INSURANCE OOMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC RVDEMNT Y COMPANY and knows the corporate seals thereoG that the seals amxed to the foregoing Pourer of Attorney are such corporate seats and were thereto allhced by authority of the Bylaws of said Companies; and that she signed said Power of Attorney as Assistant Seamq of raid Compmtes by like authority; and that she Is actluatnted with David B. NwTIs,Jr, and knows him to be Vice President of said Companies; and that the signsau a of David B. Norris. Jr, su to said Power of Attorney is In the genuine handwri tgofDmldS,Norriss,)r,andwastheretosubsatbedbyatuhorltyofaaidEy-tatwsandIndeponent'sprg= Notarial sea( K Y PUBLIC ICj.O NEWJ K TAR y NOTARY PUBLIC ors NEW J8R8E1P (((/��L i�''�•_._,.s„ up- ar NO.281mo pU911�+ Con1n11ealon ExWU0111 July 18, 2019 Nam Public JET CEWri FICATION Extract from the By -saws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'Except as otherwise provided In these By-laws or by law or m otherwise directed by the Board of Directors, the President or any Vice President shall be authorized to execute and deliver, In the name and on behalf of the Corporation. all agreernerim bonds, contractm deeds, motigegm and other hat uments. elther for the Corporation's own account or In a fiduclary or other capacity, and the seal of the Corporatb, If appropri shall be aflbted thereto by any of such o ilcery or the Secretary or an Assistant Secretary. The Board ofDlreaom lire President or any Via President designated by the Board of Direcion may authorize any other o(rtoer, employee or agent to execute and deliver, to the name and on behaYof the Corporation, sgreemarts, bonds, contintm deeds, mortgages, and other Instruments. either for the (btporadoWs own acoDunt or In a Rdudary, or other capacity, and, ifapproprfate, to aft the Kcal of the Cbrporedon thereta The grant of such authority by the Board or any such oM=r may be general or easftned to apedtte instances' 1. Dawn M. Chbros. Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the TCompanter) do hereby certify that (A the foregoing extract of the By -Laws of the Companles Is true and correct. Oh the signature ofany authorized officer executing this Power of Attorney or any certiricate relating thereto on behalf of the Companies, and the seal of the Companies, may be affixed to such Power of Auaney or certlii ete by WAIT dle and such Power of Attorney or certificate shall be valid and binding upon the Companies, and any such Power of Attorney so executed and certified by such facsimile signature and facsimile sal shall be valid and binding upon the Companies wkh respect to any bond or undertaking to which it is attached 011) the Companies are duly licensed and authorized to transact surety business In all so of the Linked States of America and the District of Columbia and are authorized by the US. Treasury Depanmen4 further. Federal and Vigilant are licensed In the U.& Virgin islands. and Federal Is licensed in Guam Puerto Rico. and each ofthe Provinces of Canada except Prince Edward Island. and (tv) the foregoing Power of Attorney Is true, coma and in full force and effect. Given undermyhand and seals ofsaldCompaniesatWarren, tUthis May 9, 2017 D:wn M: ChToros, Assstant Seaetary INTHE EVENT YDU wISHT0 N07rFY 11SOFA I].A1M. VERIFYTHEAUTHEh1nCT'Y OFTi4tS BONDOR NM Y US OF ANYOTHER MATTER, PLEASEGoNMcr is ATTHp ADDRESS USTED A90VE.ORIiY: 7cicptrone19091900.3993 Fax{9DE)903-36SG amB:auretYByhubbmDrn Form ta.1nA150-U CORP CONSENT (rev. 03-16) No Text POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That The Continental Insurance Company, a Pennsylvania insurance company, is a duly organized and existing insurance company having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint John D Gilliland, Jigisha Desai, Kathleen Schreckengost, Catherine Gustayson, Ashley Stinson, Lillian Tse, Individually of Watsonville, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Board of Directors of the insurance company. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 2nd day of March, 2017. .'� The Continental Insurance Company i y .` _ •'`'•M�' Paul . Bru at Vice President State of South Dakota, County of Minnehaha, ss: On this 2nd day of March, 2017, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instrument; that he knows the seal of said insurance company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company. 1 MOHR NWAYRD.0 egrrxavqul My Commission Expires June 23, 2021 J. Mohr Notary Public CERTIFICATE 1, D. Bult, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance company printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance company this. May 9, 2017 The Continental Insurance Company D. Bult Assistant Secretary Form F68504/2012 p# Page 1 of 2 1. No Text Authorizing Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company at a meeting held on May 10, 1995. "RESOLVED: That any Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execution power of attorneys on behalf of The Continental Insurance Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 2511 day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, `Electronic Signatures'); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." Page 2 of 2 �_.; �_, ._.w,� ..r .� _. � .._.._ _. _ ___..,.,.. CERTIFICATE OF INSURANCE Pam Intentionally Left Blank A� L> CERTIFICATE OF LIABILITY INSURANCE YYY) 05/0a/2012o1 s/o7 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LIC #OC36861 1-415-403-1491 Alliant Insurance Services, Inc. 100 Pine Street, llth Floor CONTACT Kimberly Leikam PHONENo, xt: 415-403-1491 AIC No: 415-874-4818 E-MAIL ADDRESS: kleikam®alliant.com INSURERS AFFORDING COVERAGE NAIC# San Francisco, CA 94111 INSURER A: VALLEY FORGE INS CO 20508 John Gilliland INSURED Intermountain Slurry Seal, Inc. INSURERS: CONTINENTAL CAS CO 20443 INSURER CTRANSPORTATION INS CO 20494 INSURERD: 585 West Beach INSURERE: Watsonville, CA 95076 INSURER F : COVFRAGFR CFRTIFICATF NUMRFR- 49801284 RFVISION NIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE JNM ADDL WVD SUER POLICY NUMBER CY EFF MMIODfYYYY POLICY EXP MMIDDIYYYY LIMITS A GENERAL LIABILITY X X GL 2074978689 10/01/1 10/01/18 EACH OCCURRENCE $2,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea accunence $2,000,000 MED EXP (Any one person) $ Ni 1 PERSONAL& ADV INJURY $2,000,000 X Contractual Liability X XCU Hazards GENERAL AGGREGATE $10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMPIOPAGG $2,000,000 PRO- X LOC POLICY X JECT $ A AUTOMOBILE LIABILITY X X BUA2074978692 10/01/1 10/01/18 COMBINED SINGLE LIMIT Ea accident$2,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NAUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED AUTOS XNON-OWNED X $ Contractua B X UMBRELLALIAB I X OCCUR 2068209453 10/01/1 10/01/17 EACH OCCURRENCE $ 8,000,000 AGGREGATE $ 8,000,000 EXCESS LIAB CLAIMS -MADE DIED I I RETENTION$ $ C C A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICERIMEMBEREXCLUDED7 a (Mandatory in NH) NIA X X X WC274978658 (NY) WC274978661 (MT,WI,HI) WC274978630 (CA) 10/O1/1 10/01/1 10/01/1 10/O1/17 10/01/17 10/O1/17 X WCSTATU- DTH- E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE -EA EMPLOYE $ 2,000,000 A If yes, describe under DESCRIPTION OF OPERATIONS below X WC274978644 (AOS/Sto Gap) p 10/O1/1 10/01/17 E.L. DISEASE - POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Job #710098 RFP 17-13315-TF/Contract 13315 Micro -Surfacing The City of Lubbock, its officers, agents and employees are named as primary additional insured's on General Liability policies, with respect to RFP 17-13315-TF, Endorsement # CG0001 10/01. GL Per ISO Form C00001 10/01; AL Per ISO Form CA0001 03/10 laK 111-IGA I E HULUtK GANGELLATIUN 1650 710098 City of Lubbock c/o City of Lubbock Purchasing Department 1625 13th Street, Suite 204 Lubbock, TX 79401 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD jnielson 49801284 SUPPLEMENT TO CERTIFICATE OF INSURANCE os/DATE oe/aol7 NAME OF INSURED: Intermountain Slurry Seal, Inc. [4111!�A T/1.__A1 G-140331-D (Ed. 01/13) BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below.) Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) A. Section II - Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contract'; or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products -completed operations hazard," and only if: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01 edition of CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via the 11 /85 edition of CG2010 (aka CG 20 10 1185), then in paragraph B.I. above, the words'caused in whole or in part by' are replaced by the words'arising out of. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the "written contract'; c. That described in B.1. above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or G-140331-D (Ed. 01/13) POLICY#: GL2074978689 Page 1 of 2 EFFECTIVE: 10/01/2016 Copyright, CNA All Rights Reserved. CNA G-140331-D (Ed. 01/13) any other basis. But if required by the "written contract" to be primary and non-contributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an 'occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit"; and (4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." D. Only for the purpose of the insurance provided by this endorsement, SECTION V —DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily injury" or "property damage"; or b. The offense that caused the "personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. Material used with permission of ISO Properties, Inc. G-140331-D (Ed. 01/13) POLICY#: GL2074978689 Page 2 of 2 EFFECTIVE: 10/01/2016 Copyright, CNA All Rights Reserved. POLICY No.: GL2074978689 COMMERCIAL GENERAL LIABILITY Effective Date: 10/01 /2016 CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 0413 Copyright, Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: GL2074978689 EFFECTIVE: 10/012016 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Any construction project as required by a written contract or agreement that was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard," and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG 25 03 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 2 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, Insurance Services Office, Inc., 2008 CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Waiver of Transfer of Rights of Recovery Against Others to Us This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Form Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work" included in the "products completed operations hazard." However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to loss. This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must Be Completed ENDT. NO. POLICY NO. GL 2074978689 Complete Only When This Endorsement Is Not Prepared with the Policy Or Is Not to be Effective with the Policy ISSUED TO: EFFECTIVE DATE OF THIS Granite Construction Incorporated ENDORSEMENT Countersigned by Authorized Representative �AYA7._Al- CNA71527XX (Ed. 10/12) ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization whom the named insured is required by written contract to add as an additional insured on this policy. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Insured Name: Granite Construction Incorporated Copyright CNA All Rights Reserved. Policy No: Endorsement No: Effective Date: BUA2074978692 10/01 /2016 POLICY NUMBER: BUA2074978692 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Granite Construction Incorporated Endorsement Effective Date: 10/01/2016 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. CA 04 4410 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 G-19160-B (Ed. 11 /97) WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS- CALIFORNIA This endorsement changes the policy to which it is attached. It is agreed that Part One — Workers' Compensation Insurance G. Recovery From Others and Part Two — Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE —n/a The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is n/a %. UTAH WAIVER OF SUBROGATION ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Utah is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Our waiver of rights does not release your employees' rights against third parties and does not release our authority as trustee of claims against third parties. Schedule : Any person or organization for whom the named Insured has agreed by written contract to furnish this waiver. WC43 03 05 (Ed 7-00) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT All Other States where allowed (except CA, TX, UT) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization for whom the named insured has agreed by written contract to furnish this waiver WC00 03 13 (Ed 4-84) This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2016 WC274978644 Valley Forge Insurance Company WC274978658 Transportation Insurance Company WC274978661 Transportation Insurance Company WC 274978630 Valley Forge Insurance Company G-19160-B Page 1 of 1 (Ed. 11 /97) 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. i i I TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK _. By: 1 lite; ` The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSE$IENT SHALL INCLUDE PRODUCTS AND COMPLETE; OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based 4 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 govermnental 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 1 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 riles. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Cormnission at 512-305-7238 to receive infonnation on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the proj ect; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Pate Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 13315 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 27th day of April, 2017 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Intermountain Slurry Seal, Inc. of the City of North Salt Lake, County of Davis and the State of Utah 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: RFP 17-13315-TF Micro -Surfacing and all extra work in connection therewith, under the tenns as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Intermountain Slurry Seal, Inc.'s proposal dated March 23, 2017 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to couunence 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 contact documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Intermountain Slurry Seal, Inc. By: /A - PRINTED NAMI(-. Zathieen S r skengost— TITLE: Vice President COMPLETE ADDRESS: Intermountain Slurry Seal, Inc.® °\;o 520 North 400 West ®� wti G North Salt Lake, UT 54054 — ® 06v 0:° Z ATTEST: :,��5•.. 31d?�� �e'��: See attached Certificate of Secretary Corporate Secretary CITY F �LUBO K, XAS (OWN R): By: Daniel M. Pope, May AP kLeisure,Assistant AS TOAO K Ii City Attorney No Text I INTERMOUNTAIN SLURRY SEAL, INC. CERTIFICATE OF SECRETARY I, Kathleen Schreckengost, Assistant Secretary of INTERMOUNTAIN SLURRY SEAL, INC., a Wyoming corporation (the "Company"), do hereby certify that the following is a true and correct copy of resolutions duly adopted effective December 18, 2014 by unanimous written consent and without a meeting as -authorized by 17-16-821 of the Wyoming Business Corporation act and the Bylaws of the Company: AUTHORIZATION OF APPROVED CONTRACT SIGNERS RESOLVED, that the below listed officers are authorized to execute and deliver on behalf of the Company all documents, agreements and undertakings required in connection with construction contract formation and operations of the Company: Jason T. Klaumann President Kathleen Schreckengost Vice President, Treasurer & Assistant Secretary Darren S. Beevor Vice President, Controller & Secretary Gary R. Price Vice President & Assistant Secretary Ryan W. Brady Assistant Secretary RESOLVED FURTHER, that the below listed individuals of Granite Construction Incorporated, parent of the Company, are authorized to execute and deliver on behalf of the Company all documents, agreements and undertakings required in connection with construction contract formation and operations of the Company: James H. Roberts President & Chief Executive Officer Christopher S. Miller Executive Vice President, Chief Operating Officer & Assistant Secretary Laurel J. Krzeminski Senior Vice President, Chief Financial Officer & Assistant Secretary Philip M. DeCocco Senior Vice President of Human Resources & Assistant Secretary Michael F. Donnino Senior Vice President, Group Manager & Assistant Secretary Patrick B. Kenny Senior Vice President, Group Manager & Assistant Secretary Martin P. Matheson Senior Vice President, Group Manager & Assistant Secretary James D. Richards Senior Vice President, Group Manager & Assistant Secretary Richard A. Watts Senior Vice President, General Counsel, Corporate Compliance Officer & Secretary Jigisha Desai Vice President of Corporate Finance, Treasurer, Assistant Financial Officer & Assistant Secretary Bradley G. Graham Vice President, Controller, Assistant Financial Officer & Assistant Secretary Nicholas B. Blackburn Director of Corporate Taxation & Assistant Secretary RESOLVED FURTHER, that the authority provided for herein shall be in accordance with applicable policies, procedures and limits of authority previously approved and the Granite Construction Incorporated Delegation of Authority and Policy then in effect. Page 1 of 2 L. SHARED.COU ALLCORP Capam,cA194M7 CYnNaus nfS.�r �aryA tiwntatiAwl�v UN'Csfcrts G+r ISS 12 14.R.Ld- No Text AUTHORIZATION OF APPROVED ATTESTORS RESOLVED, that the below listed officers are authorized to attest documents, agreements and undertakings required in connection with construction contract formation and operations of the Company: Jason T. Klaumann President Kathleen Schreckengost Vice President, Treasurer & Assistant Secretary Darren S. Beevor Vice President, Controller & Secretary Gary R, Price Vice President & Assistant Secretary Ryan W. Brady Assistant Secretary RESOLVED FURTIiER, that the below listed individuals of Granite Construction Incorporated, parent of the Company, are authorized to attest documents, agreements and undertakings required in connection with construction contract formation and operations of the Company: James H. Roberts Christopher S. Miller Laurel J. Krzeminski Philip M. DeCocco Michael F. Donnino Patrick B. Kenny Martin P. Matheson James D. Richards Richard A. Watts Jigisha Desai Bradley G. Graham Nicholas B. Blackburn Kenneth M. Smith Jason M. Jasper Heather J. Lenhardt Dated: April 10, 2017 President & Chief Executive Officer Executive Vice President, Chief Operating Officer & Assistant Secretary Senior Vice President, Chief Financial Officer & Assistant Secretary Senior Vice President of Human Resources & Assistant Secretary Senior Vice President, Group Manager & Assistant Secretary Senior Vice President, Group Manager & Assistant Secretary Senior Vice President, Group Manager & Assistant Secretary Senior Vice President, Group Manager & Assistant Secretary Senior Vice President, General Counsel, Corporate Compliance Officer & Secretary Vice President of Corporate Finance, Treasurer, Assistant Financial Officer & Assistant Secretary Vice President, Controller, Assistant Financial Officer & Assistant Secretary Director of Corporate Taxation & Assistant Secretary Group Counsel & Assistant Secretary Group Counsel & Assistant Secretary Group Counsel & Assistant Secretary 40 ®® 1P �° Kathleen SChrec engost s W- ® s ®= CO; ® Page 2 of 2 L•SHARED.COU AU:CORPC(9-1109-M7CIrGBple PfSma•yAai=-Cad&atra-UN'CsCm fm ISS 17.14T=Ldm it I CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 841h Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 71h business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmentalwebsites/ departments/purchasing/vendor-information CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsneNv/elf info_foim1295.htm GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Intermountain Slurry Seal, Inc., who has agreed to perform the work embraced in this contract, or their legal representative. + 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, Mike Gilliland, Public Works Superintendent, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives 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 L Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employedby Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict confonnity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to detennine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work (' included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 1'- 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any roan or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all tunes to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the I " requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such i tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. t 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 1.., 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 r' expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is cominenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for perfonnance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workinen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be detennined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the tenns and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its perfonnance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts 'identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. A. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. B. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED E. Umbrella Liability Insurance— NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. ; Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity -prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity 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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and t { (2) a new certificate of coverage showing extension of coverage, prior to the end of g - the coverage period, if the coverage period shown on the current certificate of ? coverage ends during the duration of the project; `. (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified snail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The naive and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point nonnal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state. ix. its) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. ` 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and `" employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. ` Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees hannless fi•om any loss on account T 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 hannless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,204.28 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such tune 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 (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of tune on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or 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, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, rtY, related to, arising from or growing out of the performance of this contract. t 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 a 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 L 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. .s 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. 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. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of 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, o (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, 1 , (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. (' 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar- to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with . _ the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as !3 provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of 1 completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the t work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, manmade or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR 1 Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or -A effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. _ 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek 'any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals perfonning work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http:Hwww.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-information Page Intentionally Left Blank r DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A General Decision Number: TX170007 01/06/2017 FORM BUILDER/FORM SETTER TX7 Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 Superseded General Decision Number: TX20160007 LABORER Asphalt Raker ...............$ 12.28 State: Texas Flagger.....................$ 9.30 ® Laborer, Common .............$ 10.30 Construction Types: Heavy and Highway Laborer, Utility ............ $ 11.80 Work Zone Barricade Armstrong, Carson, Crosby, Ector, Irion, Servicer....................$ 10.30 yCounties: Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. POWER EQUIPMENT OPERATOR: Asphalt Distributer $ 14.87 _e ......... Asphalt Paving Machine ...... $ 13.40 HEAVY & HIGHWAY CONSTRUCTION Broom and Sweeper ........... $ 11.21 PROJECTS Crane, Lattice Boom 80 Tons or Less ................ $ 16.82 Note: Under Executive Order (EO) 13658, an Crawler Tractor Operator .... $ 13.96 hourly minimum wage of $10.20 for calendar year Excavator, 50,000 lbs or 2017 applies to all contracts subject to the Davis- less ........................ $ 13.46 Bacon Act for which the contract is awarded (and Front End Loader Operator, any solicitation was issued) on or after January 1, Over 3 CY...................$ 12.77 2015. If this contract is covered by the EO, the Front End Loader, 3CY or contractor must pay all workers in any classification less ........................ $ 12.28 listed on this wage determination at least $10.20 per Loader/Backhoe..............$ 14.18 hour (or the applicable wage rate listed on this wage Mechanic .................... $ 20.14 determination, if it is higher) for all hours spent Milling Machine .............$ 15.54 performing on the contract in calendar year 2017. Motor Grader, Rough ........ $ 16.15 The EO minimum wage rate will be adjusted Motor Grader, Fine .......... $ 17.49 annually. Additional information on contractor Pavement Marking Machine .... $ 16.42 requirements and worker protections under the EO Reclaimer/Pulverizer........ $ 12.85 is available at Roller, Asphalt .............$ 10.95 www.dol.gov/whd/govcontracts. Roller, Other ...............$ 10.36 Scraper .....................$ 10.61 y Spreader Box ................$ 12.60 Modification Number Publication Date 1 0 01/06/2017 Servicer .........................$ 13.98 * SUTX2011-002 08/02/2011 Steel Worker (Reinforcing) ....... $ 13.50 Rates Fringes TRUCK DRIVER Lowboy -Float ................$ 14.46 CEMENT MASON/CONCRETE Single Axle ................. $ 12.74 FINISHER (Paving & Structures) ... $ 13.55 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with ELECTRICIAN ...................... $ 20.96 Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ' Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this 1 example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ' WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis - Bacon survey program. If the response from this initial contact is not satisfactory, then the process i 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 l 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. SPECIAL CONDITIONS Pale Intentionally Left Blank SPECIAL CONDITIONS 1. TIME AND ORDER FOR COMPLETION The micro -surfacing process covered by the contract documents shall be fully completed within 90 (NINETY), consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. A. The Micro-Surfacing,with locations and materials as designated b the Cit 's representative, shall not tm Y Y begin before May 12, 2017 and shall be completed no later than August 19, 2017. The Contractor may begin as soon as they receive the Notice to Proceed, and proceed until all designated locations are a completed. B. The repairs shall be completed in 90 consecutive calendar days. The Contractor shall pay to the owner $1,204.28 per day for each calendar day after that until completion as liquidated damages. No credit will t be given for bad weather days or other delays. In the event it is determined by the City that the progress of the work is not satisfactory, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. -" 2. CHANGES IN THE WORK The Street Department may make changes in the scope of the work required to be performed by the Contractor under the Contract or making additions thereto, or by omitting work there from, without involving the Contract, and without relieving or releasing the Contractor from any of his obligations under the contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise Except for the purpose of affording protection against any emergency endangering health, life, limb or property, the Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the improvements or supply additional labor, services or materials beyond that actually required for the execution of the contract, unless in pursuance of a written order from the local Public Agency authorizing the Contractor to proceed with the change. No claim for an adjustment of the contract price will be valid unless so ordered. If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a Supplement Schedule of Unit Prices) the Street Department may order the Contractor to proceed with desired changes in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit prices specified in the contract; provided that in case of a unit price contract the net value of all changes does not increase or decrease the original total amount shown in the Agreement by more than twenty-five (25%) percent. -, 3. SUPERINTENDENCE The Contractor's Superintendent and/or his assistants will not be allowed to serve two functions simultaneously, such operating machinery and acting as Superintendent at the same time. The Contractor's Superintendent must be free of individual responsibilities to enable him to give the entire project his constant attention to facilitate the progress thereof. The Contractor's Superintendent will be responsible for establishing grade control on concrete removal and replacement. 4. PROSECUTION OF WORK The Contractor will, before starting any work on any street, erect barricades and signs, or provide sufficient flagmen, as approved by the Street Superintendent, to give notice to vehicular traffic. During the construction the Contractor is to close to traffic streets, as approved by the Street Superintendent. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6 P.M. to 6 A.M., except during the construction of the curb and gutter for which the driveways and/or alleys shall remain closed not more than 4 days including 72 hours for curing. The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such barricades and warnings, as approved by the Street Superintendent, necessary to give notice to vehicular and pedestrian traffic of any and all obstructions and insofar as possible keep the streets and/or alleys on which work is being done in a passable condition. During the time the concrete is curing in the alleys and until it can be opened to traffic, the Contractor shall maintain warning signs on barricades with lights at each end of the block until the alley can be opened to traffic. The flagmen will be required to wear vests and use the type of flag as shown on flagging detail sheet in specifications. All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent red - orange flags at least 16" x 16" in size. These flags shall be mounted high enough on the equipment so that they will be visible to all traffic meeting or passing the equipment. Before work is started on any street it will be the responsibility of the Contractor to notify each property owner that has a car or cars parked in their driveways or garages so that each owner might have the opportunity to move their cars. The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in advance, in order that businesses may have time to adjust their plans. On all thoroughfares and collectors, the Contractor and the City's Representatives will work with each of the businesses, hospitals, schools, etc., so that only part of the driveways into their parking lots will be closed. At no time will any parking lot be completely closed, without prior approval from the Owner's Representative, unless the work is being accomplished at night and the businesses are closed. The Contractor shall be responsible for notifying affected businesses of the proposed work and the projected schedule for completion of this work. Immediately after each re -construction the Contractor shall clean, remove any paving materials from gutters, rubbish and temporary structures from the street, restore in an acceptable manner all property, both public and private which has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as part of the cost of the various items of the work involved, and no direct compensation will be made for this work. The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES for Streets and Highways. Part VI. 5. BARRICADES AND DANGER WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices for handling traffic control as indicated in the plans or as directed by the Street Superintendent. All barricades, warning signs, barriers, cones, lights, signals and other such type devices shall conform to details shown on the plans and as indicated in the Texas Manual on Uniform Traffic Control Devices. The Contractor may provide special signs not covered by plans to protect the traveling public against special conditions or hazards, provided however, that such signs are first approved by the Street Superintendent. Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices and evident thereof shall be removed by the Contractor. 6. MAINTENANCE OF DETOURS The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public travel in accordance with the Traffic Control Plan and these specifications. There shall be maintained in passable condition, such temporary roads and structures as may be necessary to accommodate public travel. Temporary approaches and crossings of intersecting highways shall be provided and maintained in a safe and passable condition by the Contractor at his entire expense. 7. PUBLIC SAFETY AND CONVENIENCE Ingress and egress to private property shall be provided as specified in the plans or as directed by the Street Superintendent. The Contractor shall plan and execute his operations in a manner that will cause the minimum interference with traffic. The Contractor shall secure the Street Superintendent's approval of his proposed plan of operation, sequence of work, and methods of providing for the safe passage of traffic before it is placed into operation. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the Contractor shall immediately make necessary changes therein to correct the unsatisfactory conditions. At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as not to interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public ' travel and Contractor's personnel, and as directed by the Street Superintendent. Flaggers shall be English speaking, courteous, well informed, physically and mentally able to effectually perform their duties in safeguarding and directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on duty. When directing traffic, flaggers shall use standard attire, flags and signals and follow the flagging procedures set forth in the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. 8. REMOVING OBSTRUCTIONS The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc., prior to building. It shall be the. Contractor's responsibility to remove these obstructions at the direction of the Street Superintendent, except that the utility companies will move their equipment at no cost to the Contractor. The Contractor will receive no compensation for delay caused by the Utility Companies in relocating or removing their equipment. 9. TEST OF MATERIALS The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for approval of materials, mix designs, adequacy of procedures, etc. The results of such testing shall be evaluated and final approval given by the Street Superintendent. A. CONCRETE MATERIALS Before Concrete materials can be used on any street, a current mix design (not older than 30 days) with test reports will be submitted to the Street Superintendent for approval. During the construction period, concrete tests that fail will require the location to be cored at the contractor's expense. If the concrete cores fail, the concrete work will be removed and replaced at no additional cost to the City of Lubbock. B. HOT MIX The Contractor, or supplier of such materials, shall submit a mix design to the City Pavement Management office, at least thirty (30) days prior to the reconstruction, a mix design it shall include, but not limited to crushed face counts, Flakiness Index tests, and magnesium sulfate (soundness) tests. The gradation requirements shall be that as necessary to meet the gradation requirements of Item 6.3 (HMAC Mix Design Requirements). The crushed face count, Flakiness Index, and Magnesium Sulfate requirements shall meet those established in City of Lubbock Standard Paving Specifications, Item number 6.4. 10. SUBCONTRACTOR The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which approval will not be given until the Contractor submits to the Owner a written statement 1. concerning the proposed award to the subcontractor, which statement shall contain such information as the Owner may require. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by theirs, as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner and said subcontractor will look exclusively to contractor for any payments due subcontractor. 11. UNDERGROUND UTILITIES The Contractor's attention is directed to the fact that pipelines and other underground installations as may be shown on the plans have been taken from the best available information. There may be other pipelines or installations. The Contractor shall hold harmless the City from any and all suits or claims resulting from damage by his operations to any pipeline or underground installation. It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in the limits of street construction have been properly backfilled, compacted, and the top 6" inches backfilled with 2-sack flowable fill. It is not the intent to require the Contractor to provide for the utility cut repair but for the individual utility company making the cut to provide their own repairs. In the case of a City underground installation, the Contractor may be required, at the Street Superintendent's option, to repair the cut with 2-sack flowable fill at the unit price bid. 12. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. 13. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy and defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from date of final acceptance of the project. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 14. LABOR The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of Labor, and must not pay less than the rate legally prescribed or as set forth herein, whichever is higher. Payment for time worked over forty -hours per week shall be made at one and one-half (1-1 /2) times the above prevailing rates. Payment for time worked on legal holidays shall be paid at one and one-half (1- 1/2) times the regular governing per diem wage rates. Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar day, under the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No. 201 of the 47th Legislature shall be paid on the basis of eight (8) hours constituting a day's work. 0 15. NOTIFICATION OF CITIZENS All citizens shall be notified by door hangers a minimum of 24 hours and a maximum of 48 hours in advance of the Micro -Surfacing being placed on their street. The door hangers shall contain the following information on them. The company doing the work as well as a contact name and number. There shall be an on site contact that is familiar with the project, and shall be capable of dealing with citizens in a cordial manner. The door hanger shall contain a time frame in which the work shall take place Example: 8 AM to 7 PM. The door hanger shall lay out exactly what the citizens should expect, and shall let them know how long access to their home could be affected. Example: During this time access to your driveway could be limited or blocked for 1 to 2 hours. If your vehicle is in your driveway we can usually get you out in 20 to 30 minutes. Citizens shall be asked not to park their cars in the street during construction. The dates on the door hanger can have multiple dates but shall not exceed three working days. If this schedule is not met then the contractor will be required to hang door knockers again with a more accurate schedule. The door hangers shall also allude to unexpected equipment problems or unexpected weather problems. The door C - hangers shall be submitted to the City of Lubbock Street Superintendent for approval. [ , 16. HOURS OF OPERATION Operating hours will be Monday through Saturday as outlined in this section of these specifications unless other wise directed by the Street Superintendent. Hours of operation shall be: Major Thoroughfare's 7pm to lam, Residential Areas lam to 7pm. Night work will be permitted only on our major thoroughfares and shall conform to the following. The micro -Surfacing shall be traffic ready by 7 AM, all traffic control devices and barricades shall be removed from the roadway by 7 A.M. No Text SPECIFICATIONS Pate Intentionally Left Blank City of Lubbock Public Works Engineering Minimum Design Standards and Specifications City Of U bock TEXAS Department of Public Works Engineering City of Lubbock, Texas May 1, 2014 These Standards and Specifications are general standards and specifications for design work on public infrastructure. At all times these regulations are subject to the specific o versight and judgment of the City Engineer who may make modifications in their implementation as may be necessary on a case -by -case basis to protect the best interest of the public. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer of any responsibility for deviation from any City, State or other Governing Requirements nor for errors or omissions in plans and specifications. April 7, 2014 Subject: City of Lubbock Public Works Engineering Minimum Design Standards & Specifications To whom it may concern: This letter is to advise of the release of the 2014 annual update to the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. Over the past year the City of Lubbock Engineering staff has been working with vendors, manufacturers, engineering firms and the development community to update and improve the 2013 edition. The Public Works Engineering Department will be reviewing plans and making comments according to these standards for any proposed infrastructure beginning May 1, 2014. Therefore any plans received by this department dated on or after May 1, 2014 will be reviewed under these newly adopted design and construction standards. This manual is available in digital format on the City of Lubbock website. Please feel free to contact me if you have any questions Sincerely, / f L. ood ranklin, P.E. City ngineer City of Lubbock 1625 13" Street Lubbock, Texas 79401 (806) 775-2343 L'VATER\DESIGN STANDARDS & SPECIFICATIONS 2013W)OPTION LETTER & MAJOR CHANGES LIS'MDOPTION LET ERLDOC Design Standards and Specifications Table of Contents SECTION1.........................................................................................................................................1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION..........................................................1 1.1 General......................................................................................................................................1 1.2 Design Flow................................................................................................................................1 1.3 Design Pressure..........................................................................................................................2 1.4 Hydraulic Design.........................................................................................................................2 1.5 Typical Layout............................................................................................................................2 1.6 Bedding and Cover......................................................................................................................3 1.7 Relation to Sanitary Sewer Mains and Appurtenances....................................................................3 1.8 Pipe Size and Spacing.................................................................................................................6 1.9 Pipe Materials.............................................................................................................................6 1.10 Methods of Connection................................................................................................................7 1.11 Flanged Outlets..........................................................................................................................7 1.12 Valve Spacing.............................................................................................................................7 1.13 Fire Protection Requirements.......................................................................................................7 1.14 Easements..................................................................................................................................8 1.15 Soil Analysis................................................................................................................................9 1.16 Pipe Restraints and Reaction Blocking..........................................................................................9 1.17 Tunneling, Jacking and Boring.....................................................................................................9 1.18 Dead-end Mains..........................................................................................................................9 1.19 Abandonment of Water Mains....................................................................................................10 SECTION2.......................................................................................................................................11 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS.................................................11 2.1 Plan Submittal Requirements.....................................................................................................11 2.2 Plan Details..............................................................................................................................13 SECTION3.......................................................................................................................................15 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS..............................................................15 3.1 General....................................................................................................................................15 3.2 Design Flow..............................................................................................................................15 3.3 Hydraulic Design.......................................................................................................................16 3.4 Design Details...........................................................................................................................16 3.5 Typical Layout..........................................................................................................................17 3.6 Bedding and Cover....................................................................................................................18 3.7 Relation to Water Mains............................................................................................................18 3.8 Abandonment of Sewer Mains and Manholes..............................................................................20 3.9 Easements................................................................................................................................20 3.10 Soil Analysis..............................................................................................................................20 3.11 Tunneling, Jacking and Boring...................................................................................................21 3.12 Lift Station................................................................................................................................21 SECTION4....................................................................................................................................... 23 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS......................................................... 23 4.1 Plan Submittal Requirements.....................................................................................................23 4.2 Plan Details..............................................................................................................................25 SECTION5....................................................................................................................................... 27 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION ................................................ 27 5.1 General....................................................................................................................................27 5.2 Plan Requirements....................................................................................................................27 5.3 Plan Approval...........................................................................................................................27 5.4 Inspection................................................................................................................................27 5.5 Specifications............................................................................................................................27 5.6 Materials of Construction...........................................................................................................27 5.7 Methods of Construction............................................................................................................36 5.8 Pneumatic Testing for Tapping Sleeves......................................................................................43 5.9 Hydrostatic Pressure Testing......................................................................................................43 5.10 Sterilization and Bacteriological Testing......................................................................................44 Design Standards and Specifications Table of Contents 5.11 Restoration and Clean Up..........................................................................................................45 5.12 Warranty and Acceptance..........................................................................................................45 SECTION6.......................................................................................................................................47 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION...............................47 6.1 General....................................................................................................................................47 6.2 Plan Requirements....................................................................................................................47 6.3 Plan Approval 6.4 Inspection................................................................................................................................47 6.5 Specifications............................................................................................................................47 6.6 Materials of Construction...........................................................................................................48 s , 6.7 Methods of Construction............................................................................................................52 6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes .61 6.9 Lift Station................................................................................................................................67 6.10 Restoration and Clean Up..........................................................................................................68 6.11 Warranty and Acceptance..........................................................................................................69 _? SECTION7....................................................................................................................................... 71 APPROVED MATERIALS AND MANUFACTURERS LIST..................................................................... 71 7.1 Introduction.............................................................................................................................. 71 7.2 Product Submittal Procedures....................................................................................................71 7.3 Evaluation Process ....................................................................................................................72- 7.4 Approval Process......................................................................................................................72 7.5 Water System...........................................................................................................................74 7.6 Sanitary Sewer System..............................................................................................................81 7.7 Water and Sanitary Sewer Systems.......................................................................................... 86 SECTION8....................................................................................................................................... 87 StandardSpecifications for streets and drainage construction...................................................... 87 8.1 General....................................................................................................................................87 r 8.2 Design Standards......................................................................................................................87 8.3 Testing and Inspection..............................................................................................................88 8.4 Notification of Property Owners.................................................................................................89 8.5 Protection of Utilities and Irrigation Systems...............................................................................89 8.6 Water for Construction..............................................................................................................89 8.7 Concrete..................................................................................................................................90 8.8 Subgrade and Base...................................................................................................................99 f . 8.9 Hot Mix Asphalt Concrete Surface(HMAC)................................................................................104 8.10 Micro-Surfacing.......................................................................................................................111 8.11 Storm Sewer...........................................................................................................................115 ( I 8.12 Fences ..........................120 ......................................................................................................... 8.13 Salvage of Asphalt Paving........................................................................................................121 _a 8.14 Traffic Control.........................................................................................................................121 8.15 Prosecution of the Work and Working Days 122 8.16 Measurement and Payment 123 8.17 Restoration and Clean Up........................................................................................................126 8.18 Certificate of Completion and Warranty....................................................................................126 SECTION9.....................................................................................................................................129 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS............................................129 9.1 Plan Submittal Requirements ................................................................................................... 129 9.2 Plan Details ... ....131 1 SECTION 10 TYPICAL DETAILS OF CONSTRUCTION..................................................................132 10.1 General Details.......................................................................................................................132 10.2 Water Details..........................................................................................................................122 10.3 Sewer Details..........................................................................................................................136 10.4 Street and Drainage Details.....................................................................................................146 10.5 Appendix................................................................................................................................163 ii 4 Design Standards and Specifications Water Standards SECTION 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION 1.1 General 1.1.01 All water distribution system design shall be in accordance with the requirements of TCEQ Chapter 290, AWWA Standards, City of Lubbock Water System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Water Distribution. 1.2 Design Flow 1.2.01 The design of the water distribution system shall be based on the following: A. Design flow for residential use: Peak Hourly Demand 1,000 gpcd Maximum Daily Demand 650 gpcd Average Daily Demand 240 gpcd Capita per Household (Single Family) 3.2 persons Capita per Household (Multi -family) 2.5 persons i. Domestic water service shall be provided from an alley or easement. ii. Lines in alleys or easements shall be adequate to provide for a maximum size water meter of 1-1/2 inches per lot for each 75 feet of frontage. iii. Property owner may acquire a maximum domestic water tap and meter of 1-1/2 inches or the equivalent in two meters per lot for each 75 feet of frontage. iv. Minimum size water tap and meter shall be one inch. B. Design flow for fire protection: WV V 1,000 1- and 2-Family Residential Other Than 1- and 2-Family Residential 1 500-8 000 i. Fire protection service shall be provided from a street right-of-way or comparable easement. ii. Flow may be from more than one fire hydrant, provided the additional hydrants are accessible to any possible fire location. iii. Fire protection must comply with Fire Marshall's Office regulations, and in no case be less than currently adopted International Fire Code requirements. iv. Additional infrastructure may be required to provide fire protection service when existing water distribution lines are inadequate. Section 1 1 Design Standards and Specifications Water Standards C. Design flow for development other than residential use shall be based on the following or as directed by the Chief Water Utilities Engineer: Restaurant 18 Without cafeteria or showers 18 School With cafeteria; no showers 24 With cafeteria and showers 30 Without cafeteria restrooms or showers 6 Youth With restrooms; no cafeteria or showers 24 camp With restrooms and showers; no cafeteria 30 With restrooms showers and cafeteria 42 Office building 18 Hospital(per bed 720 Institution other than hospital) 240 Factories exclusive of industrialprocesses) 24 Recreational Parks 6 Swimminci Dools 12 Country clubs 120 Airport(per passenger) 6 Self-service laundry 60 Service station convenience store 12 i. Peak hourly demand for other than residential flows shall be 2.5 times the average daily demand. 1.3 Desian Pressure 1.3.01 Distribution system shall have a maximum operating pressure of 150 pounds per square inch (psi) and a minimum operating pressure of 40 psi. 1.3.02 Distribution system shall maintain a 20 psi residual pressure during required fire flow and a 40 psi residual pressure during peak hourly demand. 1.4 Hydraulic Design 1.4.01 Distribution mains shall be designed to have a maximum velocity of 10 feet per second. 1.4.02 Distribution mains shall be designed using a Hazen -Williams friction coefficient "C" equal to 140. 1.5 Typical Layout 1.5.01 Unless approved otherwise by the Chief Water Utilities Engineer, water distribution mains shall be located: A. In north -south alleys or streets, 5 feet west of centerline. B. In east -west alleys or streets, 5 feet north of centerline. 1.5.02 Water mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the Chief Water Utilities Engineer. 2 Section 1 tj Design Standards and Specifications Water Standards B. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. 1.5.03 Where a water distribution main crosses a street, the crossing shall be made at as near to perpendicular as possible. 1.5.04 Valves shall be installed at each junction such that no more than one connecting leg is unvalved. A. At street intersections, valves shall be located at right-of-way lines unless flanged fittings are required. B. At alley intersections with thoroughfare streets, valves shall be located at right-of-way lines of the alleys. C. Where possible, valves in streets should be designed to fall outside of wheel paths. 1.5.05 Water mains shall be designed as looped systems. 1.5.06 Minimum radius of curvature and maximum deflection angle of pipe joints shall be restricted to 80% of manufacturer's recommendation, after which the use of horizontal or vertical bends will be required. 1.5.07 In all instances water mains shall extend to the extremities of the platted property or the subdivision served, and further when required to tie into existing mains adjacent to the development. 1.6 Bedding and Cover 1.6.01 Water distribution mains shall ordinarily have a minimum of 4 feet of cover from top of pipe to finished ground surface. 1.6.02 All water lines shall be laid as horizontal as possible, avoiding excessive numbers of high or low points. 1.6.03 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Water Main Construction but in all cases shall be not less than manufacturer recommendations. 1.7 Relation to Sanitary Sewer Mains and Appurtenances 1.7.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 1.7.02 Water lines shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed sanitary sewer lines or appurtenances. A. Where the 9 foot separation distance cannot be achieved, the following criteria shall apply: i. New waterline installation —parallel lines: a. Where a new potable waterline parallels an existing, non -pressure or pressure rated sanitary sewer main and the Design Engineer is able to determine that the existing sanitary sewer main is not leaking: Section 1 3 Design Standards and Specifications Water Standards (1) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. (2) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. b. Where a new potable waterline parallels an existing, non -pressure or pressure rated sanitary sewer main and it cannot be determined by the Design Engineer if the existing line is leaking: (1) The existing sanitary sewer main shall be replaced with at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. c. Where a new potable waterline parallels a new sanitary sewer main: (1) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. ii. New waterline installation —crossing lines: a. Where a new potable waterline crosses over an existing, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. b. Where a new potable waterline crosses over an existing, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. 4 Section 1 Design Standards and Specifications Water Standards c. Where a new potable waterline crosses over a new, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. d. Where a new potable waterline crosses over a new, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (3) One segment of the waterline pipe shall be centered over the sanitary sewer line such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the center line of the sanitary sewer main. (4) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (5) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. e. When a new potable waterline crosses under a sanitary sewer main: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) The waterline shall be encased in an 18-foot or longer section of pipe or be constructed of ductile iron or steel pipe with mechanical or welded joints as appropriate. (3) The encasing pipe shall be centered on the sewer line and shall be at least 2 nominal pipe diameters larger than the water line. (4) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (5) Each end of the casing shall be sealed with watertight non -shrink cement grout or a manufactured watertight seal. (6) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. Section 1 5 1_} Design Standards and Specifications Water Standards B. Waterline and sanitary sewer manhole or cleanout separation: i. The separation distance from a potable waterline to a sanitary sewer manhole or cleanout shall be a minimum of 9 feet. ii. Where the 9-foot separation distance cannot be achieved: a. The waterline shall be encased in an 18-foot or longer section of pipe or constructed of ductile iron or steel pipe with mechanical or welded joints as appropriate. b. The encasing pipe shall be centered on the sewer line`or manhole and shall be at least 2 nominal pipe diameters larger than the water line. c. The carrier pipe shall be supported at 5-foot or less intervals with spacers. d. Each end of the casing shall be sealed with watertight non -shrink cement grout or a manufactured watertight seal. C. Location of fire hydrants i. Fire hydrants shall not be installed within 9 feet vertically or horizontally of any sanitary sewer main, manhole or service line regardless of construction. D. Location of potable or raw water supply or suction lines i. Suction mains to pumping equipment shall not cross sanitary sewer mains or sanitary sewer service lines. ii. Raw water supply lines shall not be installed within 5 feet of any tile or concrete sanitary sewer main or sanitary sewer service line. E. Proximity of septic tank drain fields i. Waterlines shall not be installed closer than 20 feet to septic tank drain fields. 1.7.03 Water and sewer lines shall be installed in separate trenches. 1.7.04 For other instances not covered in these design standards, consult current TCEQ regulations. 1.8 Pipe Size and Spacing 1.8.01 Distribution mains shall be located and sized in accordance with the current City of Lubbock Water System Master Plan and current TCEQ rules: 16-inch or larger Section Line mile 10- or 12-inch Half -Section Line 1 2 mile 6- or 8-inch Eighth -Section Line 660 feet 1.8.02 The standard pipe sizes that shall be used are 4-, 6-, 8-, 10-, 12-, 16-, 20- and 24-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock water distribution system, unless approved by the Chief Water Utilities Engineer. 1.9 Pipe Materials 1.9.01 All pipe used in the City of Lubbock water distribution system shall be Cement -lined Ductile Iron, C900 PVC, C905 PVC, C301 Prestressed -Concrete Steel Cylinder Pressure or Concrete Bar -wrapped Steel Cylinder Pressure Pipe. 1.9.02 See City of Lubbock Standard Specifications for Water Main Construction for details on materials and methods of construction. 6 Section 1 Design Standards and Specifications Water Standards 1.10 Methods of Connection 1.10.01 Tapping Sleeves A. Tapping sleeves with tapping valves shall be used whenever possible for connections to existing mains in order to avoid interruption of water service. B. Maximum tap size shall be no larger than one standard size smaller than the main to be tapped. C. Size -on -size taps shall not be allowed without prior approval by the Chief Water Utilities Engineer. D. Using a tapping sleeve of one standard size smaller than the main to be tapped and immediately increasing the pipe to a larger size shall not be allowed without prior approval by the Chief Water Utilities Engineer. 1.10.02 Cut -in Tees A. When it is necessary for a size -on -size connection and interruption of water service is not an issue, a cut -in tee with valve shall be used. B. Cut -in tees shall not be used without prior approval by the Chief Water Utilities Engineer. 1.11 Flanged Outlets 1.11.01 All side outlets for valve attachments on lines 16-inches and larger shall be flanged. 1.12 Valve Spacing 1.12.01 Valves shall be provided in the distribution system so that no single accident, break or repair will necessitate shutting down a length of pipe greater than 600 feet. A. On distribution mains 12-inch diameter and smaller, valves shall be located at each tee, cross or other junction. B. Valves shall be installed at each junction such that no more than one connecting leg is unvalved. 1.12.02 On 16-inch arterial mains, valves shall be spaced no greater than 800 feet as the arterial feeder main traverses undeveloped land or is not intersected by other distribution mains. 1.12.03 Transmission mains 20-inch diameter and larger shall be equipped with valves at one-half mile intervals unless intersected by arterial mains or other distribution mains, or it is determined that more valves are required. 1.13 Fire Protection Reauirements 1.13.01 Fire protection must comply with Fire Marshall's Office regulations, and in no case be less than currently adopted International Fire Code requirements. A. Each building in the city limits shall be within 500 feet of a fire hydrant, as measured by lay - of -hose length. 1.13.02 In all cases, the following criteria shall be adhered to: A. Fire hydrant leads shall be minimum 6-inch diameter, sole purpose and shall not exceed 150 feet in length. The entire length of the lead shall be mechanically restrained. Section 1 7 I' Design Standards and Specifications Water Standards B. Private fire protection lines and hydrant leads shall connect at the main with a gate valve or tapping valve of at least equal size to the fire protection line. C. A fire hydrant is required within 200 feet of a Fire Department Connection. D. Fire lines from public mains to buildings shall be installed by a state certified fire sprinkler firm and tested to Fire Marshall's Office requirements. E. Fire hydrants shall be located at intersections wherever possible. i. Consult Section C-104 of the International Fire Code for requirements on hydrants that may obstruct access during fire fighting operations. F. A hydrant shall be placed at the throat or beginning of each cul-de-sac at the intersecting street. i. Additional fire hydrants may be required based on length of cul-de-sac. ii. Fire hydrants placed at the bulb end of cul-de-sacs should be avoided. G. On divided highways hydrants shall be placed on each side of the highway wherever possible. H. Fire hydrants shall be installed with the 4-inch nozzle facing the required access way or street. I. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet is 18 inches above the ground. 1. Fire hydrants shall be placed so that they are readily visible from the street and shall be no closer than 2 feet nor further than 5 feet from back of curb. K. A reflective, blue, raised pavement marker shall be placed at the center of the required access way or street for any new fire hydrant installation, in line with the 4-inch nozzle. L. No bushes, ground cover over 6 inches in height, or other obstructions shall be placed within a 5 foot radius in all directions of a hydrant or fire department connection. M. Where fire hydrants are vulnerable to vehicular damage, appropriate crash posts shall be provided. i. No obstructions shall exist within a 3-foot working area of each fire hydrant. ii. Crash posts shall be 4-inch, cement -filled pipe with a minimum of 3 feet above finished grade and 2 feet of pipe anchored in concrete below grade. N. Fire hydrants shall be in operation before framing is started or combustibles are stored on any construction site. 0. Streets and fire access roadways shall be able to support fire apparatus in wet weather before framing is started or combustibles are stored on any construction site. P. Fire hydrant shall be installed with flange 0.2 to 0.4 foot above finished grade. 1.14 Easements 1.14.01 When it is determined not to be feasible to construct a public water distribution main in a street or alley, the installation may be made in a dedicated easement or right-of-way. 1.14.02 The minimum width of an easement or right-of-way for a public water distribution main is 10 feet exclusive, 20 feet if shared with a public sanitary sewer main or other utilities or if depth of water distribution main is greater than 10 feet. 1.14.03 Easements will not be allowed between residential lots unless they are in combination with a drainage easement or with prior approval from the Chief Water Utilities Engineering. 8 Section 1 Design Standards and Specifications Water Standards 1.14.04 When a fire hydrant is to be installed on private property, an easement shall be dedicated which provides a minimum of 5 feet clearance in all directions from the center of the fire hydrant. 1.15 Soil Analysis 1.15.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed water distribution main, recommended methods of dewatering for water distribution main construction, and the recommended methods of backfilling and compacting to be used. 1.16 PIDe Restraints and Reaction Blocki 1.16.01 The size of required pipe restraints and reaction blocks shall be determined by the Design Engineer for the project based on the allowable soil pressure and the anticipated working pressure plus water hammer of the line. 1.16.02 For restrained joint lengths required, refer to Appendix A as derived from EBAA Iron, Inc. 1.17 Tunneling, Jacking and Boring 1.17.01 Tunneling, jacking and boring are methods used for water line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities Engineer. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe. D. Casing pipe thickness shall be: 1.17.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the Chief Water Utilities Engineer. 1.17.03 Annular space between casing or uncased pipe and bored hole shall be injection grouted. 1.18 Dead-end Mains 1.18.01 A dead-end main is defined as a length of water line greater than 150 feet with no looped connection. 1.18.02 Dead-end mains shall not be allowed unless approved by the Chief Water Utilities Engineer. Section 1 9 Design Standards and Specifications Water Standards 1.18.03 Where dead-end mains are necessary as a stage in the growth of the system, they shall be designed so that: A. The system may be periodically flushed by use of a blow -off valve or fire hydrant, or B. A temporary looped connection is installed. 1.19 Abandonment of Water Mains 1.19.01 When a water line is to be abandoned, allowances shall be made so that existing and new water mains may be in service simultaneously, thereby providing a means for transferring customer's service from the old main to the new main with minimal interruption. 1.19.02 If the construction of a proposed main necessitates the abandoning of the existing main prior to the new main's placement into service, provisions for a temporary water main with services must be addressed. 1.19.03 On mains to be abandoned, the designer shall note locations of cut and plug as close as possible to the main that remains in service. 1.19.04 Fire hydrants, valves and other fittings located on mains to be abandoned shall be removed and delivered to the City of Lubbock Water Utilities Department. 10 Section i Design Standards and Specifications Water Check List SECTION 2 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS 2.1 Plan Submittal Reauirements 2.1.01 All water main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Water Distribution prior to submittal to the Water Utilities Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. r, 2.1.02 Plan Review A. The Design Engineer shall submit two sets of water main construction plans to the Chief Water Utilities Engineer for review and comment. B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 8 sets of plans shall be provided for final approval for construction. i. If a fire hydrant or fire protection service is specified for installation, 2 additional sets of water plans shall be submitted with the construction sets (10 total). ii. If the proposed infrastructure is intended to serve a commercial structure, 1 additional set of water plans shall be submitted with the construction sets (9 or 11 total). ` iii. If additional approved plan sets are required by the Design Engineer, the appropriate amount of additional plans shall be provided at this time. iv. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be logged into the CitY's GIS data base and distributed as follows: i. Two (2) sets will be returned to the Engineer. ii. Six (6) sets will be distributed to the City's inspectors and support staff. iii. Where applicable, 2 sets will be delivered to the Fire Marshall's Office. iv. Where applicable, 1 set will be delivered to the Building Inspection Department. E. The Design Engineer shall notify TCEQ in writing prior to the start of construction. i. A copy of the TCEQ notification letter shall be submitted to the Water Utilities Engineering Department. F. Final construction plans should not be submitted for Water Utilities Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 2.1.03 Pro Rata Estimate and Fees i A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan f review submittal. Section 2 11 Design Standards and Specifications Water Check List B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 2.1.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Water Utilities Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Water Utilities Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 2.1.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Water Utilities Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings" certified by the Design Engineer shall be presented to the Water Utilities Engineering Department within 30 days of completion of the construction. i. Record Drawings shall include locations of all valves, valve vaults, fire hydrants, bends and tees or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the Water Utilities Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. 2.1.06 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the Chief Water Utilities Engineer for a Certificate of Acceptance of Utility Construction. i. Water distribution system improvements shall not be put online or brought into service without written approval by the Water Utilities Engineering Department. ii. A newly constructed system will not be accepted until the supplying, adjacent system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Water Utilities Engineering Department. iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed water system will not be released by the Water Utilities Engineering Department until said system has been brought into service. 12 Section 2 i ?r' Design Standards and Specifications Water Check List 2.2 Plan Details 2.2.01 Plan Format A. Standard drawing size shall be 24-inch by 36-inch. 2.2.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Chief Water Utilities Engineer: (806) 775-2342 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Statement: "All work shall be performed in accordance with the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Water Mains (Bold) a. Stationing b. Size c. Length d. Material and Type of Joints e. Location Dimensions f. Fittings g. Tees h. Crosses i. Reducers j. Bends k. Plugs I. Blow -offs m. Thrust Blocks n. Valves o. Fire Hydrants Section 2 13 Design Standards and Specifications Water Check List vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: W W W WATER LINE - s S S - SANITARY SEWER LINE - - G , G G -- GAS LINE FOC— FOC FIBER OPTIC CABLE CATv— CAN CABLE TELEVISION SW SW STORM WATER LINE UGE UGE UNDER GROUND ELECTRIC OHE— OHE— OVER HEAD ELECTRIC UGT - UGT UNDER GROUND TELEPHONE OHT— OHT-- OVER HEAD TELEPHONE TS-- Ts TRAFFIC SIGNAL LINE C. Profile (required for water lines greater than 12-inch diameter) L Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Proposed Water Main Control Elevation and Grades D. Plan, Profile and Complete Details for Off -Site Transmission Mains, Pump Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required L Standard Bedding Detail ii. Thrust Block and Joint Restraint Tables iii. Fire Hydrant Detail iv. Tapping Details v. Air Valve Detail vi. Blow -off Detail vii. Crossing Detail F. Overall Layout Sheet - If Required L Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Water Line Sizes and Material v. Valves vi. Fire Hydrants vii. Connections to Existing System 14 Section 2 Design Standards and Specifications Sewer Standards SECTION 3 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS 3.1 General 3.1.01 All sanitary sewer system design shall be in accordance with the requirements of TCEQ Chapter 217, AWWA Standards, City of Lubbock Sewer System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Sanitary Sewers. 3.2 Design Flow 3.2.01 The design of the sanitary sewer system shall be based on the following: A. For sewers in new developments sewer main lines and lift stations shall be designed for the estimated future population to be served plus adequate allowance for future institutional and commercial flows. B. Minimum flow capacity for sizing of sewers for peak flow conditions shall not be less than the following: Average Daily Flow 100 gpcd Peak Factor, 2-hour flow <0.5 MGD 5 Peak Factor, 2-hour flow >0.5 MGD 4 Capita per Household (Single Family) 3.2persons Casa per Household(Multi-family) 2.5 persons C. Minimum residential population density shall be figured on a basis of 6 houses per acre, and 70 percent of total land area developed as residential, unless detailed analysis of the area to be served indicates differently. D. Design flow for development other than residential use shall be based on the following or as directed by the Chief Water Utilities Engineer: Trailer Park — transient 2.5 persons/trailer 50 Mobile Home Park 3 persons/trailer 75 School with cafeteria With showers 20 Without showers 15 Recreational Parks Day Use 5 Overnight Use 30 Commercial Industrial Building 20 Motel 50 Restaurant Per meal served 5 Hospital Per bed 200 Nursing Home Per bed 100 Section 3 1s Design Standards and Specifications Sewer Standards 3.3 Hydraulic Design 3.3.01 The minimum velocity at the design flow rate shall be 2.0 feet per second. 3.3.02 Maximum allowable velocity shall be 10 feet per second. 3.3.03 Manning's coefficient for design purposes shall be n=0.013 for PVC pipe. 3.3.04 Manhole inverts shall be designed in such a manner that the energy gradient is consistently falling in the direction of flow. T 3.4 Desian Details 3.4.01 Sewer Pipe A. The standard pipe sizes that shall be used are 6-, 8-, 10-, 12-, 15-, 18- and 21-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock sanitary sewer system, unless approved by the Chief Water Utilities Engineer. B. The following slopes shall apply to sanitary sewer mains: 6 inch Y 0.60 T 12.35 8 inch 0.40 8.40 10 inch 0.28 6.23 12 inch 0.22 4.88 15 inch 0.15 3.62 18 inch 0.12 2.83 C. Sewer main lines shall be straight between manholes both in line and grade. D. All sewer main lines shall terminate in a manhole. i. Cleanouts on sewer main lines shall not be permitted without written approval of the Chief Water Utilities Engineer. 3.4.02 Manholes A. Manholes shall be a minimum of 48-inch diameter and shall be provided at every change in direction, grade, or connection with other sewer main lines. B. Manhole spacing and depth shall be as follows: 15 inches or smaller 0-16 Ft. 48 in. 500 Ft. 15 inches or smaller Over 16 Ft. 60 in. 500 Ft. Over 15 inches All depths 60 in. 800 Ft. C. Manholes greater than 16 feet deep or serving pipes larger than 15 inches shall be 60-inch diameter and include a protective coating system per the Approved Materials List. D. Connections at manholes shall be designed such that the crowns of connecting pipes are equal elevation if possible. E. Force mains shall discharge directly into a manhole through a 900 downspout connection. 16 Section 3 Design Standards and Specifications Sewer Standards F. Manholes receiving force main discharge shall include a protective coating system per the Approved Materials List. G. Minimum elevation difference across manhole inverts shall be as follows: H. Drop manholes shall be provided for sewer main lines entering a manhole at an elevation 24 inches or more above the manhole invert. i. Drop connections on new manholes shall be constructed with an exterior or `outside" drop system. ii. Drop connections on existing manholes shall be constructed with an interior or "inside" drop system. I. Where the difference in elevation is less than 24 inches, the invert shall be filleted to prevent solids deposition. ]. Manholes shall be stubbed out with suitable size pipe wherever future extension of the sewer is anticipated. i. Stub -outs shall extend beyond the edge of existing or proposed paving. K. Inflow Prevention Devices (IPDs) shall be specified on all new manhole installations. 3.4.03 Service Connections A. Tees or wyes shall be provided in sewer main lines for service connections at each lot or building site. B. Service connections shall ordinarily be located 5.0 feet south or east of the centerline of the lot. C. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. D. Minimum size service connections shall be 4 inch diameter. E. Maximum size service connection shall be no larger than one standard size smaller than the main to be tapped. F. Size -on -size service connections are not allowed. G. Gravity sewer taps shall connect to sewer main lines at or above the spring line. H. No gravity service lines shall discharge directly into a manhole. I. Service connections shall not be installed within 5 feet of the outside wall of a manhole. 3.5 Typical Layout 3.5.01 Unless approved otherwise by the Chief Water Utilities Engineer, sanitary sewer mains shall be located: A. In north -south alleys or streets, 5 feet east of the centerline. B. In east -west alleys or streets, 5 feet south of the centerline. f , Section 3 17 1: i Design Standards and Specifications i Sewer Standards 3.5.02 Sanitary sewer mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the Chief Water Utilities Engineer. B. Service connections shall not be deeper than 12 foot without prior written approval from the Chief Water Utilities Engineer. 3.5.03 Where a sanitary sewer main crosses a street, the crossing shall be made at as near to perpendicular as possible. 3.5.04 Manholes shall be located as to provide access for maintenance crews and equipment. A. Where possible, manholes in streets should be designed to fall outside of wheel paths. B. Where possible, manholes in alleys should be designed to fall at the projected intersection of perpendicular lot lines. 3.5.05 In all instances sanitary sewer mains shall extend to the extremities of the platted property or the subdivision served. 3.6 Beddina and Cover 3.6.01 Sewer mains shall ordinarily have a minimum of 4 feet of cover from top of pipe to finished ground surface. A. Where less than 5 feet of elevation difference between the finished lot grade at building line and the top of the sewer main is provided, the plans shall indicate that the lot is served by a "shallow sewer" and appropriate elevation information shall be given. B. Where a sewer main has less than 4 feet of cover, provisions shall be made to protect the pipe from impact loading when located in a street or alley. C. Maximum sanitary sewer depth in alleys shall be 12 feet unless approved by the Water Utilities Engineering Department. 3.6.02 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Sanitary Sewer Main Construction but in all cases shall be not less than manufacturer recommendations. 3.7 Relation to Water Mains 3.7.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 3.7.02 Sewers shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed water mains. A. Where the 9-foot separation distance cannot be achieved, the following guidelines shall apply: i. New sanitary sewer installation — parallel lines: a. Where a new sanitary sewer main parallels a water line: (1) The sewer shall be constructed of ductile iron or PVC meeting ASTM specifications with a pressure rating for both the pipe and joints of 150 psi. (2) The vertical separation shall be a minimum of 2 feet and the horizontal separation shall be a minimum of 4 feet between outside diameters. 18 Section 3 Design Standards and Specifications Sewer Standards (3) The sewer shall be located below the water line. ii. New sanitary sewer installation — crossing lines: a. Where a sanitary sewer crosses under a water line and the sewer is constructed of ductile iron or PVC with a minimum pressure rating of 150 psi: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. b. Where a sanitary sewer crosses under a water line and the sewer is constructed of ABS truss pipe, similar semi -rigid plastic composite pipe, clay pipe or concrete pipe with gasketed joints (Non -pressure rated pipe): (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. c. Where a sanitary sewer crosses over a water line: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) All portions of the sewer within 9 feet of the water line shall be encased in a joint of 150 psi pressure class pipe at least 18 feet long and 2 nominal sizes larger than the new conveyance. (3) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (4) The encasement pipe should be centered on the crossing and each end sealed with watertight non -shrink cement grout or a manufactured watertight seal. (5) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. B. Sanitary sewer manhole and clean out separation from water i. Manholes and clean outs must be installed so as to provide a minimum of 9 feet of outside to outside clearance from an existing or proposed water line. Section 3 19 Design Standards and Specifications Sewer Standards ii. Where the 9-foot separation distance cannot be achieved, an encasement pipe as described in subparagraph (c.) above may be used for the water line. 3.7.03 Water and sewer lines shall be installed in separate trenches. 3.7.04 For other instances not covered in these design standards, consult current TCEQ regulations. 3.8 Abandonment of Sewer Mains and Manholes 3.8.01 When a sewer system is to be abandoned the Design Engineer shall ensure that all existing mains and service connections are properly plugged or transferred to the new system prior to decommissioning of the existing system. 3.8.02 Sewer Mains A. If a line to be abandoned terminates in a manhole that will remain in service, the existing main to be decommissioned shall be plugged from within the manhole and clearly marked on the plans. i. Cutting and plugging of existing lines directly outside of manholes should be avoided. B. If a portion of a line is to be abandoned a manhole must be installed on the new terminus of the portion of line to remain in service. 3.8.03 Sewer Manholes A. Manholes may be decommissioned by either of the following methods or as approved by the Chief Water Utilities Engineer: i. Complete removal of the manhole structure including ring, lid, cone, riser sections, base and all appurtenances. The excavation shall be backfilled with compacted native material or flowable fill. ii. Remove cone, ring and lid sections and backfill to top of remaining structure with flowable fill. Remaining excavation shall be backfilled with compacted native material or flowable fill. 3.9 Easements 3.9.01 When it is determined not to be feasible to construct a public sanitary sewer line in a street or alley, the installation may be made in a dedicated easement or right-of-way. 3.9.02 The minimum width of easement or right-of-way for a public sanitary sewer is 10 feet exclusive, 20 feet if shared with a public water main or other utilities or if depth of sewer main is greater than 10 feet. 3.10 Soil Analysis 3.10.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed sewer, recommended methods of dewatering for sewer main construction, and the recommended methods of backfilling and compacting to be used. 20 Section 3 .t Design Standards and Specifications Sewer Standards 3.11 Tunneling, Sacking and Boring 3.11.01 Tunneling, jacking and boring are methods used for sewer line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities Engineer. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe and must allow for the required casing spacers. D. Casing pipe thickness shall be: <16 inches 3 8 inch >_ 16 inches 1 2 inch E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. i. Only purpose-built centralizers may be used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. 3.11.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the Chief Water Utilities Engineer. 3.11.03 Annular space between casing or uncased pipe and bored hole shall be injection grouted. 3.12 Lift Station 3.12.01 A thorough engineering analysis must be performed on physical and economic factors to determine if a lift station is required. A. A preliminary engineering report will be required to list all factors including TCEQ regulations as outlined in the Standard Specifications for Sanitary Sewer Construction. B. The Chief Water Utilities Engineer will review the preliminary report and reserves the right to determine if there is merit to require a lift station. C. After approval of the preliminary report design shall follow the Standard Specifications for Sanitary Sewer Main Construction. D. Design of a lift station facility shall take into consideration the entire drainage basin. E. The review and approval process for lift station design could be subject to addition rules and requirements more comprehensive than those listed in these specifications. Section 3 21. Design Standards and Specifications Sewer Standards 22 Section 3 -' Design Standards and Specifications Sewer Check List SECTION 4 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS 4.1 Plan Submittal Reauirements 4.1.01 All sanitary sewer main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Sanitary Sewer prior to submittal to the Water Utilities Engineering Department for approval. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. 4.1.02 Plan Review A. The design Engineer shall submit two sets of sanitary sewer main construction plans to the Chief Water Utilities Engineer for review and comment. B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 8 sets of plans shall be provided for final approval for construction. i. If the proposed infrastructure is intended to serve a commercial structure, 1 additional set of sanitary sewer plans shall be submitted with the construction sets (9 total). ii. If additional approved plan sets are required by the Design Engineer, the appropriate amount of additional plans shall be provided at this time. iii. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be logged into the City's GIS data base and distributed as follows: i. Two (2)sets will be returned to the Engineer. eer. ii. Six (6) sets will be distributed to the City's inspectors and support staff. iii. Where applicable, 1 set will be delivered to the Building Inspection Department. E. The Design Engineer shall notify TCEQ in writing prior to the start of construction. i. A copy of the TCEQ notification letter shall be submitted to the Water Utilities Engineering Department. F. Final construction plans should not be submitted for Water Utilities Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 4.1.03 Pro Rata Estimate and Fees A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. Section 4 23 Design Standards and Specifications Sewer Check List C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 4.1.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Water Utilities Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Water Utilities Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 4.1.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Water Utilities Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings", certified by the Design Engineer, shall be presented to the Water Utilities Engineering Department within 30 days of completion of the construction. i. Record Drawings shall include locations of all lift stations, manholes or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the Water Utilities Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. 4.1.06 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the Chief Water Utilities Engineer for a Certificate of Acceptance of Utility Construction. i. Sanitary sewer system improvements shall not be put online or brought into service without written approval by the Water Utilities Engineering Department. ii. A newly constructed system will not be accepted until the receiving, downstream system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Water Utilities Department. iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed system will not be released by the Water Utilities Engineering Department until said system has been brought into service. 24 Section 4 t= t Design Standards and Specifications Sewer Check List 4.2 Plan Details 4.2.01 Plan Format A. Standard drawing size shall be 24-inch by 36-inch. 4.2.02 The following details shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Chief Water Utilities Engineer: (806) 775-2342 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Statement: "All work shall be performed in accordance with the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Sanitary Sewer Mains (Bold) a. Stationing b. Size c. Materials d. Gradients e. Length between Manholes f. Proposed Manholes g. Elevation of Inverts In And Out Of Manhole h. Elevation of Manhole Rim L Location Control Dimensions j. Manhole Stub -Outs k. Proposed Future Extensions I. Proposed Service Connections or Stub -Ins m. Standard Bedding Cross -Section n. Proposed Concrete Encasement o. Proposed Cut -Off Walls Section 4 25 Design Standards and Specifications Sewer Check List vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: W w W WATER LINE s s . s SANITARY SEWER LINE G G- G GAS LINE FOC— FIBER OPTIC CABLE FOC— CAN CATV— CABLE TELEVISION - Sw SW STORM WATER LINE - UGE UGE UNDER GROUND ELECTRIC OHE— OHE-- OVER HEAD ELECTRIC UGT UGT UNDER GROUND TELEPHONE OHT— OVER HEAD TELEPHONE OHT— Ts-- Ts TRAFFIC SIGNAL LINE C. Profile i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Existing Manhole Invert and Rim Elevations D. Plan, Profile and Complete Details for Off -Site Force or Gravity Mains, Lift Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Standard Manhole Detail iii. Drop Manhole Details iv. Tapping Details F. Overall Layout Sheet - If Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Sewer Line Sizes and Material v. Manholes vi. Connections to Existing System 26 Section 4 Design Standards and Specifications Water Specifications SECTION 5 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.1 General 5.1.01 All water main construction within the City of Lubbock water system or for future connections to the City of Lubbock water system shall be accomplished in accordance with the requirements of these specifications. 5.2 Plan Requirements 5.2.01 Water main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 5.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Water Distribution and shall show all information called for on the City of Lubbock Check List for Water Distribution Construction Plans. 5.3 Plan Approval 5.3.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 5.4 Inspection 5.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours prior to the planned construction is to commence and also before starting up when construction is interrupted for any reason. 5.4.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 5.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, by written notice, may order that portion of construction in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 5.5 Specifications 5.5.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 5.6 Materials of Construction 5.6.01 Water Pipe A. All pipe used in the City of Lubbock water distribution system shall be C900 PVC, C905 PVC, C906 High Density Polyethylene (HDPE), Cement -lined Ductile Iron, C301 Prestressed - Section 5 27 i Design Standards and Specifications Water Specifications Concrete Steel Cylinder Pressure Pipe or C303 Concrete Bar -wrapped Steel Cylinder Pressure Pipe and shall conform to the Approved Materials List. B. The following are approved materials for water main construction: i. PVC Pipe a. Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with AWWA C900 or C905 specifications and shall be minimum DR-18, Pressure Class 235 PSI. b. Pipe shall be furnished with bell and spigot joint with rubber gasket joint conforming to the above specification. c. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. d. Water pipe shall be blue. ii. High Density Polyethylene (HDPE) a. HDPE pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of the latest revision of AWWA C906, PE 4710, Minimum DRii, Pressure Class 200 PSI. b. Use of HDPE pipe must be preapproved by the Chief Water Utilities Engineer in writing prior to use within the City of Lubbock service area. iii. Cement -lined Ductile Iron Pipe a. Ductile iron pipe shall conform to AWWA C150 — ANSI A21.50 and AWWA C151 — ANSI A21.51. b. All ductile iron pipe shall be cement lined in accordance with AWWA C104 - ANSI A21.4 specifications. The external surface shall be coated with an asphalt base paint. c. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. d. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. e. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C111 - ANSI A21.11 or its latest revision. f. Flanged joints shall conform to AWWA C115 — ANSI A21.15 iv. Concrete Cylinder Pipe a. Pre -stressed Concrete Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C301. b. Concrete Bar -wrapped Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C303. c. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi longitudinally and helically. d. The joints of the pre -tensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303. e. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pre -tensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to ASTM C150 and C77. (2) Sand for the mortar shall conform to ASTM C33 for fine aggregate. f. The exterior joints on pre -tensioned concrete cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be 9 inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 28 Section 5 i Design Standards and Specifications Water Specifications 5.6.02 Service Saddles A. 1-inch and 2-inch Service Connection i. Service connections shall be made through an approved service saddle. a. Service saddles shall be manufactured to conform to ASTM A240 Type 304 stainless steel. b. Service saddles shall be 4-bolt, double band type. c. Service saddle shall be fusion bonded epoxy or nylon coated. d. 1-inch service saddles shall have AWWA Tapered (CS/CC) threaded connection. e. 2-inch service saddles shall have iron pipe sized (IPS) threaded connection. 5.6.03 Tapping Sleeves A. 4-inch through 12-inch Main Line Connection i. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. ii. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. iii. Bolts and hex nuts shall be stainless steel. B. 16-inch through 24-inch Main Line Connection i. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. Tapping sleeves shall be capable of withstanding a working pressure of 200 psi. ii. Flanges shall be fabricated from steel plate conforming to ASTM Standard Designation A36 or A285, Grade C. iii. Dimensions shall conform to AWWA Standard C207, "Steel Pipe Flanges," Class D. a. Flanges shall be machined to a flat face with finish of 250 micro -inches or machined to a flat surface with a serrated finished in accordance with AWWA Standard C-207, "Steel Pipe Flanges." b. Machined face shall be recessed for tapping valves in accordance with the MSS Standard SP-60. iv. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. v. Bolts and hex nuts shall be stainless steel. C. Testing Outlet i. A 3/4-inch NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a 3/4-inch square head pipe plug. D. Painting i. All surfaces of the saddle shall be clean, dry, and free from grease and dirt before painting. ii. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall be given a shop coat of a two-part thermosetting epoxy. Face of flanges shall be shop coated with a rust preventive compound. iii. Bolts and nuts shall be shipped bare, no paint or protective coating. Section 5 29 Design Standards and Specifications Water Specifications 5.6.04 Ductile Iron Fittings A. Fittings shall be mechanical joint or rubber gasket AWWA Class D bell with transition gasket for the type of pipe used. B. All fittings shall be lined with cement or coal tar and coated with an asphaltic paint. C. Fittings shall conform to AWWA C104, AWWA C110 and AWWA C111 latest revision. 5.6.05 Double Disc Gate Valves A. Double disc gate valves 12-inch and smaller shall be parallel seat, ductile iron body and bronze mounted throughout. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C500 standards. 5.6.06 Resilient Seat Gate Valves A. Resilient seat gate valves 12-inch and smaller shall be ductile iron. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C509 or C515 standards. 5.6.07 Butterfly Valves A. Butterfly valves 16-inch and larger shall be ductile iron and may be either short body or long body lengths. i. Butterfly valves shall be installed in a concrete valve vault and shall be equipped with a hand wheel, a 2-inch square operating nut, a locking device and a position indicator. ii. Valve shall open by turning to the left (counter -clockwise). iii. Valves shall be designed for positive stop in the closed position. iv. Valve shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. v. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. vi. Valves shall comply with the latest revision of AWWA C504 for Class 150B. B. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type to be approved by Water Utilities Engineering Department. 5.6.08 Pressure Regulating Valves A. The function of a pressure regulating valve is to reduce an existing high pressure to a pre - adjusted lower downstream pressure for varying rates of flow without causing shock or water hammer on the system. i. The pressure reducing valve shall be hydraulically operated with a free floating guided piston having a seat diameter equal to the size of the valve. ii. A pilot valve for controlling operation of the main valve shall be a single seated, diaphragm operated and spring loaded type. 30 Section 5 t= Design Standards and Specifications Water Specifications iii. Pilot valve shall be attached to the main valve with piping and isolation valves so arranged for easy access in making adjustments and also for its removal from the main valve while the main valve is under pressure. iv. Needle valve shall be all bronze and included with the main valve to control the speed of piston travel. v. An indicator rod shall be furnished as an integral part of the valve to show the position of the piston within the valve body. vi. The valve shall be designed to provide an access opening in the valve body for removing the piston and other internal parts without removing the main valve body from the line. B. The valve shall be fully bronze -mounted and all packing shall have either leather or rubber I_ seals to provide tight closure and prevent metal to metal friction. i. Valves shall be ductile iron body. ii. Bronze casting or parts for internal trim shall conform to ASTM B62. C. All valves shall be furnished with flanged ends sized and drilled in accordance with ANSI B16.1, Class 125. i. Flanges and covers shall conform to ASTM A126, Class B. ii. Flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA C207. D. Pressure regulating valves shall be capable of withstanding an operating pressure of 150 psi. E. Body of the pressure reducing valve shall be given a hydrostatic test of 50% more than the operating pressure specified herein. A second test of check seating of the cylinder shall be E made at the operating pressure. F. All surfaces of the valve shall be clean, dry, and free from grease and dirt before painting. i. Ductile iron surfaces, except the machined face of the flange, shall be evenly coated with a suitable primer to inhibit rust, or a black asphalt varnish in accordance with Federal Specification TT-V-51e. ii. The face of flanges shall be shop coated with a rust preventive compound. G. Pressure regulating valves shall be installed in an approved concrete valve vault. 5.6.09 2-inch Combination Air and Vacuum Release Valves A. The function of a combination air and vacuum release valve is to allow air to escape during pipeline filling and to enter during draining of the pipeline. Valve shall close water tight when liquid enters the valve. The valve shall also be capable of releasing small pockets of trapped air after the pipeline is filled and under pressure. i. Combination air and vacuum release valves shall be shop assembled and shipped as a complete unit ready for field installation. ii. The combination air valve shall be the single body type. iii. The valve body and cover shall be designed to operate under a maximum working pressure of 150 psi. iv. Material shall be one of the following: a. Valve body (1) Cast Iron - ASTM A48-CIass 35 (2) Cast Steel - ASTM A27 GR U60-30 (3) Ductile Iron - ASTM A536 GR 65-45-12 (4) Bosses for tapping pipe threads shall be cast integrally with each valve body and cover. 1 Section 5 31 t_ Design Standards and Specifications i Water Specifications b. Float shall be stainless steel. c. All other internal parts shall be fabricated from bronze. d. Valve seat shall be fabricated from oil resistant synthetic rubber. v. The diameter of the large orifice of the combination air valve shall be 2 inches and the small orifice diameter shall be 3/32 inch. vi. Inlet shall be 2 inches in diameter with tapered iron pipe thread conforming to AWWA C800. B. Guard Valve and Connecting Pipe i. Guard valve to be used with air valve shall be bronze ball valve with female iron pipe thread ends. ii. Connections between the air valve and the guard valve shall be made using brass nipples with tapered iron pipe threads conforming to AWWA Standard C800. C. All components shall be capable of withstanding an operating pressure of 150 psi. D. Each shop assembled valve shall be given a hydrostatic test of 2 times the rated operating pressure. During the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. E. All surfaces of the valve shall be clean, dry and free from grease before painting. Exterior and interior surfaces except the stainless steel trim and the seating surface of the flange face shall be evenly coated with a suitable primer, or a black asphalt varnish in accordance with Federal Specification TT-V51 C or Military Specification C-450-C, Type II. 5.6.10 Swing Check Valves A. Swing check valves shall be manufactured in accordance with AWWA Standard C508, "Swing - Check Valves for Ordinary Waterworks Service", with the following additional requirements or exceptions. B. All valves shall be iron body, fully bronze -mounted, metal to metal seating with a swing -type disc. i. Valves installed in vaults shall be in a horizontal position with exterior lever and adjustable spring or weight operation. ii. Valves which are buried shall be installed in a horizontal position and shall be gravity operated with no external levers or weights. C. Swing check valves shall be capable of withstanding an operating pressure of 150 psi. D. Bolts and hex nuts used for attaching top cap to the body shall be the manufacturer's standard, either fabricated from a low -alloy steel for corrosion resistance or electroplated with zinc or cadmium. i. The hot -dip process in accordance with ASTM A135 is not acceptable for the threaded portions of the bolts and nuts. E. Flat gasket, either ring type or full faced type, required at the body and cap connection, shall be fabricated from compressed asbestos sheet with a rubber compound binder. i. Use of a homogeneous rubber or vegetable fiber sheets is not acceptable. F. All check valves shall be furnished with flanged ends. The size and drilling shall be in accordance with ANSI B16.1 Class 125; flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA Standard C207. G. All surfaces of the valve shall be clean, dry and free from grease before painting. 32 Section 5 i -`-y Design Standards and Specifications Water Specifications i. All ferrous surfaces, exterior and interior, except the seating surfaces of flange faces, shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification 17-V-51e. ii. Flange faces shall be shop coated with a rust preventive compound. 5.6.11 Blowoffs A. Temporary or permanent blowoffs may be fabricated from 2-inch pipe with a 2-inch gate valve. B. Valve to be iron bodied bronze mounted with 2-inch square operating nut complete with valve box. C. Valve and valve box shall be as specified in the Approved Materials List. 5.6.12 Fire Hydrants A. Fire hydrants shall be standard AWWA C502 hydrants, iron body, bronze mounted throughout including drain seat ring, and shall be designed for a working pressure of 150 psi. B. Fire hydrants shall be traffic model type and shall have a 5-1/4 inch valve opening, two 2-1/2 inch hose nozzles, one 4-inch steamer nozzle with 4 threads per inch and a crest to crest dimension of 4.995 inches, and shall open by turning counter -clockwise. C. Hydrants shall be for 6-inch mechanical joint connection and shall be 4-1/2 foot bury unless otherwise shown on plans. D. When required, a single fire hydrant extension section shall be used to bring the fire hydrant to the appropriate elevation. No more than one extension will be allowed per installation. E. Operating nuts shall be 1-1/2 inch pentagons measured to a point. F. Hydrants shall be painted orange. G. Fire hydrants that are not yet in service or have been taken out of service shall be covered completely and securely with black plastic wrap or bags. H. Hydrants shall meet the requirements as detailed in the Approved Materials List. 5.6.13 Valve Boxes, Vaults, Frames and Covers A. Valve boxes for 12-inch or smaller valves shall be as specified in the Approved Materials List. i. The boxes shall be designed to fit over a section of 6-inch C900 PVC pipe which will be used as an extension from the top of the valve. ii. Top of valve box shall be set flush with surrounding finished grade. iii. Valve boxes set in HMAC or brick pavement shall have a 2-foot square by 6-inch thick reinforced concrete collar. iv. Valve box shall be heavy cast iron. v. Valve box shall have a heavy cast iron cover marked "Water Valve". vi. Valve box shall have a flange type base approximately 2 inches larger in diameter than the outside diameter of the barrel of the box. B. Valve vaults for butterfly valves and gate valves 16-inches and larger shall be poured concrete or pre -cast construction. i. Valve vaults shall be constructed with the dimensions as called for on the plans or as approved by the Chief Water Utilities Engineer. ii. Valve vault cover opening shall be centered over operating nut. Section 5 33 Design Standards and Specifications t Water Specifications C. Manhole frames and covers shall be of good quality gray iron casting of a pattern similar to that shown on the plans and with a clear opening of not less than 30 inches. L Frame and cover shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. ii. Cover shall be furnished with lifting ring cast into the cover in such manner as to prevent leaking through. iii. The cover shall be marked "City of Lubbock Water". iv. Frame and cover shall be as specified in the Approved Materials List. 5.6.14 Boring Encasement Pipe A. Encasement pipe shall be smooth steel pipe conforming to the following: <16 inches 3 8 inch >_ 16 inches 1 2 inch B. Boring encasement steel pipe shall have welded joints. 5.6.15 Concrete A. Proportioning of the constituents of the concrete shall produce a dense and workable mixture and the designed mix shall be approved by the Engineer before any concrete is placed. i. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: L Concrete for manhole bases, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. ii. Concrete for pipe cradling, thrust blocking or fittings and other non -reinforced concrete shall contain not more than 9 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. C. Concrete shall be made with Portland cement which conforms to "Standard Specifications and Test for Portland Cement", ASTM C150. D. Concrete aggregates shall consist of natural washed and screened sand, and washed and screened gravel or clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. i. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use. E. Water used in mixing concrete shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. F. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. G. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50. i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. ii. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. 34 Section 5 �_ i f • Design Standards and Specifications Water Specifications H. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. i. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. a. Wire ties will not be permitted. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. I. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 5.6.16 Bedding, Embedment and Backfill A. Water Pipe 12-inch diameter and smaller i. Bedding and embedment shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 1-inch diameter. ii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. B. Water Pipe 16-inch diameter and larger i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 3/8-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: liffiffilffifflow Retained on 1" Sieve 0 Retained on 1 2" Sieve 0-20 Retained on 3 8" Sieve 15-40 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 95-100 Section 5 35 L Design Standards and Specifications Water Specifications a. Embedment shall extend to 12 inches above top of pipe. iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. C. Compaction i. Bedding, embedment and backfill shall be compacted to 95% Modified Proctor Density by approved mechanical means. a. Compaction shall be in maximum 6-inch compacted lifts. } ii. Water jetting will not be allowed. 5.6.17 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. i. Utility ditches in existing paved streets shall be backfilled with flowable fill from the top of the embedment material to the paving surface, as specified in City of Lubbock Ordinance. ii. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their expense. 5.7 Methods of Construction 5.7.01 Scope A. The work covered by this section consists of constructing water distribution mains and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and joining pipe; installation of pipe, valves, valve boxes, and fittings; cradling, blocking and anchorage; bedding, embedment and backfilling; and other related work. 5.7.02 Quality Standards ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort AWWA C600 ANSI Installation of Ductile Iron Mains and Their Appurtenances Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C900 Fittings, 4-inch through 12-inch for Water Transmission and Distribution Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C905 Fittings, 14-inch through 48-inch for Water Transmission and Distribution AWWA M23 Polyvinyl Chloride PVC Pie Design and Installation ACPA Concrete Pipe Installation Manual (Published by American Concrete Pipe Association ASTM C891 Installation of Underground Pre -cast Utility Structures 5.7.03 Materials A. The Contractor shall install water distribution pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the Chief Water Utilities Engineer. 36 Section 5 I', - = Design Standards and Specifications Water Specifications B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 5.7.04 Storm Water Pollution Prevention Plan (SWPPP) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Storm Water Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 5.7.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas i. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. ii. Wherever It I� rlCleSSary to make cuts ire existing pavements-, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. iii. Asphalt Paving a. Asphalt surfaces shall be saw cut along each side of the trench ahead of the trenching machine and the paving and base removed with the trenching machine as the trench is excavated. B iv. a. b. C. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. Concrete Paving Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by saw cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. Concrete shall be saw cut vertically in straight lines and avoiding acute angles. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of not less than 2 inches prior to breaking. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. Section 5 37 Design Standards and Specifications Water Specifications 5.7.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: i. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. i. If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 5.7.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. i. 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. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. iii. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. iv. The contractor shall be responsible for reporting monthly water usage. v. All water used shall be in accordance with City Ordinance, all water shall be used within City Limits. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. 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. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention device is installed. 38 Section 5 �s -= Design Standards and Specifications Water Specifications 5.7.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. A contractor shall not be allowed to disrupt water service without permission from the Water Utilities Engineering Department. i. When a service disruption is planned, the Contractor shall notify the Water Utilities Engineering Department a minimum of 48 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of any utilities when broken or otherwise damaged because of carelessness on their part. J. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. 5.7.09 Excavation and Trenching A. Minimum width of the trench shall be the outside diameter of the pipe plus 12 inches. B. Maximum width of the trench shall be the outside diameter of the pipe plus 18 inches. i. The Chief Water Utilities Engineer shall review instances where trench widths are required to be greater than the maximum allowable due to installation techniques or shoring. C. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. D. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. E. In order to obtain a true, even grade, the trench shall be fine -graded. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. Section 5 39 i Design Standards and Specifications Water Specifications ii. Where the trench is excavated in excess of 3 inches below grade, the bedding material shall be compacted to 95% Modified Proctor Density. iii. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 5.7.10 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps i. All service taps on existing mains shall be installed by City personnel or a City - designated contractor. C. Main Line Taps i. All taps on existing mains in service shall comply with current TCEQ requirements. ii. Persons installing main line taps shall hold a Class "C" or higher TCEQ Water Operator's License. iii. A person holding a Class "D" TCEQ Water Operator's License may install main line taps only if they are in direct communication with a person holding a Class "C" or higher TCEQ Water Operator's License. iv. City Inspector must be present for any tap being installed on an existing main. D. Valve Operating Procedures i. Contractors shall not operate valves within the existing City of Lubbock water distribution system. ii. Operation of valves shall be done by authorized City of Lubbock personnel only. iii. Contractors shall arrange opening or closing of valves by notifying the Water Utilities Engineering Department at least 24-hours prior to needing a valve operated. 5.7.11 Pipe Installation A. Pipe, fittings, valves and other accessories shall be inspected, handled, laid and joined in the manner herein specified. B. Pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their own expense. C. Pipe, fittings, valves, and other accessories shall be handled in accordance with manufacturer's specifications. i. Before lowering into the trench the pipe, fittings, valves and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. b. Contractor shall remove and replace such defective material at their own expense. ii. All pipe, fittings, valves and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. 40 Section 5 i Design Standards and Specifications Water Specifications iii. Under no circumstance shall pipe, valves, fittings, accessories or tools be dropped directly into the trench. D. All foreign matter shall be removed from the inside of the pipe, bells, spigots or parts of the pipe used in forming the joint before the pipe is lowered into the trench; i. Pipe shall be kept clean by approved means during and after laying. ii. The open end of the pipe in the trench shall be plugged when pipe is not being laid. E. Pipe shall be laid to the alignment as established on the approved plans. i. Where grade is being maintained as shown on the plans, the use of batter boards or laser beam will be required to fine grade the trench. ii. Whenever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are required, the allowable angle of curvature shall be 80% of the manufacturer's maximum recommended curvature. iii. Deflection at each joint shall not exceed 80% of the manufacturer's maximum recommended deflection. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. i. Pipe shall be laid with bells facing in the direction of laying. a. For lines on appreciable slopes, the Engineer may specify the pipe to be installed with the bell ends facing up grade. ii. Bell, spigot and gasket of pipe to be laid shall be wiped clean prior to jointing. iii. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iv. Jointing shall be completed for all pipe laid each day. a. At the times when pipe laying is not in progress, the open ends of pipe shall be properly plugged and sealed to prevent contamination. b. No trench water shall be permitted to enter the pipe. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. 5.7.12 Trace wire for nonmetallic pipe installation A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. i. Trace wire shall be 14 gauge minimum solid copper with thermoplastic insulation recommended for direct bury. ii. Trace wire shall be secured to the pipe as required to insure that the wire remains directly on top of the pipe. iii. Trace wire shall be securely bonded together at all wire joints with wire connectors that are watertight and provide for electrical continuity. iv. Trace wire shall be made accessible at water valve boxes, water meter boxes and fire hydrants. a. Trace wire shall not be placed inside valve box risers. b. Trace wire shall be installed such that no less than 6 inches but no more than 12 inches of wire remain accessible. ¢f. Section 5 41 1; Design Standards and Specifications Water Specifications 5.7.13 Detectable Marking Tape A. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "Caution: Buried Water Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 5.7.14 Setting Valves, Valve Boxes and Fittings A. Valves and fittings shall be set at the locations shown on the approved plans. B. Valves and fittings shall be adequately blocked for thrust with concrete or mechanically restrained. i. Refer to thrust blocking details or Appendix A — Restrained Joint Lengths. 5.7.15 Cradling, Blocking and Anchorage A. Contractor will be required to install concrete pipe cradle at all valve vaults and properly block or mechanically restrain all fittings including tees, bends and valves. B. Where concrete cradling or blocking is used, concrete shall conform to the concrete specifications. C. Before placing the concrete, all loose earth shall be removed from the trench. D. Concrete shall be placed in the trench by the use of chutes extending to within 3 feet of the bottom of the trench and shall be deposited uniformly on each side of the pipe in such a manner as to not disturb the grade and alignment of the pipe. E. Blocking shall be placed between solid ground and the fitting to be anchored. The area of bearing on pipe and on the ground in each instance shall be that required by the Engineer. F. Blocking shall be placed so that the joints of all pipe and fittings are accessible for repair. G. Soil bearing value for thrust blocking shall be as recommended by the Engineer based on soil analysis of the site. In the absence of such recommendation, the allowable soil bearing value shall not exceed 2,500 pounds per square foot. 5.7.16 Backfilling A. Backfilling of all trenches and excavations shall comply with the current City of Lubbock Street Ordinance. B. After the trench has been backfilled, the disturbed area shall be cleared of all rocks larger than 1-1/2 inches in diameter and leveled so that the surface will have the same slope and appearance as it possessed before construction. C. All surplus material shall be loaded and legally disposed of at the Contractor's expense at an approved location. D. Contractor shall compact backfill and clean up as close behind the pipe laying and backfilling as possible. E. Following completion of backfill and cleanup, the Contractor shall maintain the street and trench surfaces in a satisfactory manner until final acceptance of the work. i. Maintenance shall include blading, filling depressions caused by settlement, sprinkling to settle dust, brooming and other work required to keep the streets and disturbed areas in satisfactory condition as determined by the Chief Water Utilities Engineer. 42 Section 5 4__� Design Standards and Specifications Water Specifications ii. The Contractor shall maintain and be responsible for all paving cuts until such time as repairs can be completed. 5.8 Pneumatic Testing for Tapping Sleeves 5.8.01 Upon completion of tapping sleeve installation, the tapping sleeve shall be subjected to a pneumatic pressure test according to the most recent City of Lubbock requirements. 5.8.02 Pneumatic Pressure Test A. Contractor shall be responsible for performing a pneumatic pressure test witnessed by a City Inspector. i. Tapping sleeve shall be pressurized through 3/4-inch NPT port at a minimum test pressure of 50 psi. ii. Duration of the pressure test shall be a minimum of 10 minutes or as directed by the City Inspector. 5.9 Hydrostatic Pressure Testin 5.9.01 Upon completion of pipe installation, the line shall be subjected to a hydrostatic pressure test and leakage test according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. 5.9.02 Hydrostatic Pressure Test A. Contractor shall be responsible for performing a hydrostatic pressure test witnessed by a City Inspector. i. Minimum test pressure shall be 100 psi or 150% of static operating pressure, whichever is greater. ii. Duration of each pressure test shall be a minimum of 2 hours or as directed by the Chief Water Utilities Engineer. B. Hydrostatic Test Procedure i. Each valved section of pipe shall be slowly filled with water. ii. As the line is being filled, all air shall be expelled from the pipe. a. Taps shall be made, if necessary, at points of highest elevation. _ b. Taps shall be tightly plugged upon satisfactory completion of the test. iii. Pressure shall be applied and maintained by means of a pump connected to the pipe in ' a manner satisfactory to the City Inspector. iv. The pump, pipe connection, and all necessary apparatus except meters shall be furnished by the Contractor. v. Contractor shall furnish all necessary labor for connecting the pump, meter, and gages. vi. Water for filling and making tests may be obtained at a location designated by the Water Utilities Engineering Department. a. No charge will be made for the first 2 pipe volumes of water. b. Contractor will be charged for water used in subsequent tests at the current rate of bulk usage. vii. The line shall be carefully checked at regular intervals for breaks or leaks. viii. Any joints showing appreciable leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced at the Contractor's own expense. ix. The test shall be repeated until satisfactory results are obtained. Section 5 43 Design Standards and Specifications I Water Specifications C. Leakage Test i. For pipe of 12-inch diameter or smaller, no leakage or pressure drop shall be allowed over a two hour period at the test pressure. ii. For pipe 16-inch diameter or larger, the allowable leakage (gallons per hour) shall not be greater than: L_ND[P__ 7400 L = Gallons per Hour N = Number of Joints D = Nominal Pipe Diameter (in.) P = Test Pressure (PSI) iii. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test period, when the various sections of the lines are under pressure. iv. If individual sections show leakage greater than the limits specified above, the Contractor shall locate and repair the defective portions at their own expense. 5.10 Sterilization and Bacteriological Testing 5.10.01 Upon completion of pipe installation, the line shall be sterilized and tested according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. A. Contractor shall furnish all labor, equipment and material necessary for the chlorination and testing of the new pipe lines which shall be sterilized before being placed into service. B. Sterilization Procedure i. Contractor shall verify that all valves adjacent to test section are closed. a. Valves shall be operated in accordance with the current City of Lubbock valve operating procedures. ii. Lines shall be sterilized by the application of an approved chlorinating agent. iii. Chlorinating agent may be liquid chlorine, liquid chlorine gas -water mixture, or a calcium hypochlorite solution, which shall be fed into the lines through a suitable solution -feed device or other methods approved by the Chief Water Utilities Engineer. iv. All newly installed pipes and related products must conform to American National Standards Institute / National Sanitation Foundation (ANSI/NSF) Standard 61 and must be certified by an organization accredited by ANSI, including chlorine for disinfection. v. Chlorinating agent shall be applied at or near the point from which the line is being filled, and through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. vi. Water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly. vii. Rate of application of the chlorinating agent shall be at least 50 parts per million. viii. Chlorinated water shall be retained in the pipe lines for a period of not less than 24 hours. C. Testing/Sampling Procedure i. The sampling riser shall be located at the farthest point possible from the chlorination point. a. The riser shall be above ground and equipped with a faucet for control of flow during sampling. 44 Section 5 1 i ! Design Standards and Specifications Water Specifications ii. Samples shall be taken by City of Lubbock Inspectors from the line and will be tested for bacteriologic growth at a City of Lubbock certified laboratory. a. Samples will be taken twice in a 48 hour period not less than 24 hours apart. [ b. Initial samples may only be taken on Monday, Tuesday or Wednesday prior to 2:00 p.m. D. Chlorinated water used for sterilization shall be legally disposed of per current TCEQ or other applicable regulations. i. A temporary blow off may be required to achieve adequate flushing flow rates. ii. Under no circumstances shall chlorinated water used for sterilization be released directly into the storm drain system or a body of water. iii. All flushing must conform with the City of Lubbock Storm Water Permit and SWP3 Best J Practices. 5.11 Restoration and Clean Up 5.11.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Chief Water Utilities Engineer. 5.11.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 5.11.03 Topsoil material shall be replaced to pre -construction conditions or better. 5.11.04 All rubbish, unused materials and other non-native materials shall be removed from the jobsite. 5.11.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief Water Utilities Engineer. 5.12 Warranty and Acceptance 5.12.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 1 year from the written Certificate of Completion. Section 5 45 Design Standards and Specifications Water Specifications 46 Section 5 Design Standards and Specifications Sewer Specifications SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.1 General 6.1.01 All sanitary sewer main construction within the City of Lubbock sanitary sewerage system or for future connections to the City of Lubbock sanitary sewerage system shall be accomplished in accordance with the requirements of these specifications. 6.2 Plan Requirements 6.2.01 Sanitary sewer main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 6.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Sanitary Sewer and shall show all information called for on the City of Lubbock Check List for Sanitary Sewer Construction Plans. 6.3 Plan Approval 6.3.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 6.4 Inspection 6.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. 6.4.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 6.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, by written notice, may order that portion of construction which is in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 6.5 Specifications 6.5.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. Section 6 47 I . Design Standards and Specifications Sewer Specifications 6.6 Materials of Construction 6.6.01 Sewer Pipe A. All pipe used in the City of Lubbock sanitary sewer collection system shall be SDR 35 PVC, SDR 26 PVC, PVC Corrugated Sewer Pipe with Smooth Interior, High Density Polyethylene (HDPE), Ductile Iron, Steel Reinforced Polymer Concrete or Polypropylene Corrugated Single Wall or Dual Wall Pipe and shall conform to the Approved Materials List. B. PVC Pipe - Gravity Flow i. Gravity flow PVC pipe and fittings shall conform to the requirements of ASTM F679 and D3034 for SDR 35 sewer pipe. ii. The pipe shall be jointed with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. Standard joint length shall be 14 or 20 feet t one inch. iv. Gravity flow PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. v. The minimum pipe stiffness factor shall be 46 psi. vi. Gravity flow sewer pipe shall be green. C. PVC Pipe - Pressure Rated i. Pressure rated PVC sewer pipe and fittings shall conform to the requirements of ASTM D2241 for SDR 26 sewer pipe. ii. The pipe shall be joined with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. Pressure rated PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. iv. Standard joint length shall be 14 or 20 feet t one inch. v. Pressure rated sewer pipe shall be green. D. PVC Pipe - Spiral Wound i. Spiral wound PVC pipe and fittings shall conform to the requirements of the latest revision of ASTM F794 for large diameter ribbed gravity sewer pipe. ii. Spiral wound PVC pipe shall be installed in accordance with the manufacture's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. iii. The minimum pipe stiffness factor shall be 46 psi. E. High Density Polyethylene Pipe L The pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of ASTM F894. ii. Rubber gaskets shall comply in all respects with the physical requirements specified in the non -pressure requirements of ASTM Specifications C443. iii. Polyethylene pipe shall be installed in accordance with the manufacturer's recommendations. 48 Section 6 i t� Design Standards and Specifications Sewer Specifications F. Ductile Iron Pipe i. Ductile iron pipe shall conform to ANSI/ASTM specifications A746 for Ductile Iron Sewer Pipe. a. Pipe and fittings shall have a 30-mil thickness epoxy lining on the interior. b. Pipe and fittings shall have an exterior coating of coal tar pitch conforming to requirements of Federal Specifications WW-P-421. ii. Joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when otherwise shown on the plans and where connecting to flanged fittings, and shall conform to the base specifications to which the pipe is manufactured. iii. Fittings shall be AWWA Standard Class "D" bell and spigot type or an approved gasket joint for the particular type of pipe used and designed for the pressures of the pipe except as shown on the plans. G. Steel Reinforced Polymer Concrete Pipe i. Steel Reinforced Polymer Concrete Pipe and fittings shall conform to ASTM C76, D6783 and A615 and all other applicable standards. ii. Steel Reinforced Polymer Concrete Pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. H. Polypropylene Corrugated Dual Wall and Triple Wall Pipe i. Polypropylene Corrugated Dual Wall Pipe and fittings shall conform to ASTM F2736. ii. Polypropylene Corrugated Triple Wall Pipe and fittings shall conform to ASTM F2764. iii. Polypropylene Corrugated Dual Wall and Triple Wall Pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. 6.6.02 Pre -cast Reinforced Concrete Manholes A. Manhole barrel, cone, and extension sections shall be constructed of pre -cast concrete. i. Manhole products shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. ii. No grouting shall be applied to the edges or inside surfaces of manholes during the manufacturing process. iii. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. B. Manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: ASTM C-33 Aggregates ASTM C-150 Cement ASTM C-39 Sampling Specimens ASTM C-185 Reinforcing ASTM C-144 Sand and Mortar C. Pre -cast Concrete Manhole Sections i. Pre -cast concrete manhole sections shall conform to ASTM C478 specifications. ii. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. iii. Coarse aggregate shall consist of 95% crushed limestone. iv. Manholes shall be designed to withstand H-20 AASHTO loading. Section 6 49 Design Standards and Specifications Sewer Specifications v. Manholes shall 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. D. Joints Other Than Grade Rings i. Joints other than grade rings shall be tongue and groove or an equivalent male and female type joint. ii. Joints shall be effectively joined with water -tight sealant to prevent leakage and infiltration. Sealant shall comply with the Approved Materials List. E. Cones and Grade Rings i. Cones and grade rings shall maintain a clear 30-inch opening. ii. Grade rings shall be reinforced with the same percentage of steel as risers and tops and shall also meet ASTM C478 specifications. 6.6.03 Inflow Prevention Device (IPD) A. All new manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. D. IPDs shall be equipped with ventilation valves or holes. i. Release of water through vent valves or holes shall not exceed 5 gallons per 24 hour period. ii. Vent valves or holes shall vent sewer gas at one p.s.i. or less. E. IPDs shall comply with the Approved Materials List. 6.6.04 Manhole Frames and Cover A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM Designation A48, having a clear opening of not less than 30 inches. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Cover shall be furnished with lifting ring or pick bar cast into the cover in such a manner as to prevent water leaking through. D. Frame and cover shall have a weight of not less than 275 pounds, shall include lettering "City of Lubbock, Texas Sanitary Sewer" and shall comply with the Approved Materials List. 6.6.05 Concrete A. Proportioning of the constituents of the concrete shall be such as to produce a dense and workable mixture, and the designed mix shall be approved by the Engineer before any concrete is placed. i. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: i. Concrete for manholes, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. 50 Section 6 ] Design Standards and Specifications Sewer Specifications ii. Concrete for pipe cradling, blocking of fittings, manhole inverts and other non - reinforced concrete shall contain not more than 9.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. C. Concrete to be used in manhole bases, sections, cones, grade rings and inverts shall be made with Portland cement which conforms to "Standard Specifications and Test for Portland Cement", ASTM C150. D. Concrete coarse aggregates shall consist of natural washed and screened sand, and clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. i. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use. E. Sand to be used in cement mortar shall conform to ASTM C144 specifications. F. Water used in mixing concrete or mortar shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. G. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. H. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50. i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. ii. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. I. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. i. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. a. Wire ties will not be permitted. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. J. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). Section 6 51 Design Standards and Specifications Sewer Specifications i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 6.6.06 Bedding, Embedment and Backfill A. Sewer Pipe, All Diameters i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 1/2-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: Retained on 1" Sieve 0 Retained on 1 2" Sieve 0-20 Retained on 3/8" Sieve 15-30 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 90-100 a. Embedment shall extend to 12 inches above top of pipe. iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. 6.6.07 Flowable Fill A. Flowable fill shall consist of a mixture of Portland cement, pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. i. Utility ditches in existing paved streets shall be backfilled with compacted native material or flowable fill from the top of the embedment material to the paving surface as specified in the current City of Lubbock Streets Ordinance. ii. Alternatively, flowable fill can be used for full depth backfill in all utility ditches within the right-of-way. iii. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their own expense. 6.7 Methods of Construction 6.7.01 Scope A. The work covered by this section consists of constructing gravity flow sanitary sewers, manholes and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and jointing pipe; installation of appurtenances; construction of pre -cast, pre -assembled or field assembled manholes; manhole bases; placement and assembly of manhole risers, cones, or tops; installation of manhole rings, covers and grade rings; bedding, embedment and backfilling; and other related work. 52 Section 6 k r Design Standards and Specifications Sewer Specifications 6.7.02 Quality Standards Standard Test Methods for Laboratory Compaction ASTM D698 Characteristics of Soil Using Standard Effort ASTM A746 ANSI Ductile Iron Gravity Sewer Pipe AWWA C600 (ANSI) Installation of Ductile Iron Mains and Their A urtenances AWWA M23 Polyvinyl Chloride PVC Pipe Design and Installation Recommended Practice for Polyvinyl Chloride (PVC) UNI B 5 Sewer Pipe ASTM C891 Installation of Underground Pre -cast Utility Structures 6.7.03 Materials A. The Contractor shall install sanitary sewer pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the Chief Water Utilities Engineer. B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 6.7.04 Storm Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Storm Water Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 6.7.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas i. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. Section 6 53 Design Standards and Specifications Sewer Specifications iii. Asphalt Paving a. Asphalt surface shall be cut along each side of the trench ahead of the trenching machine and the surfacing and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. 6.7.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: i. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. L If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 6.7.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. i. 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. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. iii. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. iv. The contractor shall be responsible for reporting monthly water usage. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. 54 Section 6 °} Design Standards and Specifications Sewer Specifications C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. 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. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 6.7.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for short periods of time, provided the Contractor obtains permission from the Water Utilities Engineering Department and from the owner of the premises being served by the utility. i. When a customer outage is planned, Contractor shall notify effected customer a minimum of 24 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on their part. 1. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. Section 6 55 Design Standards and Specifications l Sewer Specifications 6.7.09 Excavation and Trenching A. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: 1. 4" thru 12" Pipe O.D. +12" Pipe O.D. +18" 15" thru 21" Pipe O.D. +18" Pipe O.D. +24" B. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. C. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing ) of the pipe. D. In order to obtain a true, even grade, the trench shall be fine -graded. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. ii. Where the trench is excavated in excess of 3 inches below grade, the material shall be compacted to 95% Modified Proctor Density or shall be replaced with approved bedding material. iii. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. E. Excavation for manholes, structures and other appurtenances shall be sufficient to provide C clearances adequate for proper backfill and compacting on all sides. F. All excavated material shall be placed in a manner that will not endanger the work or damage } existing structures. 1 6.7.10 Dewatering A. All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. B. The method of dewatering shall provide for a dry foundation at the final grades of the excavation. C. Water shall be disposed of in accordance with current City of Lubbock Storm Water Engineering Department requirements and in a manner that does not inconvenience the public or result in a menace to public health. D. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is discontinued. E. Dewatering shall continue until such time as it is safe to allow the water to rise in the excavation. 6.7.11 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps i. Service taps on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. 56 Section 6 �_1 -! Design Standards and Specifications Sewer Specifications ii. Service taps on existing, in-service mains shall be installed by City personnel or a City - designated contractor. C. Main One Connections i. Connections on existing mains shall comply with current TCEQ requirements. ii. Connection to existing main shall be by a new manhole constructed on the existing main or connection to an existing manhole. iii. City Inspector must be present for any connection being installed on an existing main. 6.7.12 Pipe Installation A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Gravity sanitary sewer pipe and other accessories shall be inspected, handled, laid and joined in the manner herein specified. i. Force mains shall be installed according to water pipe installation specifications and current TCEQ requirements. C. Pipe and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their expense. D. Pipe and accessories shall be handled in accordance with manufacturer's specifications. i. Before lowering into the trench, the pipe and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. ii. All pipe and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. m. Under no circumstance shall i e, accessories or tools be dropped direct) pipe, pp y into the trench. E. Pipe shall be laid to the alignment as established on the approved plans. i. Pipe shall be laid from lowest point to highest point. ii. Pipe shall be laid with spigots facing in the direction of flow. iii. Batter boards or laser beam will be required to fine grade the trench. iv. All foreign matter shall be removed from the inside of the pipe, bells, spigots, or parts of the pipe used in forming the joint before the pipe is lowered into the trench; a. Pipe shall be kept clean by approved means during and after laying. b. At the times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means. v. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the bottom of the trench and to allow ample space for properly jointing the pipe. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. i. Bell, spigot and gasket of pipe shall be wiped clean prior to joining. ii. Cutting of pipe for inserting accessories or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iii. If the pipe is disturbed from line and grade after being laid and jointed, the pipe shall be removed from trench, the joints cleaned and the pipe re-laid. Section 6 57 Design Standards and Specifications Sewer Specifications iv. Jointing shall be completed for all pipe laid each day. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. vi. No trench water shall be permitted to enter the pipe. H. The Water Utilities Engineering Department shall be notified at least 24 hours in advance of when pipe is to be laid in any trench. i. No pipes shall be covered or authorized for cover until they have been inspected by the City's Inspector. 6.7.13 Detectable Marking Tape A. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for sewer mains shall be 3-inch, green in color and clearly labeled "Caution: Buried Sewer Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 6.7.14 Backfill around Pipe A. Bedding i. Bedding material shall be fine graded select sand or aggregate material conforming to the Materials of Construction section of these Specifications and shall be a minimum of 2 inches thick. B. Embedment i. Embedment, including haunching under pipe and to a point 12 inches above the top of the pipe shall be carefully placed and shall be graded embedment material conforming to the Materials of Construction section of these Specifications. C. Compaction i. Bedding and embedment shall be compacted to in accordance with pipe manufacturer's specifications and approved mechanical means. ii. Compaction shall be in maximum 6-inch compacted lifts. D. Backfill i. The remainder of the backfill shall conform to the current City of Lubbock Street Ordinance. ii. In unpaved streets and alleys or in agricultural or cultivated areas, backfill shall be compacted to a minimum of 90% Modified Proctor Density. iii. In paved streets, alleys or proposed paving, backfill shall be compacted to a minimum of 95% Modified Proctor Density. iv. Flowable fill may be substituted for compacted backfill. v. Special situations such as state highway or railroad crossings may be subject to more stringent requirements and shall be addressed on a case -by -case basis. vi. Water jetting will not be allowed. E. Following the completion of the backfilling, the Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. i. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the 58 Section 6 i Design Standards and Specifications Sewer Specifications request of the Chief Water Utilities Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.7.15 Manhole Construction A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Manholes and other accessories shall be inspected, handled, and installed in the manner herein specified. C. Manhole components and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their expense. D. Manhole Base i. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. ii. Concrete shall be minimum 3,000 psi. iii. Concrete placement shall conform to ACI and good construction practices. iv. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. v. Field poured concrete bases shall be reinforced. vi. Pre -cast reinforced concrete bases shall be of the size and shape detailed on the Plans. E. Manhole Inverts i. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent sewer section. ii. Changes in direction of flow shall be made with a smooth curve of as large radius as the size of the manhole will permit. iii. Changes in size and grade of the channels shall be made gradually and evenly. iv. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. v. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot or more than two inches per foot. F. Manhole Barrels i. Manhole barrels shall be assembled of pre -cast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. ii. Free drop inside the manhole shall not exceed 24 inches measured from the invert of the inlet pipe to the invert of the outlet pipe. a. Where the drop exceeds 24 inches, an approved drop manhole shall be required. iii. 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. a. Preformed rubber waterstop gaskets shall be cast into the riser or base section. b. Approved preformed flexible plastic sealing compounds are also acceptable, provided water tightness is achieved. Section 6 59 Design Standards and Specifications Sewer Specifications G. Top or Cone Sections i. Cone shaped top sections shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. ii. On shallow lines where standard cone sections will not conform to specified elevations, flat top sections may be considered with prior approval of the Chief Water Utilities Engineer. H. Grade Rings i. Grade rings shall be used for adjusting the top elevation. a. Grade rings shall be set to the elevations shown on the Plans or established by the City's Inspector. b. Each manhole shall have a minimum of 6 inches of grade adjustment. c. Total height of the grade rings shall not exceed 18-inches at any manhole. d. Non -shrink grout shall be placed around and under the rings to provide a seal and properly seat the rings at the required elevation. I. Manhole Frame and Cover L Manhole frame and cover shall be set to the elevation shown on the plans. ii. Non -shrink grout shall be placed around and under the frame to provide a seal and properly seat the frame at the required elevation. 1. Inflow Prevention Device (IPD) i. All newly installed manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. ii. IPDs shall be installed such that lifting strap is to the North. iii. IPDs shall comply with the Approved Materials List. K. Water Tightness i. Finished manholes are expected to be as watertight as the pipe system they are incorporated into. Infiltration or exfiltration shall not exceed the limits established in these specifications. ii. All connections between riser sections, bases and tops shall be sealed with an approved preformed flexible plastic joint sealing compound. iii. Application of primer and sealing compound shall be accomplished in conformance with the manufacturer's recommendations. iv. Grade of materials, quantity of materials and application temperatures shall conform to the manufacturer's recommendations. L. Protective Lining System i. When required for rehabilitation of an existing manhole, construction of a new 60-inch diameter manhole or construction of a manhole serving an 18-inch diameter or larger pipe, an approved protective lining or coating system shall be installed per manufacturer's instructions. Protective lining and coating systems shall conform to the Approved Materials List. M. Backfilling Around Manholes i. Backfilling around manholes shall conform to the requirements as specified for backfilling around pipe. ii. Embedment material shall be placed up to a point equal to that required for the adjacent pipe. N. Following the completion of the backfilling, the Contractor shall maintain the excavated surfaces in a satisfactory manner until final completion and acceptance of the work. 60 Section 6 } { t Design Standards and Specifications Sewer Specifications L The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the Chief Water Utilities Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.7.16 Service Connections A. Service connections on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. B. Service connections on existing sewer mains shall be made by City of Lubbock Water Utility forces. C. Contractor shall place wyes and tees for service connections where required by the approved construction plans on new sewer mains. i. Wyes and tees shall be of like material as the sewer pipe. ii. Service lateral lines shall be installed to 2 feet inside adjacent property line at a typical depth of between 4 feet and 6 feet, or deeper when required. iii. Watertight plugs shall be installed in each branch pipe or stub. iv. Service locations shall be marked with a piece of two-inch by four -inch lumber extended from the end of the pipe to above ground level with the above -ground portion painted green. 6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes 6.8.01 Scope A. The work covered by this section consists of the inspection, testing, approval and acceptance of gravity flow sanitary sewers and manholes and other appurtenances normally installed as part of this system. The work may include inspection, cleaning, leakage testing, deflection testing and television inspection of the interior of the finished sewer system. 6.8.02 Quality Standards A. The latest published revision of: ASTM C969 Infiltration and Exfiltration Acceptance Testing of Installed Sewer Lines ASTM C828 Low Pressure Air Test of Sewer Lines UNI B 6 Recommended Practice for Low Pressure Air Testing of Installed Sewer Pipe ASTM C1214 Standard Test Method for Concrete Pipe Sewer Lines by Negative Air Pressure (Vacuum) Test Method ASTM C1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill 6.8.03 Materials A. Water used for exfiltration tests shall be potable or as otherwise approved by the City Inspector. f Section 6 61 1. Design Standards and Specifications Sewer Specifications B. Equipment for tests shall be of the type, quality and capacity to perform the operations required and shall be furnished by the Contractor. C. All labor and materials, including water, shall be furnished at the Contractor's expense. 6.8.04 Inspection A. City Inspector shall inspect and approve all work accomplished. i. Testing shall be performed at the discretion of the City Inspector. B. It shall be the responsibility of the Contractor to coordinate inspection and testing with the Water Utilities Engineering Department. 6.8.05 Cleaning A. Contractor shall remove all foreign matter from the interior of the system prior to testing any section of sewer pipe. i. Chunks of concrete, mortar or other debris including dirt, small gravel, and grit shall be removed from the interior of the newly installed system. ii. Flushing debris into the downstream system shall not be allowed. B. Watertight plugs or other methods approved by the City Inspector shall be used to prevent dirt or debris from entering the system. C. After cleaning manholes, manhole cover shall be positioned to prevent dirt or debris from entering the system. Other means of preventing intrusion of dirt or debris may be employed if approved by the City Inspector. 6.8.06 Pipe Testing A. Contractor shall have the option of conducting a hydrostatic exfiltration test or a low-pressure air test. An infiltration test may also be required if the pipeline is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Exfiltration Test i. The sewer line being tested may be filled with water for a period long enough to allow water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours and not more than 72 hours. ii. Each section of the pipeline shall be tested between successive manholes or other structures. The lower end of the section shall be closed with a watertight device. The inlet end of the section to be tested shall be filled with water to a point 4 feet above the pipe invert at the centerline of the upper manhole or structure. a. If the ground water level is above the pipe invert, the water level in the upper manhole shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. iii. Allowable exfiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. 62 Section 6 �.f Design Standards and Specifications Sewer Specifications iv. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. v. Leakage shall be measured by checking the drop in the water level in the upper manhole or structure over a period of 4 hours. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce exfiltration leakage to an acceptable rate. vii. Contractor shall repeat the 4 hour exfiltration test after repairs are made until an acceptable leakage rate is attained. viii. Repairs required shall be at the Contractor's own expense. G. Low -Pressure Air Test i. Low-pressure air test shall be conducted in accordance to the provisions of UNI-13-6, "Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe," published by Uni-Bell Plastic Pipe Association. ii. Low pressure air shall be slowly introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average backpressure of the groundwater above the pipe. iii. The air supply shall be throttled to maintain that internal pressure for at least 2 minutes to permit the temperature of the entering air to equalize with the temperature of the pipe wall. iv. When temperatures have been equalized and the pressure stabilized at 4.0 psig, the air supply shall be shut off or disconnected. v. Time shall be recorded for the pressure inside the pipe to drop 4.0 psig to 3.0 psig. vi. Time shall not be less than that outlined in the following table: Ater den {inches) (seconds) Mtn Timefeet� 6 340 398 0.855 8 454 298 1.520 10 567 239 2.374 12 680 199 3.419 15 850 159 5.342 18 1020 133 7.693 21 1190 114 1 10.471 vii. City Inspector shall witness and verify results of the test. viii. The City Inspector may stop a test if no pressure drop loss has occurred during the thirst 25% of the calculated testing time. ix. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce leakage to an acceptable rate. x. Contractor shall repeat the low-pressure air test after repairs are made until an acceptable pressure drop for the test is attained. A. Repairs required shall be at the Contractor's expense. Section 6 63 r- Design Standards and Specifications Sewer Specifications H. Infiltration Test i. Infiltration tests are acceptable only if the pipeline is continuously subjected to an external hydrostatic head (ground water level) of at least 2 feet above the top of the pipe at the upstream manhole or structure. ii. Infiltration test shall be made by sealing the inlet and outlet ends of this pipeline and measuring the volume of water that infiltrates into the section being tested. a. Flow measurement may be measured by -collecting the discharge into a volumetric measuring container, weir or other approved method. iii. The test shall be continued over a period of at least 4 hours. Time shall be allowed to soak lines and manholes in advance of performing test. iv. Allowable infiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. v. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce the infiltration to an acceptable rate. vii. Contractor shall repeat the 4 hour infiltration test after repairs are made until an acceptable infiltration rate is attained. viii. All repairs required shall be at the Contractor's own expense. ix. Whenever the rate of infiltration is found to repeatedly exceed the prescribed amount, the Contractor shall be notified in writing. The Contractor may then be required to provide, at their own expense, video inspection of the interior of the conduit. The Contractor shall make appropriate repairs by methods approved by the Chief Water Utilities Engineer and shall continue to test the conduit until it is proven satisfactory. 6.8.07 Video Inspection A. Where determined to be necessary, the new sewer pipe shall be inspected by video camera prior to final acceptance. i. Initial video inspection shall be at the Contractor's own expense. B. Video equipment expressly designed for pipeline inspection purposes and operated by experienced and qualified personnel shall be pulled through the entire pipeline. i. Video equipment operator shall maintain a log of all inspections and note location, type and extent of any deficiencies. ii. Video equipment operator shall also photograph all deficiencies and not less than one "typical" location per each 500 feet of pipeline inspected. C. Contractor shall bear all costs incurred in correcting deficiencies found during the video inspection, including cost of additional video inspection required to verify correction of noted deficiencies. D. Video inspection conducted solely for the Contractor's benefit shall be the Contractor's own expense. 6.8.08 Deflection Test A. Deflection tests shall be conducted in the presence of the City Inspector after the pipe has been installed and backfilled. i. The deflection test shall be conducted by pulling a mandrel (go no-go device) through the pipe. 64 Section 6 t. �t ii I_. Design Standards and Specifications Sewer Specifications ii. The mandrel shall be designed and sized for each size and type of pipe and shall be at least 1.5 pipe diameters in length. iii. The mandrel shall be constructed with an odd number of runners placed parallel to the pipe centerline and equally spaced around the perimeter of the mandrel. iv. Test mandrel shall be furnished by the Contractor and approved by the City Inspector. v. Test equipment, calibration data and procedures shall be subject to the approval of the City Inspector. B. Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal diameter of the pipe. Pipe sections that restrict free passage of the mandrel shall be removed and replaced or excavated, re -bedded, backfilled and retested. C. All repairs, replacement, remedial work and retesting shall be performed by the Contractor at their own expense. D. Deflection test may be conducted concurrently with the video inspection of the pipe interior, subject to approval by the City Inspector. 6.8.09 Manhole Testing A. Manholes shall be tested for leakage separately and independently of the sanitary sewer lines by vacuum testing, hydrostatic exfiltration testing or other methods approved by the City Inspector. An infiltration test may also be required if the manhole is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Vacuum Test i. All inlet and outlet pipes in the manhole shall be plugged with an airtight device. ii. All lift holes and exterior joints shall be plugged with a non -shrink grout. a. No grout shall be placed in horizontal joints prior to testing. iii. The manhole opening shall be sealed by a method approved by the City Inspector. iv. There must be a vacuum of 10 inches of mercury (4.91 prig) inside a manhole to perform a valid test. v. A test does not begin until after the vacuum pump is off. vi. The manhole passes the test if after 2.0 minutes and with all valves closed, the vacuum is at least 9 inches of mercury. vii. The Contractor shall have the option to repeat the vacuum test one time after repairs viii. If a vacuum test is failed twice, the manhole shall be repaired and an exfiltration test shall be performed. ix. All repairs required shall be at the Contractor's own expense. G. Exfiltration Test i. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. ii. The manhole being tested may be filled with water for a period long enough to allow water absorption into the manhole. The saturation period shall be a minimum of 4 hours and not more than 72 hours. Section 6 65 Design Standards and Specifications Sewer Specifications iii. Test shall be conducted with the manhole filled with water to the top of the cone section. iv. Allowable leakage shall not exceed 0.025 gallon/foot diameter/foot of manhole depth/hour over a 4 hour period. v. The Contractor shall repeat the exfiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. H. Infiltration Test i. Infiltration tests are acceptable only if the connecting conduit is continuously subjected to an external hydrostatic head (ground water level) at least 2 feet above the top of the conduit. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. ii. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The volume of water that infiltrates into the manhole during a 4 hour period shall be measured in a manner determined by the City Inspector. iii. The test shall be conducted after the manhole has been subjected to the maximum ground water level for at least 4 hours to thoroughly saturate the manhole wall. iv. The allowable infiltration shall not exceed 0.025 gallon/foot of diameter/foot of manhole depth/hour during a 4 hour test. v. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. 6.8.10 Approval A. Final approval of sewer lines and manholes shall be based on an inspection covering all items in this specification and other approved plans and material. The inspection shall be done in an appropriate manner by representatives of the Chief Water Utilities Engineer. B. Contractor shall remedy any defects in workmanship or materials revealed by inspection at their own expense. C. Final approval will be based on re -inspection of the sewer after the appropriate repairs and corrections are completed. 6.8.11 Acceptance A. Flow of any kind into the existing sanitary sewer collection system shall not be allowed until the new sewer lines and manholes has been satisfactorily completed and accepted for use by the Chief Water Utilities Engineer. B. Portions of the work completed may be placed in operation after all cleaning, testing and inspection requirements have been fulfilled. Such partial use or partial acceptance shall be subject to approval of the Chief Water Utilities Engineer. 66 Section 6 t Design Standards and Specifications Sewer Specifications 6.9 Lift Station 6.9.01 Lift station design must conform to the most recent TCEQ design criteria. 6.9.02 Site Layout A. Lift station site location shall be approved by the Chief Water Utilities Engineer. B. Site shall be chosen to provide the least negative impact to surrounding existing and future development. C. The station site shall be located so it may serve as much of the entire sewer drainage basin as possible. This may require that the station be located off -site of the development. D. The station site shall be protected from the 100-year flood plain and shall be accessible during the 25-year storm event. E. Lift station site and associated access road shall be located in a dedicated right-of-way or permanent easement. i. Access road shall be a minimum 12-foot wide all-weather surface. ii. Additional staging and parking area shall be provided. iii. Station grounds shall be minimum 5-inch thick, aggregate road base material. F. Lift station site shall be fully enclosed by intruder -resistant fence and include a 14-foot vehicle gate and 3-foot man gate. Vehicle gate shall be situated such that pumps and equipment are accessible by service vehicles. G. Lift station shall have bypass capability. H. Lift station shall have lightning protection for all electronic components. I. Lift station site shall be illuminated by a security light system. J. Lift station shall be fitted with SCADA antennae. 6.9.03 Dry Well A. Dry well shall have separate, dedicated entrance with ladder. B. The dry well or valve vault shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum hatch. C. Provisions shall be made for water removal from the dry well. D. Dry well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. 6.9.04 Wet Well A. Wet wells must be enclosed by water -tight and gas -tight walls. B. Interior walls of wet wells shall be lined with a lining system per the Approved Materials List. C. Wet well shall have a maintenance hatch for servicing pumps and a separate, dedicated entrance. i. Dedicated entrance shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum safety hatch. ii. Maintenance hatch shall be an approved, double -door, lockable, 48-inch x 72-inch pedestrian -rated aluminum hatch or as required to adequately maintain the wet well pumps and components. - Section 6 67 Design Standards and Specifications Sewer Specifications D. A gravity sewer pipe discharging to a wet well must be located so that the invert elevation is above the level of the system's "on" setting. E. All piping within wet well shall be PVC with flanged fittings. F. All interior components shall be stainless steel including nuts, bolts, other fasteners and all base plates. G. Each pump shall be fitted with minimum 25 feet of stainless steel lifting chain. H. Each pump shall be fitted with dual -rail stainless steel guide bar and upper guide bar brackets. I. Wet well shall have a sloped bottom toward the pump intake to avoid solids deposition. i J. Wet well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. _. d_ K. Piping associated with lift stations shall be approved gravity or pressure rated sewer pipe. 6.10 Restoration and Clean U 6.10.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Chief Water Utilities Engineer. 6.10.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 6.10.03 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system and in compliance with current applicable codes. 6.10.04 All rubbish, excess excavated materials, unused materials and other non-native materials shall be removed from the jobsite and legally disposed. 6.10.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief Water Utilities Engineer. 68 Section 6 Design Standards and Specifications Sewer Specifications 6.11 Warranty and Acceptance 6.11.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within I year from the written Certificate of Completion. I"' Section 6 69 Design Standards and Specifications Sewer Specifications Design Standards and Specifications Approved Materials List SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7.1 Introduction 7.1.01 This section lists specific products and manufacturers that have been approved for use within the City of Lubbock water and sanitary sewer system. 7.1.02 This listing is intended to be used as a reference source for Water Utilities employees, design engineers, developers, contractors and vendors. 7.1.03 Materials produced by manufacturers not listed herein are not acceptable for use within the City's system. 7.1.04 Manufacturers interested in submitting products for evaluation and possible approval should submit a written request in accordance with the procedures listed below. 7.2 Product Submittal Procedures 7.2.01 Written requests should be sent to the attention of "Chief Water Utilities Engineer, City of Lubbock, PO Box 2000, Lubbock, Texas 79457". 7.2.02 Written requests shall include the following: A. A complete Application for New Product(s) (See Appendix A-1) B. Four (4) copies of the following documents: i. A list of all applicable standards regarding the product and certification (AWWA, ANSI, ASTM, etc.) ii. Adequate shop drawings and design information (brochures and other product information) iii. Location of the manufacturer's plant iv. Location of the nearest local distribution point and retail outlet v. A list of any special tools, fittings or methods of construction required for installation and/or maintenance vi. Spare parts and service availability information vii. A 5-year history of the product documenting its performance viii. Warranties ix. Product sample (where appropriate) x. User references, with contact person and telephone numbers (Specifically in the State of Texas) xi. Life cycle costs (where appropriate) xii. A statement of why the approval of the product would be beneficial to City of Lubbock C. Applicant shall send a formal review meeting request to the Chief Water Utilities Engineer. D. All submissions shall be made at least 30 days prior to the meeting at which review is requested. Section 7 71 Design Standards and Specifications Approved Materials List 7.3 Evaluation Process 7.3.01 Product evaluation will be conducted by the Chief Water Utilities Engineer or their designee. A. Review shall include: i. Conformance with the City of Lubbock Minimum Design Standards and Specifications. ii. Comments made by contractors, engineers, developers, suppliers, etc. iii. Any other matters regarding the design, construction and implementation of the proposed product into the City of Lubbock water and sanitary sewer system. B. Applicant may be requested to make a brief presentation regarding the product. Representatives shall be knowledgeable on product use, locations, design and reference checks. The representative shall also have the authority to approve a trial run in City of Lubbock. 7.4 Auuroval Process 7.4.01 The decision of the Chief Water Utilities Engineer is final. 7.4.02 For each product that has been submitted, one of the following recommendations will be made: A. Approval for Use i. This approves a product for use throughout the City's service area. ii. The Chief Water Utilities Engineer may withdraw the Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. iii. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. B. Conditional Approval for Use i. This approves a product for use throughout the City's service area; however, the product will be reviewed periodically to ensure that no unforeseen installation or maintenance problems have risen and that quality assurance/quality control meet City Standards. ii. After a suitable period of field observation, this approval may be upgraded to Approval for Use status. The frequency of review and the length of field observation period will be determined by the Chief Water Utilities Engineer. iii. If, during the field observation period, problems with installation, operation or maintenance of the product are observed, the Chief Water Utilities Engineer may downgrade the status of the product to Disapproved for Use. iv. The Chief Water Utilities Engineer may withdraw the Conditional Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. v. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. C. Limited Approval for Use i. This approves a product for use only in certain sites or projects within the City's service area. The Chief Water Utilities Engineer will determine where the product can be used. ii. The product will be reviewed periodically to ensure that no unforeseen installation, operation or maintenance problems have arisen. 72 Section 7 �s Design Standards and Specifications Approved Materials List iii. After a suitable period of field observation, this approval may be upgraded to Conditional Approval for Use or Approval for Use status. The frequency of review and the length of the field observation period will be determined by the Chief Water Utilities Engineer. iv. If, during the field observation period, problems with the installation, operation or maintenance of the product are observed, the Chief Water Utilities Engineer may downgrade the status of the product to Disapproved for Use. v. The Chief Water Utilities Engineer may withdraw the Limited Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. vi. All use of the product will be in conformance with manufacturer's specifications and good engineering practices. D. Disapproved for Use i. The product may not be used anywhere within the City's service area. ii. If a product has been given a Disapproved for Use status by the Chief Water Utilities Engineer, the product may not be resubmitted for review unless significant changes have been made to the product. iii. The Chief Water Utilities Engineer will not reconsider a product Disapproved for Use until at least twelve (12) months have passed from the date of disapproval. E. Insufficient Information i. Not enough information was provided to evaluate the product. ii. Upon receipt of requested additional information, the Chief Water Utilities Engineer will reevaluate the product. iii. If, upon reevaluation, it is determined that not enough information was provided a Disapproved for Use status will be given. 7.4.03 Design Changes of Approved Products A. After the approval of a product, the manufacturer or their representative shall inform the Chief Water Utilities Engineer, in writing, of any modifications in design or material. Such changes may require further evaluation and approval. 7.4.04 Withdrawal of Approval A. The Chief Water Utilities Engineer may withdraw any approval as a result of a design change, field observation, testing, product failure, or other factors that, in the opinion Chief Water Utilities Engineer, warrant such withdrawal. Section 7 73 t Design Standards and Specifications Approved Materials List 7.5 Water System 7.5.01 Water Pipe ) A. Polyvinyl Chloride (PVC) 4-inch to 24-inch i. AWWA C900 or C905; Minimum DR-18 j ii. Manufacturers: a. CertainTeed (1) Certa-Lok b. Diamond Plastics j c. JM Eagle (1) Blue Brute (2) Big Blue (3) Eagle Loc 900 d. North American Pipe 1^ e. Northern Pipe Products d f. Pipelife Jetstream g. VinylPlex, Inc. i_ B. High Density Polyethylene (HDPE) L AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco C. Cement -lined Ductile Iron (DIP) - Push -On or Mechanical Joint i. AWWA C151 Minimum Thickness Class 50 ii. Manufacturers a. American Cast Iron Pipe b. Griffin Pipe Products c. McWane Pipe d. U.S. Pipe and Foundry D. Concrete Cylinder Pipe i. AWWA C301, Pre -stressed Concrete Steel Cylinder Pressure Pipe ii. AWWA C303, Concrete Bar -wrapped Steel Cylinder Pressure Pipe iii. Manufacturers: a. Hanson 7.5.02 Fittings: (Bends, Crosses, Tees and Offset Glands) A. Ductile Iron; Compact B. AWWA C110 and C-153 C. Manufacturers: i. American Cast Iron Pipe ` ii. Griffin Pipe Products t�iii. McWane Pipe j 74 Section 7 1.1 Design Standards and Specifications Approved Materials List iv. Sigma Corporation v. Star Pipe Products, Inc. vi. Tyler Pipe and Foundry Utilities vii. U.S. Pipe and Foundry 7.5.03 Couplings (Transition or Straight), Non -Restrained A. Low -alloy or stainless steel bolts and nuts; outside finish: heat fused nylon coating or fusion bonded epoxy coating; standard length body. B. Manufacturers i. Dresser ii. Ford iii. JCM Industries iv. Romac v. Smith -Blair 7.5.04 Resilient Seat Gate Valves, 4-inch through 12-inch A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C509 and C515 C. Manufacturers i. American AVK ii. Clow iii. Darling iv. EJIW v. Mueller vi. M & H Model 3067 vii. United 7.5.05 Butterfly Valves — 16-inch and Greater, with gearing if required by manufacturer A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C504 C. Manufacturers i. DeZurik ii. Mueller iii. M & H 7.5.06 Fire Hydrants A. AWWA C502 B. 5-1/4-inch valve opening; 2-1/2-inch hose nozzles; 4-inch steamer nozzle C. Factory painted orange D. Manufacturers i. American Darling Model B-84-B ii. American AVK iii. Clow Medallion Section 7 75 : Design Standards and Specifications Approved Materials List iv. Mueller Centurion v. M & H Style 129-09 7.5.07 Fire Hydrant Raised Pavement Marker A. Manufacturer i. Stimsonite Model 80 7.5.08 Service Saddles A. Epoxy coated ductile iron body; Double band with SS bands and bolts B. AWWA C800 C. 1-inch i. Female AWWA Taper threads (CC or CS) ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair D. 2-inch i. Female iron pipe threads ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair 7.5.09 Corporation Stops A. Full Port Ball Valve B. AWWA C800 C. 1-inch i. Male AWWA Taper threads (CC or CS) by flared copper or compression ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller D. 2-inch i. Male iron pipe threads by flared copper or compression ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller 76 Section 7 Design Standards and Specifications Approved Materials List 7.5.10 Service Tubing A. Copper Tubing i. ASTM B88 ii. Flared copper fittings iii. 1-inch a. Type K -Soft iv. 2-inch a. Type K - Hard B. Polyethylene Tubing (PET); 1-inch and 2-inch i. ASTM D2737 - Copper Tube Size (CTS), 200 PSI Minimum, Black or Blue ii. Quick joint type compression fittings iii. Manufacturers a. Endot — Endopure PE 4710 b. NuMex PE 4710 c. Silverline — Sil-O-Flex PE 3408 or 4710 d. Ultraline — Driscoplex 5100 Series PE 4710 7.5.11 Curb Stops A. Full Port Ball Valve B. AWWA C800 C. Curb stops shall include meter swivel nut (meter spud) connection on outlet side such that meter nut can be replaced without removing valve from operation. D. Reductions for smaller meter sizes shall be accomplished by use of appropriately sized iron pipe threaded brass bushing on outlet side of curb stop. E. 1-inch and 2-inch i. Flared copper or compression by female iron pipe threads with meter swivel nut. ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller 7.5.12 Compression Fittings A. Compression fittings shall be quick joint type. B. Manufacturers i. Mueller Insta-Tite Connection ii. Ford Ultra-Tite Connection 7.5.13 Mueller Meter Setters, 2-inch A. Ball valve inlet and outlet, 15 inch height, Female iron pipe threads B. Manufacturers i. A. Y. McDonald ii. Ford iii. Mueller Section 7 77 P Design Standards and Specifications Approved Materials List 7.5.14 Tapping Sleeves A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange B. Epoxy coated with stainless steel bolts and nuts C. Manufacturers i. Ford FAST ii. JCM Industries #469 iii. Smith Blair #662 iv. ROMAC #SST 7.5.15 Resilient Seat Wedge Tapping Valves A. AWWA C509 B. Manufacturers: i. American ii. Clow iii. EJIW iv. Mueller v. M&H vi. U. S. Pipe 7.5.16 Water Meter Boxes and Vaults A. Manufacturers i. Hi -Density Polyethylene Plastic Box a. Carson Industries Model 2200 ii. Heavy Duty HS-20 Rated a. EJIW b. Old Castle 7.5.17 Double Check, Double Detector Check and Reduced Pressure Principle Devices A. American Society of Sanitary Engineering Seal Approval B. Call City of Lubbock backflow coordinator at (806) 775-2589 for specific applications. C. Manufacturers i. Ames ii. Febco iii. Watts iv. Wilkins 7.5.18 Backflow Preventer Box A. Polyester or Aluminum Enclosure, Heated and Insulated ASSE 1060 B. Manufacturers i. EZ Box Model HEZ ii. Hot Box iii. Safe-T-Cover 7.5.19 Air Release Valves 78 Section 7 t_w Section 7 A. Manufacturers L APCO ii. ARI iii. Crespin 7.5.20 Flushing Hydrants A. Manufacturers i. Kupferle 7.5.21 Sampling Stations A. Manufacturers i. Kupferle 7.5.22 Valve boxes A. Cast -Iron slip type B. Manufacturers L EJIW ii. Sigma iii. Star Pipe 7.5.23 Pipe Restraints A. ASTM F1674 B. Manufacturers L EBAA Iron, Inc. ii. Ford iii. Romac iv. Sigma v. Smith -Blair vi. Star Pipe Products, Inc. vii. Tyler Union 7.5.24 Casing Spacers A. Manufacturers i. Advance Products ii. BMW iii. Cascade iv. CCI Pipeline V. Culpico vi. PSI 7.5.25 Precast Concrete Vaults, HS-20 Rated A. Manufacturers i. Hanson Pipe and Products ii. Vaughn Concrete Products Design Standards and Specifications Approved Materials List 79 Design Standards and Specifications Approved Materials List 7.5.26 Waterline Marker i. Manufacturers a. Blackburn b. Carsonite International 80 Section 7 Design Standards and Specifications Approved Materials List 7.6 Sanitary Sewer System 7.6.01 Gravity Sewer Pipe A. Polyvinyl Chloride (PVC) Pipe i. 6-inch thru 15-inch: ASTM D3034, Minimum Class SDR 35 ii. 18-inch thru 48-inch: ASTM F679, wall thickness T-1 iii. Fittings ASTM D1784 iv. Gaskets ASTM F477 v. Manufacturers a. Certainteed Corporation b. Diamond Plastics c. GPK (Fittings Only) d. Harco (Fittings Only) e. JM Eagle f. Multi Fittings (Fittings Only) g. National Pipe and Plastics Ever -Green Sewer Pipe h. North American Pipe ASTM D3034 i. Plastic Trend (Fittings Only) j. VINYL Plex (Fittings Only) B. PVC Corrugated Sewer Pipe with Smooth Interior i. ASTM F949, ASTM F794 ii. Manufacturer a. Diamond Plastics C. High Density Polyethylene (HDPE) i. ASTM F714 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco D. Ductile Iron (DIP) i. AWWA C151 Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation - c. McWane d. U.S. Pipe and Foundry Company E. Steel Reinforced Polymer Concrete i. ASTM D6783 ii. Manufacturers a. U. S. Composite Pipe F. Polypropylene Corrugated Dual Wall and Triple Wall i. 12-inch thru 30-inch: ASTM F2736 ii. 30-inch thru 60-inch: ASTM F2764 Section 7 81 Design Standards and Specifications Approved Materials List iii. Manufacturer a. ADS Sanitite HP 7.6.02 Pressure Sewer Pipe A. Polyvinyl Chloride (PVC) i. AWWA C900 Minimum Class DR25 a. Manufacturers (1) Diamond Plastics (2) IM Eagle (3) North American Pipe ii. SDR26 Class 160 t. a. Manufacturers (1) Diamond Plastics (2) IM Eagle (3) North American Pipe B. Ductile Iron (DIP) i. Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining 1 ii. Manufacturers a. American Ductile Iron Pipe f 1 b. Griffin Pipe Corporation c. U. S. Pipe and Foundry Company C. High Density Polyethylene (HDPE) IJ i. AWWA: C906, Minimum Pressure Class 160 ii. Manufacturers a. Chevron b. IM Eagle c. Plexco 7.6.03 Manholes A. Precast Concrete i. ASTM C478-,_ ii. Manufacturers a. Hanson Building Products b. South Plains Concrete Products c. The Turner Company d. Vaughn Concrete Products B. Glass -Fiber -Reinforced Polyester Manholes, Wetwells and Manhole Liners i. ASTM D3753 f, ii. Manufacturer a. LF Manufacturing b. Containment Solutions 7.6.04 Manhole Frames and Covers A. ASTM A48, Class 35B, AASHTO M-306 82 Section 7 i 0 Section 7 Design Standards and Specifications Approved Materials List B. Standard Solid Cover L Manufacturers a. East Jordan Iron Works C. Watertight Frame and Cover L Manufacturers a. East Jordan Iron Works b. Rexus 7.6.05 Manhole Coatings/Protective Lining System A. Manufacturers L A-Lok - Dura Plate 100 PVC Liner ii. Raven 405 iii. Tnemec — Series 431 PermaShield 7.6.06 Gaskets and Flexible Manhole Connections A. Flexible cast -in -place seal or flexible boots installed with hydraulic pressure after manhole manufacture. Manhole openings shall be made by hole -formers inserted during manufacture. B. Manufacturers L Press -Seal Gasket Corp. ii. A-Lok iii. International Precast Supply iv. NPC 7.6.07 Internal Chimney Seals A. ASTM C923 B. Manufacturers i. Cretex ii. NPC 7.6.08 Manhole Joint Seals A. Sealant per ASTM C990 B. 0-ring gaskets meeting ASTM C443 and ASTM C1628. 7.6.09 Manhole Joint Wrap (in addition to 0-ring specified above) A. Manufacturers i. Ram Nek ii. ConSeal CS 102 7.6.10 Manhole Joint Sealers A. Butyl Mastic B. Manufacturers i. Ram Nek ii. ConSeal CS 102 83 Design Standards and Specifications Approved Materials List 7.6.11 Inflow Prevention Device A. Non -Corrodible with self cleaning gas relief and vacuum relief valves B. Manufacturers L L.F. Manufacturing Inc. - Rain Guard ii. No Flow -In Flow .j iii. The Man Pan iv. Southwestern Packing and Seals, Inc. - Rainstopper ` 7.6.12 Polyethylene Slope Adjusting Ring A. ASTM D1248 B. Manufacturers L Ladtech 7.6.13 Saddles A. Manufacturer i. NDS 7.6.14 Cleanout Cover A. Manufacturer L East Jordan Iron Works 7.6.15 Valves — Must Be Approved for Use in Wastewater Application A. Plug, Full Port - i. Manufacturers a. DeZurik B. Resilient Seat Gate i. AWWA C509 ii. Manufacturers a. American Flow Control b. Clow c. M & H - d. Mueller e. U.S. Pipe C. Swing Check i. Manufacturer f ? a. Golden Anderson b. M & H c. Val-Matic 7.6.16 Backwater Valve for Manhole Vent A. Manufacturer L Josam 84 Section 7 f f troz. Section 7 Design Standards and Specifications Approved Materials List 7.6.17 Lateral Backwater Valve A. Diaphram Operated Stainless Steel Knife Valve ASME Al 12.14.1 B. Manufacturer i. John Stephens ii. Plastic Trends iii. Smith Floodgate 7.6.18 Sewage Combination Air/Vacuum Valve A. Manufacturers i. APCO/Willamette ii. ARI iii. Golden Anderson Industries 7.6.19 Sanitary Sewer Marker A. Manufacturers i. Blackburn ii. Carsonite International 7.6.20 Wastewater Pumps A. Manufacturer i. Flygt N-Pump 85 Design Standards and Specifications Approved Materials List 7.7 Water and Sanitary Sewer Systems 7.7.01 Modular Wall Seal A. EPDM with stainless steel nuts and bolts B. Manufacturer i. Thunderline ii. Pipe Seal iii. Link Seal 7.7.02 Vault Doors A. Type K heavy duty aluminum double leaf door, H-20 rated B. Manufacturers i. Bilco ii. Halliday iii. USF Fabrication, Inc. 7.7.03 Tracer Wire A. 14-gauge B. Manufacturers i. Copperhead ii. Southwire 7.7.04 Marking Tape A. 3-inch width, Sewer — green, Water - blue B. Manufacturers i. Presco Prodcuts ii. Terra Tape 86 Section 7 F Design Standards and Specifications rt Streets and Drainage Check List SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.1 General 8.1.01 The construction and materials for any City of Lubbock Public Works Engineering paving or drainage improvements project shall conform to the following specifications and associated plan sheets. A. Any construction or materials failing to meet the requirements of these specifications or the plan sheets shall be removed and replaced at the Contractor's own expense. B. No consideration will be given to requests for reduced payments for construction or materials not in conformance with these specifications and the plan sheets. 8.1.02 The term Engineer used in these specifications shall refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these specifications and associated plans. 8.1.03 The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. A. Material Safety Data Sheets (MSDS) shall be required on all materials. B. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. C. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer. 8.1.04 Streets to be constructed in a location where the traffic is expected to consist of an unusual number of trucks or other heavy vehicles shall have an approved pavement structure design specific to that loading condition. 8.1.05 All construction covered by these specifications shall be in compliance with the City of Lubbock Code of Ordinances, Chapter 30 Lakes and Water Ways, Chapter 36 Streets, Sidewalks, and Other Public Ways, Chapter 38 Subdivisions, and other chapters as applicable. 8.1.06 Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. A. When information indicated on plan sheets is in conflict with these specifications, the information on the plans shall govern. 8.2 Design Standards 8.2.01 The following design standards shall apply to all paving and drainage improvements associated with construction of new subdivisions. A. If unusual site conditions necessitate design criteria different from these requirements, changes will be permitted only if specifically approved by the City Engineer. Section 8 87 Design Standards and Specifications Streets and Drainage Check List 8.2.02 Street Crown Elevations A. All street paving shall incorporate a centerline crown at the following listed elevation unless otherwise indicated on plans, or as directed by the Engineer: 7 a 32 feet 0.52 feet 36 feet 0.58 feet 42 feet 0.67 feet 46 feet 0.73 feet 66 feet 1.03 feet 88 feet 1.18 feet i. The widths listed above refer to the total proposed future full width of street. ii. Where there is a difference in elevation between top of opposite street curbs, the crown elevation shall be adjusted such that the cross slopes are 2.0% minimum and 4.0% maximum. 8.2.03 Minimum Grades A. All street paving shall incorporate the following slopes unless otherwise indicated on plans, or as directed by the Engineer: Linear Curb and Gutter 0.20 Curb and Gutter in Cul-De-Sacs 0.30 Concrete Dips, Valley Gutters and Fillets 0.35 Concrete Alley Paving 0.20 Concrete Drainage Channel 0.20 Fall Around Curb Radii 0.80 B. Asphalt dips shall not be used in the place of concrete dips or valley gutters. 8.3 Testing and Inspection 8.3.01 All work shall be inspected and tested by a representative designated by the City Engineer, who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or associated plans. A. Whenever any portion of these specifications or associated plans is violated, the Engineer may order the portion of construction that is in violation to cease until such violation is corrected. 8.3.02 Contractor shall cooperate with the Engineer in providing for sampling and testing procedures. A. The contractor shall provide at least a 2 hour notification to City Inspection Staff prior to any inspection services needed. B. In the event the City tests indicate out of specification materials, additional tests may be provided by the contractor at their own expense. C. Conflicting tests provided by the contractor will not automatically be considered as compliance with City specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. 88 Section 8 �_ Design Standards and Specifications m Streets and Drainage Check List 8.3.03 The testing and inspection provided by the City is intended only to verify that materials and construction comply with plans and specifications. The City's testing and inspection efforts are not intended to replace the contractor's responsibility to comply with the specifications. A. With respect to new material sources, or where the City lab has determined materials or construction do not comply with these specifications, the City will not re -test until the contractor has provided their own testing to demonstrate the materials and construction are in compliance with the plans and specifications. 8.3.04 Upon completion of construction, the Contractor will apply sufficient water to all paving improvements within the project to ensure all surfaces meet drainage requirements and are in compliance with these specifications. 8.4 Notification of Property Owners 8.4.01 The contractor shall be responsible for maintaining positive communication with adjacent property owners. 8.4.02 The contractor shall provide two days notice to all affected property owners with respect to pending construction, and restriction of access or driveway locations. 8.5 Protection of Utilities and Irrigation Systems 8.5.01 The plans show only approximate locations of utilities as obtained from various utility companies. A. It is not implied that all utilities or their accurate locations are shown on the plans. 8.5.02 It is the contractor's responsibility to become familiar with all utilities and locations. A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification Centers. B. The contractor shall call DIG TESS (1-800-344-8377) and provide sufficient time for all utilities to be identified prior to construction. 8.5.03 On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will be responsible during the construction period for damages to any utilities. 8.5.04 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system, and in compliance with current applicable codes. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 8.6 Water for Construction 8.6.01 The City will furnish water from fire hydrants for construction purposes. A. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant and will be charged the applicable rate for the quantity of water used. B. The contractor shall contact Lubbock Power and Light Customer Service Department to establish a utility account. The contractor must pay a deposit for each fire hydrant meter and will be responsible for all charges associated with that account. Section 8 89 Design Standards and Specifications Streets and Drainage Check List C. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. 8.6.02 Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. 8.6.03 For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. B. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. 8.6.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. A. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. B. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. 8.6.05 In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 8.7 Concrete 8.7.01 These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters and fillets, alley paving, sidewalks, street paving, curb ramps, medians, and drainage improvements. A. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C94. B. The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during transit. C. Concrete shall have a temperature of less than 90 degrees at time of placement. Concrete above this temperature will be rejected and shall be removed from the job site. D. No more than eight yards of concrete shall be loaded in a Revolving Drum Agitator Truck and transported to the job site. Loads in excess of eight yards will be rejected and shall be removed from the job site. E. Add mixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. F. No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. G. All concrete shall have 5 percent, minus 1.5 percent to plus 3 percent, air entrainment in conformance with ASTM C260. H. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. 90 Section 8 L Design Standards and Specifications Streets and Drainage Check List 8.7.02 Classification A. The following City of Lubbock classes of concrete shall be used: A Curb and gutter, sidewalks, curb ramps, drainage channels, medians, inlet boxes headwalls 'unction boxes driveways, and retaining walls. B Valley gutters and fillets alley returns and alley paving. C Concrete street pavement. D Utility encasements E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or, otherspecial design. 8.7.03 Thickness of Concrete Surfaces A. Concrete thoroughfare street paving shall have a minimum thickness of 8 inches. B. Concrete alley paving shall have a minimum thickness of 7-1/2 inches at edge and 5 inches at flow line. i. No tolerance on minimum thickness will be allowed. ii. No additional compensation will be made to the contractor for thickness greater than specified. C. All other proposed concrete paving thickness shall be approved in writing by the City Engineer. 8.7.04 Drainage Easements A. All drainage easements shall have, at a minimum, a 10-foot wide concrete flow line to be constructed with the street and alley paving improvements. B. Drainage easements shall not be used as alleys or garbage collection easements. 8.7.05 Mix Design A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit the concrete mix design to the Engineer for approval. i. The following shall be submitted to the Engineer for review: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. (1) Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate test not to exceed 25 percent. b. Mix design based on water -cement ratio. c. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C78, made by an approved commercial testing laboratory. (1) Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. ii. The Engineer will approve or reject the mix design and materials based on these submittals. iii. Mix design approval shall be subject to additional testing during construction. ( Section 8 91 t �, Design Standards and Specifications Streets and Drainage Check List B. Mix designs for various classes of concrete shall conform to the following: A 5.0 0.40 — 0.60 5 B 5.5 0.40 — 0.60 5 C 6.0 0.35-0.45 3 D 4.5 0.40 — 0.60 5 E As Required forspecific cure time and strength. i. New mix designs shall be submitted annually, or when material properties or sources change. 8.7.06 Strength Requirements A. The various classes of concrete shall conform to the following minimum strengths in pounds per square inch (psi) as determined by the average of two test cylinders or beams: B. When cores are subsequently used to prove compressive strength where test cylinders indicate failures, the cores shall be tested in accordance with ACI C42. C. In such cases, the required compressive strength shall be increased by 10%. 8.7.07 Cement A. Cement shall be Type I, Type II, or Type I -II cements, conforming to ASTM C150 "Standard Specification for Portland Cement". B. The contractor shall notify the Engineer prior to any changes of the cement supplier or source during construction. The Engineer may require a new mix design if changes of supplier or source occur. 8.7.08 Aggregate A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C33. B. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, organic impurities, or other deleterious materials. C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136. 92 Section 8 Design Standards and Specifications Streets and Drainage Check List i. The gradation for fine aggregate shall meet the following requirements: Retained on 3 8" Sieve 0 Retained on No. 4 Sieve 0-5 Retained on No. 16 Sieve 20-55 Retained on No. 30 Sieve 45-75 Retained on No. 50 Sieve 70-90 Retained on No. 100 Sieve 98-100 D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to ASTM C136. i. The gradation for coarse aggregate shall meet the following requirements: Retained on 1-3/4" Sieve 0 Retained on 1-1 2" Sieve 0-5 Retained on 3 4" Sieve 10-40 Retained on 1 2" Sieve 40-75 Retained on No. 4 Sieve 95-100 E. Coarse aggregate for Class C or E concrete shall be crushed limestone (Brownwood type or equivalent). Crushed gravel will be allowed if on the TOOT Quarterly Monitoring Program, or if specifically approved by the engineer. F. Aggregate Quality Requirements shall comply with the following requirements: Deleterious Material 2.0% Decantation 1.5% Flakiness Index 17 Magnesium Sulfate Soundness 25% G. Stockpiles shall be protected from dus ty conditions by drift fences or other methods approved by the Engineer. i. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. ii. Stockpiles shall be built in layers of uniform thickness. Liii. Equipment shall not be permitted to operate over the same lift repeatedly. 8.7.09 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. B. Flowable fill may be used for back -fill in all utility ditches within the right of way, and other areas as specified. C. Flowable fill used for repair of utility ditches in existing paved streets shall be placed from the top of the utility line to the bottom of the paving surface. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the contractor at their expense. I, r Section 8 93 l_ i; Design Standards and Specifications Streets and Drainage Check List 8.7.10 Water A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26. 8.7.11 Admixtures A. Admixtures may be applied to the concrete mix design when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C494. Chemical admixtures shall not be used as a substitute for Cement. B. Mineral admixtures such as Class C Ash and Natural Pozzolans in conformance with ASTM C618 may be used with Types I, II, and III Portland Cement. C. When fly ash is permitted to be used, "cement" in relation to mix design shall be defined as "cement plus fly ash". L Fly ash may constitute a maximum of 30 percent by weight of the cement. D. Add mixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. 8.7.12 Reinforcing Material A. All concrete shall incorporate reinforcement as follows: i. Curb and Gutter - None ii. Street Paving, Valley Gutters, and Drainage Channel — A minimum of #5 deformed steel bars 12 inches on center both ways or design approved in writing by the City Engineer. iii. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets and either 6-inch x 6-inch - 6 gauge welded wire fabric or #4 deformed bars 12 inches on center both ways. iv. Alley Returns - #4 deformed steel bars 12 inch on centers both ways or 6-inch x 6-inch - 6 gauge welded wire fabric. v. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber reinforcement, or as required by the City of Lubbock Building Official, or design approved in writing by the City Engineer. vi. Commercial driveways, including pedestrian crossing area — #3 deformed steel bars through the gutter section as indicated on the detail sheets and either 6-inch x 6-inch — 6 gauge welded wire fabric or #4 deformed bards 12 inches on center both ways. B. Steel L All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. ii. Wire mesh shall conform to ASTM A185, and shall be 6-inch x 6-inch - 6 gauge welded wire fabric as specified. iii. Reinforcing bars shall be grade 60 (60 KSI), open-hearth, basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A615 and ASTM A305. a. Steel reinforcing materials shall be stored off the ground in a manner as to be protected from accumulations of grease, mud, other foreign matter and rust producing materials. b. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. iv. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets. 94 Section 8 I_ Design Standards and Specifications Streets and Drainage Check List v. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. C. Fiber a. Fiber reinforcement may not be used in place of steel reinforcement. b. Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers. c. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as recommended by the fiber manufacturer. d. The physical characteristics on the fiber shall be as follows: Specific Gravity 0.91 Tensile Strength 70,000 psi to 110,000 psi Length 3 4 inch 8.7.13 Joints A. Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. i. Construction joints formed by removable metal templates accurately shaped to the cross-section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or as directed by the Engineer. ii. Tooled contraction joints cut at least one quarter the concrete depth shall be placed at 10 foot intervals. B. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint and at a maximum spacing of 130 feet. i. Alley returns shall be poured monolithically with curb radii and fillets with joints as indicated in Standard Detail 36-7. ii. Tooled contraction joints, cut 1/2 inch wide 2 inch deep, shall be placed as shown on Standard Detail 36-11. iii. Alley paving contraction joints shall be sealed with an elastomeric sealer. iv. Expansion joints shall include bituminous pre -molded expansion joint board. C. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. i. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. ii. Joints shall be saw cut within 12 hours of placement of the concrete paving. iii. Joints shall be sealed with an elastomeric sealer. iv. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. D. Valley gutters and fillets shall be constructed with tooled construction joints. i. Joints shall be sealed with an elastomeric sealer. ii. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. L Section 8 95 Design Standards and Specifications Streets and Drainage Check List E. Joint Sealing Materials i. Bituminous pre -molded expansion joint board material shall conform to ASTM D1751 and shall be placed as indicated on plan sheets or in these specifications. a. Expansion joint material shall be placed full depth of the concrete slab. ii. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R.Meadows "SOF-SEAL", W.R. Meadows #158 cold applied, or "GARDOX" as required by plan sheets. a. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D3405. b. Hot poured joint sealant for all other joints in Portland cement concrete pavement shall conform to ASTM D3406. c. Cold poured joint sealant shall conform to ASTM C920. iii. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. a. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. b. The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of local conditions. iv. Backer rod used with elastomeric sealant shall be 25 percent greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. a. Compression of the backer rod material shall be approximately 25 percent shrinkage at 8 psi applied stress. b. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 8.7.14 Curing Compounds A. All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing compound at a rate of one gallon per every 180 square feet. Its application shall conform to DMS - 4650 and TOOT Item "Concrete Structures - Curing Materials". L Fresh concrete is defined as less than 10 minutes after finishing B. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 8.7.15 Forms A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the concrete section formed. B. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least 12 hours after placing of the concrete. C. Forms shall be treated with a light oil or release agent before each use, and forms which are to be re -used shall be cleaned immediately after each use and maintained in good condition. D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. 96 Section 8 r Design Standards and Specifications Streets and Drainage Check List E. Forms used for curb radii shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow line can be obtained by other methods approved by the Engineer. F. In no case will concrete placement be started without the approval of the Engineer. G. No forms shall be placed until the subgrade is within one inch of its finished grade. H. Forms for paving slabs may be used as a guide for screeding. I. Where longitudinal construction joints are required, the form shall be so constructed as to provide an approved load transfer mechanism in the face. 8.7.16 Placing and Finishing Concrete A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. i. Concrete shall be placed as close to its proper location as practical. ii. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. iii. The concrete shall be floated and troweled to the approximate section. iv. When water is needed for finishing purposes it must be dispensed by a pressurized canister with a misting nozzle. B. Removal of face forms and finishing of curb and gutter shall be started only after a partial set occurs. i. Only construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail sheets. C. Concrete shall not be placed when the ambient temperature is below 40 degrees F or if sustained winds are 25 mph or higher as determined by the Texas Tech University Mesonet sites in Lubbock. If the sustained winds exceed the 25 miles per hour all placement operations will cease immediately. i. Concrete shall not be placed on frozen subgrade. ii. The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect concrete should the air temperature fall below 33 degrees F. This protection and forms shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. iii. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. D. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. i. Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with forms. ii. Vibrators shall not be used to move concrete within the forms. E. The surface of concrete street paving shall incorporate a tined finish. F. All other concrete surfaces shall be completed with a light broom finish. G. When forms are used for concrete paving the forms must stay in place for a minimum of 12 hours. H. No equipment shall be placed on concrete until it has reached 75% of the specified 28 day compressive strength. I. Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge using the TxDOT Item 585 Surface Test Type A. Section 8 97 Design Standards and Specifications Streets and Drainage Check List J. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to determine locations of ponding. i. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. K. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven, the City may require measurement of the ride quality using the TxDOT Surface Test Type B. i. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods acceptable to the Engineer. ii. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. L. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's own expense. 8.7.17 Tolerance in Elevation and Grade A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed and replaced at the correct elevations as indicated on the plans, unless curb and gutter surfaces drain with flood testing and approved in writing by the City Engineer or designated staff. 8.7.18 Concrete Alley Paving Cuts A. Refer to Standard Detail 37-2. B. Transverse Cuts i. Minimum width between transverse joints shall be 4 feet. ii. No more than 2 transverse joints shall be added between existing 13 foot tooled joints. iii. Transverse joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. When installed at expansion joints, slip dowels shall be used. C. Longitudinal Cuts i. Longitudinal cuts along the edge of existing alley pavement shall be a minimum width of 3 feet. ii. Maximum width of longitudinal cuts shall be 4 feet. iii. Longitudinal cuts wider than 4 feet, regardless of location, shall replace the full width of existing alley paving. iv. Longitudinal joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. D. Potholing for Locating Existing Utilities i. Pavement cuts for potholing purposes shall be circular cored holes or clean square cutouts. a. Cored holes in asphalt pavement shall be filled with cold -mix asphalt to match the depth of existing pavement. b. Cored holes in concrete pavement shall be filled with concrete to match the depth of existing pavement. c. Cutouts shall be repaired as specified in these specifications. 98 Section 8 Design Standards and Specifications Streets and Drainage Check List 8.8 Subgrade and Base 8.8.01 Subgrade A. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off -site soil, free from vegetation or other objectionable matter. B. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit Max 45 Plasticity Index Min 5• Max 20 Linear Shrinkage Min 2 Max 10 i. Subgrade material which does not meet the above requirements may be conditioned by blending with lime, sand or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. D. Subgrade Construction i. All testing of subgrade will be completed prior to any placement of curb and gutter. r. Subgrade will be processed the entire width of the roadway including under the curb I and gutter section. ii. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95 percent of Modified Proctor Density at optimum moisture content, plus or minus 2 percent. iii. Subgrade shall be constructed in maximum of 6 inch lifts, and each 6 inch lift tested for moisture and density. iv. Subgrade thickness shall be a minimum of 12 inches for all streets, regardless of street width or classification. v. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. a. After each section of subgrade is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. b. At any time the City Engineer may require proof rolling on streets or alleys with a 25 ton pneumatic roller, to test the uniformity of compaction. c. Rollers will be completely loaded with water or wet sand to ensure they meet the manufacturer's weight requirements. vi. All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch. vii. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall be in compliance with these specifications for materials and construction. a. Cut and fill operations shall comply with Chapter 38 of the City of Lubbock Code of Ordinances. viii. Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface, and so that the compacted subgrade thickness will not be less than specified above. Section 8 99 Design Standards and Specifications Streets and Drainage Check List a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. E. Rejected Subgrade Material i. Rejected subgrade material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. a. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. b. No payment will be made for rejected material or construction. 8.8.02 Flexible Base (Caliche) A. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay particles produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. i. All base material sources are subject to approval by the Engineer. ii. If material characteristics within an approved source change, the material shall be subject to retesting and re -approval prior to continued use. iii. The Contractor shall not change material sources without approval by the Engineer. B. Crushed concrete may be blended with quarried material only to the extent necessary to produce material in compliance with these specifications, to a maximum of 20 percent crushed concrete by weight. i. Crushed concrete shall be produced from parent material consisting of structural strength concrete, such as City of Lubbock Class A, B, and C. ii. Lower strength materials, such as flowable fill, are not acceptable. iii. Crushed concrete shall be free of reinforcing steel and any objectionable material, and have a maximum of 1.5 percent deleterious material when tested in accordance with Tex-413-A. iv. When crushed concrete is used, the final product shall be entirely in compliance with the specifications for single source material. C. Recycled Asphalt Pavement (RAP) will not be approved for use in flexible base. D. Prior to construction the contractor shall build stockpiles of sufficient quantity of base material as required to complete the entire project or subdivision. i. Each stockpile shall be dedicated, and identified as to the project or subdivision it is for. ii. After a stockpile is completed the contractor shall not add material to that stockpile. iii. The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce stockpiles in compliance with these specifications. 100 Section 8 E 4 Design Standards and Specifications Streets and Drainage Check List E. Material Tests i. Flexible base material shall conform to the following requirements: a. Sieve Analysis b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit Max 35 Plasticity Index Min 3• Max 12 c. Wet Ball Mill (1) When tested in accordance with Tex-116-E (Wet Ball Mill) the base material shall have a value not to exceed 45. (2) The percent of material passing the #40 sieve shall not increase by more than 20 during the test. F. Flexible Base Construction i. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. ii. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. iii. Flexible base thickness shall be a minimum of 6 inches. iv. Processing shall be accomplished in lifts of 6 inches compacted thickness. v. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction to a minimum of 95 percent of Modified Proctor Density with a moisture content of 2 percent above to 2 percent below optimum a. Densities will be taken by City of Lubbock inspection staff b. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. c. Processing for compaction of caliche base with a sheep's foot type roller will not be permitted. vi. The base shall be allowed to cure a minimum of 3 days, or until determined by the Engineer to be adequately cured, before placing prime or surface course. a. During the cure time the base shall be maintained by blading or other methods until the wearing surface is placed. b. Windrow caliche shall not be removed until the base has passed finish inspection. c. Base which becomes wet, or otherwise altered, may be subject to retesting and reprocessing as determined by the Engineer. vii. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment Section 8 101 Design Standards and Specifications Streets and Drainage Check List a. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. b. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. viii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than 6 inches, or thickness otherwise specified by the engineer. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. ix. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. x. The compaction method for flexible base shall provide for each lift to be compacted to the specified density using appropriate equipment. A. After each section of flexbase is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. a. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the contractor. G. Rejected Flexible Base Material i. Rejected material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.8.03 Asphalt Stabilized Base (ASB) A. Asphalt stabilized base shall consist of a uniform mixture of mineral aggregate and asphalt cement mixed hot in a mixing plant in accordance with these specifications. i. Caliche is not an acceptable aggregate for ASB. B. The contractor's plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the base material consistently in compliance with these specifications. C. In place compaction control is required for all ASB. L Locations of Cores, when required, will be determined by City of Lubbock personnel and marked ii. The ASB will be cored by the City inspection staff to determine composition, compaction, thickness, and density. iii. The contractor shall replace the pavement removed from core holes at no cost to the City. iv. ASB found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor's expense as directed by the Engineer. 102 Section 8 i r Design Standards and Specifications Streets and Drainage Check List D. ASB Mix Design L The contractor shall submit an ASB mix design less than one year old, prepared by a qualified lab, in compliance with these specifications using approved materials indicating gradation and optimum asphalt content. ii. The aggregate mixture shall conform to the following master gradation: Passing 1" Sieve 98-100 Passing 3 4" Sieve 84-98 Passin 3 8" Sieve 60-80 Passing No. 4 Sieve 40-60 Passing No. 8 Sieve 29-34 Passing No. 30 Sieve 13-28 Passing No. 50 Sieve 6-20 Passing No. 200 Sieve 2-7 a. Design produced Minimum VMA 13.0% b. Plant produced Minimum VMA 12.0% iii. Material passing the No. 40 sieve shall be known as "soil binder" and shall meet the following requirements: iv. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pug mill for mixing with asphalt. v. The mix design shall have optimum asphalt content determined in accordance with Tex-204-F, with a target lab molded density of 96.5 percent. vi. Asphalt content of the Job Mix Formula shall not vary during construction from the design by more than 0.3 percent. vii. Asphalt for the mixture shall be a Performance Grade (PG) 64-28, or better. viii. New mix designs must be submitted annually, or when material properties change. E. ASB Placement i. The ASB material shall be placed on the approved prepared surface using an approved lay down machine. ii. ASB thickness shall be a minimum of 9 inches, or as required by the Engineer. iii. Asphalt Stabilized Base shall be placed and compacted in 3 inch lifts to form the specified thickness of compacted base, unless otherwise directed by the Engineer. a. Prior to placing ASB, the subgrade shall be prepared as previously specified. iv. The cross-section shall be constructed to form the specified crown on the ASB surface at the centerline of the street, or as indicated on the plans. v. ASB shall not be placed when the air temperature, as reported by the Texas Tech University Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees surface temperature. vi. ASB shall be placed at a temperature between 265 and 325 degrees F. vii. Any ASB material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. Section 8 103 Design Standards and Specifications I Streets and Drainage Check List viii. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross - sections and grades shown on the associated plans. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness is not less than 9 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. F. ASB Compaction L ASB shall be compacted thoroughly and uniformly with approved rollers to a density between 93% and 98% of the maximum theoretical gravity, with a lab molded target of 96.5% using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. ii. Compaction less than 93 percent or greater than 98 percent will be considered deficient. All deficient pavement shall be removed and replaced as determined by the Engineer at the contractor's expense. iii. ASB shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. iv. Contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure maximum compaction. v. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. G. Rejected ASB Material L Rejected ASB material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.9 Hot Mix Asphalt Concrete Surface (HMAC) 8.9.01 Hot mix asphalt concrete surface shall consist of a uniform mixture of mineral aggregate (coarse aggregate, fine aggregate, mineral filler) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. 8.9.02 The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface material consistently in compliance with these specifications. No RAP material will be allowed in HMAC. 8.9.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving requirements of the platting process. Strip paving may be used only in special circumstances and must be approved by the City Council. If strip paving is used, the developer is still responsible for providing for the required permanent curb and gutter and paving. A. Unless otherwise specified, the materials and construction shall conform to TOOT Item 340 - Dense -Graded -Hot -Mix Asphalt (Method). 104 Section 8 i i Design Standards and Specifications Streets and Drainage Check List B. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. i. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex-203-F. ii. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex-224-F. iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either minimum 1% lime in accordance with DMS-6350, or liquid anti - stripping agent approved by the Engineer. a. Anti -stripping agents shall meet requirements of TXDOT Item 301 - Asphalt Anti - stripping Agents, and shall be added at the manufacturer's recommended dosage and temperature range. 8.9.04 A minimum of 2 cores per 600' block will be taken to determine thickness, and density of HMAC surfaces. A. Core locations will be marked and cored at random locations by City of Lubbock inspection staff. B. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. C. HMAC surface found to be deficient shall be corrected at the contractor's own expense as directed by the Engineer. D. The contractor shall replace the pavement removed from core holes immediately after testing at no cost to the City. 8.9.05 Thickness of HMAC Surfaces A. HMAC thickness shall be a minimum of 2 inches, or as indicated on the plans. i. No tolerance on minimum thickness will be allowed. B. If a core shows less than the specified minimum thickness, prior to being trimmed, the HMAC surface shall be considered deficient with respect to thickness, and the deficiency shall be rectified by removal and replacement at the specified thickness. i. Additional cores will be taken at 25 foot spacing to define the limits of deficiency. C. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. 8.9.06 HMAC Mix Design A. The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Test Method Tex-204-F. i. The mix design shall have a lab molded density of 96.5 percent using the Texas Gyratory compaction method. ii. New designs shall be submitted annually, or when material properties change. iii. The aggregate mixture shall conform to the following master gradation: a. Type "C" Coarse Graded Surface Course — Curb and gutter street widths greater than 36 feet: Section 8 105 z Design Standards and Specifications Streets and Drainage Check List Standard Crushed Rock Aggregate Cumulative Percent Passing Passing 3 4" Sieve 95-100 Passing 3 8" Sieve 70-85 Passinq No. 4 Sieve 43-63 Passing No. 8 Sieve 32-44 Passing No. 30 Sieve 14-28 Passing No. 50 Sieve 7-21 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 14% (2) Plant Produced Minimum VMA 13% b. Type "D" Fine Graded Surface Course — Curb and gutter street widths of 36 feet or less and strip paved streets of any width: Passing 1 2" Sieve 98-100 Passing 3 8" Sieve 85-100 Passing No. 4 Sieve 50-70 Passing No. 8 Sieve 35-46 Passing No. 30 Sieve 15-29 Passing No. 50 Sieve 7-20 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 15% (2) Plant Produced Minimum VMA 14% l c. HMAC Type is in reference to the ultimate full width street, not half width. iv. Material passing the No. 40 sieve shall be known as "soil binder" and shall maximum linear shrinkage value of 5. l v. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. vi. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. vii. The contractor's materials and mix design shall meet all the performance criteria ( j addressed in these specifications. L 1 B. Coarse Aggregate L Coarse aggregate must be approved for use by the Engineer and must be on the TXDOT source rating catalog. ii. Coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality. a. Mixing or combining of crushed gravel and crushed stone will not be permitted. iii. Coarse aggregate shall be crushed to the extent that produces a minimum of 80% crushed faces for both Type "C" HMAC, and Type "D" HMAC, when tested in accordance with Test Method Tex-460-A Part I "Determination of Crushed Face Count". iv. Decantation shall be a maximum of 1.5 percent when tested in accordance with Tex- 217-F. v. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance with Tex-217-F. 106 Section 8 j Design Standards and Specifications Streets and Drainage Check List vi. Coarse aggregate shall have a maximum loss of 25% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. vii. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. C. Fine Aggregate i. Fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. ii. A maximum of 15 percent of the total virgin aggregate may be field sand or other crushed fine aggregate. iii. Sand which exhibits no variation in particle size shall be limited to a maximum of 7 percent of the total virgin aggregate. iv. Screenings shall be of the same or similar material as specified for coarse aggregate. v. Linear shrinkage shall be a maximum of 3 percent. vi. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. a. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: D. Asphalt i. Asphalt shall be a Performance Graded (PG) 64-28, or better, unless otherwise shown on plans. ii. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. a. The contractor shall notify the Engineer prior to any changes of the asphalt supplier or source. b. The Engineer may require a new mix design if changes of supplier or source occur. iii. Asphalt content shall not vary more than plus or minus 0.3 percent of design during production a. Asphalt content within that range is considered to be acceptable if no other defects are noted, with the requirement that adjustments shall be made during production to achieve the optimum asphalt content. b. If the asphalt content falls outside these parameters immediate action is required. c. If at any time the asphalt content varies to plus or minus 0.5 percent of optimum, production shall immediately cease and all affected material shall be removed. d. Production shall not be resumed until the contractor has provided sufficient evidence of the problem being corrected. e. A maximum of 20% RAP will be allowed within the surface course, as included in the submitted design. 8.9.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for the mix design proposed to be run on that project. The JMF will be held to tolerances as outlined. B. Prime and Tack Coats Section 8 107 Design Standards and Specifications Streets and Drainage Check List i. Prior to placing HMAC on flexible base, the surface shall be primed and cured 48 hours or until determined by the Engineer to be adequately cured, using an application of 0.20 gallons of asphalt per square yard of surface. a. The contractor shall strap the asphalt distributor in the presence of the inspector to verify the application rate. ii. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned, primed, and tacked to the satisfaction of the Engineer. a. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. (1) Prime coat will not be used as a tack coat. b. The tack coat shall be evenly and thoroughly applied with an approved sprayer as directed by the Engineer. (1) Mopping or brooming of tack coat is not allowed, unless prior approval by City Inspection Staff. (2) Minimum thickness shall be no less than 2 mil. thickness. c. All contact surfaces of curb and gutter, structures, and joints shall be sprayed with a thin uniform tack coat. iii. The prime coat shall be MC 30, and shall be applied in accordance with TxDOT Item 310 Prime Coat. iv. The tack coat shall be an asphalt material such as PG, AC-10. a. Asphalt materials cut with kerosene, diesel, or other petroleum solvent may not be used. C. HMAC Installation Requirements i. Pavement shall only be constructed on previously approved base. ii. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. iii. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all equipment off the right of way 30 minutes prior to sunset. iv. Air temperature requirements for placing HMAC shall be as follows: a. November 1 to April 1 (1) HMAC shall not be placed when the air temperature is below 55 degrees F and falling. (2) HMAC may be placed when the air temperature is above 50 degrees F and rising. b. April 1 to November 1 (1) HMAC shall not be placed when the air temperature is below 50 degrees F and failing. (2) HMAC may be placed when the air temperature is above 45 degrees and rising. v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as determined in the field. vi. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock. vii. HMAC shall be placed at a temperature between 265 and 325 degrees F. a. Any HMAC material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. viii. When high winds occur, contractor must provide a water truck in order to minimize blowing dust. 108 Section 8 F Design Standards and Specifications Streets and Drainage Check List a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease production immediately. ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. a. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross - sections and grades shown on the associated plans. b. Wings of the laydown machine may not be dumped unless they are dumped after everyload. x. A level up course 1/2 inch to 1 inch in thickness shall require the use of Type D HMAC. A. A level up course greater than 1 inch shall require the use of ASK xii. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. xiii. Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1/4 inch above the curb or other concrete surface. xiv. All joints shall present the same texture, density, and smoothness as other sections of the course. a. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. xv. The transverse edges of old pavement and, if required by the Engineer, the successive day's pavement shall be cut with an approved- concrete saw to expose an even vertical surface for the full thickness of the course. xvi. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of approved tack coat before the fresh mixture is placed. xvii.Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted asphalt thickness is not less than 2 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. D. HMAC Compaction i. HMAC surfaces shall be constructed to the following compacted thickness: ii. Using appropriate rollers approved by the Engineer, the HMAC surface shall be compacted thoroughly and uniformly to a density between 93% and 98% of the theoretical maximum gravity, with a lab molded target of 96.5% using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. iii. Compaction less than 93 percent or greater than 98 percent will be considered deficient. iv. All deficient HMAC shall be removed and replaced as determined by the Engineer at the contractor's expense. Section 8 109 Design Standards and Specifications Streets and Drainage Check List v. HMAC shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. vi. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure correct compaction. vii. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. viii. Places inaccessible to the rollers may be compacted using lightly oiled tamps. ix. Trenches and other limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. x. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. A. Finished surfaces, including asphalt and concrete, shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge. xii. Prior to acceptance, the contractor shall apply sufficient water to all paving surfaces, asphalt and concrete, to determine location of ponding. a. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. xiii. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven the City may require measurement of the ride quality using the TxDOT Surface Test Type B. a. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods approved by the Engineer. b. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. E. Emulsified Asphalt Sealer i. All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-1H, or 20/80 SS-1, liquid anionic asphalt and distilled water. ii. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. F. Release Agents i. Diesel shall not be used as a release agent. ii. Only approved agents (such as Black Magic or equivalent) will be used. iii. Diesel will not be permitted to be used on any tools or machinery that comes into contact with the HMAC. 8.9.08 Sampling of HMAC A. When sampling HMAC for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the contractor (at the contractor's request). B. A "referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. C. If the contractor's results differ from the City's results the referee will be utilized and it will be run at an independent laboratory at the expense of the contractor, at which time all tests are final. D. If the contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. 110 Section 8 4 t Design Standards and Specifications Streets and Drainage Check List 8.9.09 Rejected HMAC Material A. Rejected HMAC material, either from the construction area or delivered to the job site shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. B. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. C. No payment will be made for rejected material or construction. 8.9.10 Islands In Streets A. Islands in streets require City Council approval. i. As a condition of approval, persons requesting approval of islands within a street shall be required to submit to the City Engineer a street pavement structural design that exceeds the minimum standard specifications for street paving. ii. In general that shall mean an approved reinforced concrete pavement design. iii. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any proposed island. B. The submitted request shall include the proposed pavement design, surface treatment of the island, types of plant materials, and methods and details of irrigation systems. 8.10 Micro-Surfaci 8.10.01 Micro -surfacing materials and construction shall conform to TOOT Specification Item # 350. There shall be no deviation from these specifications unless so directed by the Street Superintendent. 8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro - surfacing pavement and to ensure that the finished surface has a uniform texture and the micro -surfacing mat is fully adhered to the existing roadway surface. 8.10.03 Materials of Construction A. All materials that are to be stockpiled shall be protected from dust and other contamination. B. Mineral filler shall be stored in a manner that will keep it dry and free from contamination. C. All asphalt materials shall be kept free from contamination. D. Cationic Polymer -Modified Asphalt Emulsion i. Provide CSS-1P in accordance with TOOT Item # 300.2.1) "Emulsified Asphalt". E. Aggregate i. Aggregate shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality and from a single source. ii. Aggregate shall meet TOOT Class "A" surfacing classification. iii. Contractor shall include the amount of mineral filler added to the mix determining the total minus No. 200 sieve aggregate fraction. Section 8 111 Design Standards and Specifications Streets and Drainage Check List iv. Aggregate shall meet the following gradation requirements: Retained on 1 2" Sieve 0 Retained on 3/8" Sieve 0-1 Retained on No. 4 Sieve 6-14 Retained on No. 8 Sieve 35-55 Retained on No. 16 Sieve 54-75 Retained on No. 30 Sieve 65-85 Retained on No. 50 Sieve 75-90 Retained on No. 100 Sieve 82-93 Retained on No. 200 Sieve 85-95 v. Maximum Magnesium Sulfate Soundness shall be 30% (5 cycles) based upon TOOT Test Method Tex-411-A vi. Minimum Sand Equivalent shall be 70% based upon TOOT Test Method Tex-203-F. F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. G. Contractor shall adjust the mix design to attenuate the usage of Lime. H. Water shall be potable and free of harmful soluble salts. I. Use only approved additives as recommended by the emulsion manufacturer in the emulsion mix or in any of the component materials when necessary to adjust mix time in field. 8.10.04 Methods of Construction A. Equipment i. Equipment shall be kept in good working conditions with no leaks. ii. Any equipment that shows signs of leaks shall be fixed immediately and shall not be used until such leaks are fixed. iii. The mixing machine shall be a self-propelled micro -surfacing mixing machine with self - loading devices to promote continuous laying operations. iv. Mixing machine shall have sufficient storage capacity for mixture materials with individual volume or weight controls that will proportion each material to be added to the mixture. v. Mixing machine shall have a water pressure system and nozzle -type spray bar immediately ahead of spreader box capable of spraying the roadway for the width of the spreader box. vi. Scales used for weighing materials and emulsion must be calibrated and meet the requirements of TOOT Item # 520. vii. Electronic Monitoring System a. The micro -surfacing machine shall be equipped with an electronic monitoring system that consists of pulse sensors measuring material delivery rates, a radar gun to monitor distance traveled, and programmable micro -controller, and operators display/input board and an on -board printer. b. System shall be capable of monitoring and displaying application rates and use of aggregate, emulsion, fines, water and additives. c. System shall be capable of calculating and displaying ratios of emulsion to aggregate, fines to aggregate, additive to aggregate, water to aggregate, and application rate in pounds per square yard. 112 Section 8 17Design Standards and Specifications Streets and Drainage Check List d. System shall be capable of printing a hard copy report on demand which displays the date, weight of aggregate, emulsion, fines, number of gallons of additive and gallons of water, and all of the above mentioned ratios since last reset. e. A computer -generated report providing statistics for the full work day shall be provided with each hand calculated daily run sheet. f. This system shall be accurate to within 1/2 of a percent of actual weights and measures for all parameters noted above. The system is not expected to calculate quantities and ratios for materials used in handwork and cul-de-sac areas. B. Air temperature requirements for placing micro -surfacing pavement shall be as follows: i. November 1 to April 1 a. Micro -surfacing shall not be placed when the air temperature is below 60 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees F and rising. ii. April 1 to November 1 a. Micro -surfacing shall not be placed when the air temperature is below 50 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees and rising. iii. Surface of roadway must be 60 degrees or higher prior to placing micro -surfacing pavement, as determined in the field. iv. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock, Texas. C. Placement of Micro -Surfacing i. The existing roadway surface shall be thoroughly clean and free of all vegetation, loose aggregate, and soil. ii. Existing raised pavement markers and thermoplastic markings shall be thoroughly removed. iii. When existing roadway surface conditions require, provide a water spray immediately ahead of the spreader box. a. Apply water at a rate that dampens the entire surface without any free -flowing water ahead of the spreader box. iv. Micro -surfacing shall be spread uniformly at a rate of not less than 25 pounds per square yard and no more than 30 pounds per square yard, or as directed. v. The spreader box shall be kept clean to minimize lumps. vi. Set and maintain the skis on the spreader box as to prevent chatter in the finished mat. vii. Adjust the rear seal to provide the desired spread viii. Adjust the secondary strike -off to provide the desired surface texture. ix. The finished mat shall be protected from traffic until it has cured and traffic will not harm it. x. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in one hour. xi. Locations with turning or stop -and -go traffic shall be protected for longer periods of time. xii. Special care shall be taken by the Contractor to ensure that all manholes, water valves, and other surface structures are sufficiently protected from the micro -surfacing process by the use of a plastic membrane covering or other approved method. t- Section 8 113 Design Standards and Specifications Streets and Drainage Check List xiii. The Contractor shall be responsible for uncovering each manhole, water valve, and other structure after the micro -surfacing pavement has been applied to the roadway surface. D. Rutting on Major Thoroughfares and Collector Streets i. Shallow ruts that are less than 1/2 inch in depth may be covered by a full width scratch box utilizing a steel primary strike -off plate. ii. Ruts that are between 1/2 inch and 1 inch in depth shall be filled independently with a fixed width spreader box no more than 6 feet wide. The rut filling box shall have a steel primary strike -off plate that is the same width as the spreader box. iii. Ruts that are in excess of 1 inch in depth shall be filled with a 5-foot wide rut filling spreader box specifically designed to fill wheel path ruts. This operation will require multiple placement passes to restore the pavement to its original cross section. Special care shall be used by the Contractor to ensure that the material has proper time to dry between applications to promote bonding between the original pavement and the micro -surfacing pavement. iv. Maximum micro -surfacing thickness applied as rut filling shall not exceed 1 inch for each pass required to restore pavement to the original profile. E. Asphalt Milling at Concrete Intersections i. All thoroughfares and collector streets which have concrete intersections or where concrete valley gutters intersect the street shall have the asphalt surface milled to such a depth as to allow a smooth transition between concrete and the completed micro - surfacing pavement. F. Scratch Course i. All "Scratch Course" applications shall be performed utilizing a steel primary strike -off plate. ii. This will allow the bottom, or "scratch course", to mitigate any irregularities and have a more uniform profile for the micro -surfacing pavement to be applied to. G. Finished Surface i. Micro -surfacing pavement finished grade shall be uniform in texture and free from excessive scratch marks, tears, and other surface irregularities. a. All such irregularities shall be repaired by the Contractor at their own expense. ii. Longitudinal joints shall be place on lane lines unless otherwise directed by the Engineer. iii. Joints shall be uniform in appearance when placed adjacent to existing joints. iv. Joints and edges shall be uniform and neat in appearance. v. All ruts, utility cuts, and depressions in the surface shall be filled in a separate pass from the final pass. 8.10.05 Hours of Operation A. Operating hours will be Monday through Saturday as outlined in Section 8.16 of these Specifications, unless otherwise directed by the Engineer. B. Hours of operation shall be: i. Major Thoroughfare: 7:00pm to 7:00am (Night) ii. Residential Areas: 7:00am to 7:00pm (Day) C. On major thoroughfares the micro -surfacing pavement shall be traffic ready by 7:00am, including all traffic control devices and barricades being removed from the roadway. 114 Section 8 i i t- Design Standards and Specifications Streets and Drainage Check List 8.11 Storm Sewer 8.11.01 Storm sewer shall include installation of pipe, manholes, inlet structures, outlet structures, and all appurtenances associated with these items. 8.11.02 Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the Engineer. 8.11.03 Grade and horizontal alignment shall be maintained using a laser or batter boards. 8.11.04 Materials of Construction A. Storm Sewer Pipe �l i. As a standard, storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. ii. Pipe shall conform to the requirements of AASHTO M170 or ASTM C76. Pipe shall be Class III unless otherwise noted on plan sheets. iii. Other pipe materials may be considered for approval by the Engineer based on engineering and design criteria. B. Mortar L Mortar shall be used for grouting and filling between pipe and drainage structures. ii. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. a. Portland cement shall conform to the requirements of ASTM C150, Type I. b. Sand shall conform to the requirements of ASTM C144. iii. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. a. Hydrated lime shall meet the requirements of ASTM C6. iv. Mortar which has not been used after 45 minutes of having water added shall be discarded. a. Mortar may not be retempered by having water added. C. Preformed Bituminous Gasket Joints i. Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements ASTM D994, and shall be Ram-Nek or approved equal. ii. Gaskets shall be installed in accordance with manufacturer's recommendations and shall form a water -tight joint. D. Manholes, Frames, and Covers i. Manhole barrel, cone and extension sections shall be constructed of precast concrete. ii. A plant inspection may be required for production facility inspection and to review - record -keeping for material certification. iii. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: ASTM C33 MISERNEREM Aggregates ASTM C150 Cement ASTM C39 Sampling Specimens ASTM C185 Reinforcing ASTM C144 Sand and Mortar Section 8 11S Design Standards and Specifications Streets and Drainage Check List iv. Precast concrete sections for manholes shall conform to ASTM C478 specifications. a. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. v. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. a. Joints shall be effectively jointed to prevent leakage and infiltration. b. Connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. (1) Sealant will be provided by supplier and will be considered an essential part of each shipment. vi. Cones and adjusting rings shall maintain a clear 30-inch opening. a. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C478 specifications. b. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. vii. Manholes shall be designed to withstand H-20 AASHTO loading. viii. Manholes shall also have lifting holes that do not protrude through manhole wall. a. One full inch of concrete thickness must remain between lift hole and outside wall of manhole. ix. Manhole barrels shall be assembled of precast riser section. a. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. x. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent pipe section. a. Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole will permit. b. Changes in size and grade of the channels shall be made gradually and evenly. c. Invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. d. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. A. Connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. b. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight seal is achieved. xii. Adjusting rings may be used for adjusting the top elevation of manholes. a. Each manhole shall have a minimum of 6 inches of grade adjustment. b. Total height of the adjusting rings shall not exceed 12 inches at any manhole. c. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. xiii. Frames and Covers a. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A48, having a clear opening of not less than 22 inches. b. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. 116 Section 8 'I k i Design Standards and Specifications Streets and Drainage Check List c. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. d. Frame and cover shall have a weight of not less than 275 pounds. e. The manhole ring and cover shall conform with Plate SS-2. 8.11.05 Methods of Construction A. All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. B. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. C. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backfill, as specified. D. Excavation and Trenching i. The Contractor shall do all excavation to the depth shown on the plans. ii. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance with the requirements of one of the classes of bedding, and the hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nominal diameter of the pipe. a. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. b. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in place. c. The bottom of the trench shall be excavated to a horizontal section as far as practicable. iii. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. iv. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by AASHTO T180. v. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. a. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. vi. Backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. vii. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. viii. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. ix. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. Section 8 117 I Design Standards and Specifications Streets and Drainage Check List x. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: Less than 18" Pipe O.D. +12" Pipe O.D. +18" 18" thru 36" Pipe O.D. +18" Pipe O.D. +24" 37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30" b. The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation of the pipe. c. Excavation in paved areas shall be confined to a minimum practical width. A. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. xii. Manholes a. The excavation for manholes shall be essentially the same as that for the piping. b. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. c. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to applicable laws and regulations. d. Bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfilling operations. e. The cost of the bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe. xiii. Surface water shall be prevented from entering the excavation. xiv. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. xv. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. E. Pipe Installation L Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. ii. Contractor's method for lowering pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. iii. The Engineer shall inspect all pipe before it is placed in the trench. iv. Any section that is damaged by handling or is defective to a degree which, in the opinion of the Engineer, will materially affect the function and service of the pipe shall be rejected and removed from the job site. v. Installing pipe in the finished trench shall be started at the lowest point and laid upgrade. a. For tongue and groove pipe, the grooved end shall be laid upgrade. vi. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. vii. The pipe shall be protected from water during placing and until the concrete, for cast - in -place pipe, or the mortar, for joints of precast or cast in place pipe, has thoroughly set. 118 Section 8 �I Design Standards and Specifications Streets and Drainage Check List a. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. viii. Pipe shall not be laid or installed on frozen ground. ix. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re -installed without additional compensation. ' x. Mortar shall be used for caulking and filling between the pipe and the drainage structures. A. Mortar that is not used within 45 minutes after water has been added shall be discarded. a. Retempering of mortar shall not be permitted. xii. Pipe joints for precast concrete pipe shall be of the tongue and groove type. xiii. Joints shall be made water tight by means of a preformed bituminous gasket. a. Gaskets shall be installed as recommended by the pipe manufacturer. xiv. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. xv. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. xvi. Concrete placement shall conform to ACI and good construction practices. xvii.Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. xviii. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. xix. Manholes shall be constructed to ASTM C-891 standards. xx. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. F. Back -filling i. All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the Engineer. ii. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be material which can be readily compacted. a. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. b. The material shall be moistened or dried, if necessary, to be compacted by the method in use. c. Backfill material shall be approved by the Engineer. iii. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole. a. Special care shall be taken to secure thorough compaction under the haunches and -- at the sides of the pipe and manhole. b. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. c. Backfilling shall be done in a manner as to avoid injurious top or side pressures on the pipe and manhole. d. Backfill shall be compacted to minimum 95% Modified Proctor Density. Section 8 119 i Design Standards and Specifications Streets and Drainage Check List iv. Unless otherwise directed by the Engineer or plans, excavation within street right of way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 2 inches below the asphalt surface. a. The pipe shall be restrained so that during the pour the pipe shall not be displaced. v. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. a. Any damaged construction shall be removed and replaced at the Contractor's own expense. 8.11.06 Trench Protection A. Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and local requirements. B. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. i. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. ii. The Contractor shall be responsible for complying with all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. iii. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. iv. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items. v. The contractor shall provide detailed drawings for proposed trench safety systems. a. The drawings shall identify where each system is proposed for use and type of system to be used. vi. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. vii. If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. viii. If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. ix. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: a. Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. b. Aluminum — Type 6061-T6, thickness as required. c. Wood in Contact with Earth — Pressure treated woods. d. Wood not in Contact with Earth — Soft or hardwood as required. 8.12 Fences 8.12.01 Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials, height, and construction in the proper location. 120 Section 8 �'I Design Standards and Specifications Streets and Drainage Check List 8.12.02 The contractor shall remove existing fences and either store for reuse or legally dispose of the fence materials, as directed by the Engineer. 8.12.03 New fence construction shall be in accordance with specifications and details included on plan sheets. 8.13 Salvacie of Asuhalt Pav 8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. 8.13.02 Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 8.14 Traffic Control 8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. A. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD). 8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. A. The contractor shall provide additional devices as determined to be necessary during the project. B. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the contractor shall immediately make necessary changes to correct the unsatisfactory conditions. 8.14.03 The contractor shall provide and maintain at least one driveway to each property open directly to the project corridor, at all times during construction. A. Driveway width to remain open shall be appropriate for the character and volume of traffic accessing the property, and shall require approval by the Engineer. B. No driveways shall be closed along the project corridor without either a comprehensive access management plan approved by the Engineer, or approval for individual closures from the Engineer. C. The contractor shall notify affected property owners a minimum of two (2) days in advance of any driveway restriction or closure. 8.14.04 All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. A. All hazards shall be clearly marked and adequately protected. 8.14.05 If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as indicated in Texas MUTCD. 8.14.06 If traffic control is not specifically stated in the bid proposal, no separate payment will be made for traffic control. Section 8 121 Design Standards and Specifications Streets and Drainage Check List A. The required plan and devices shall be considered to be subsidiary to pay items. 8.14.07 During the period the Contractor is directing traffic over the base, the surface shall be satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard will result. A. The base course shall be maintained until the wearing surface is placed thereon. B. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley's shall remain closed not more than 4 days. C. Contractor shall give a minimum of one (1) day advance notice of the work schedule to affected property owners, and shall conduct construction efforts so. as not to create a disturbance or nuisance. 8.15 Prosecution of the Work and Working Days 8.15.01 As a standard, no work will be performed on weekends, nights, or holidays. A. Requests by the contractor to work evenings, weekends, or holidays must be made and processed in accordance with current City of Lubbock Administrative Policies and Procedures "Construction on Weekends, Nights, or Holidays". B. If the request is approved, the contractor shall be responsible for all City personnel costs associated with the work. C. If the Engineer determines that it is necessary and appropriate to work after dark or before daylight, the contractor shall provide adequate lighting as required to allow prosecution of the work equivalent to that in daylight hours. 8.15.02 Working Days Definition A. City contracted paving projects will be based on working days allowed. i. No requests for extensions of time will be considered. B. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. i. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer. ii. For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the contract working time. iii. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. C. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is unable to begin work on that date due to factors beyond their control as determined by the Engineer. i. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. D. The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. i. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. 122 Section 8 t Design Standards and Specifications Streets and Drainage Check List ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of the protest. iii. The Engineer shall respond to the protest within 10 calendar days of receiving the protest. iv. Failure to file a protest within the allotted 10 days for any statement shall indicate the contractor's approval of the time charges as shown on that period's time statement, and future consideration of that time statement will not be permitted. 8.15.03 Work Between November 1 and January 2, and on Other City Holidays A. If conditions are such that, in the opinion of the Engineer, construction will negatively affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. B. The City of Lubbock observes specific holidays, and City staff is not required to work those days. i. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. ii. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. iii. The request shall state the reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. iv. If City personnel are available, the Engineer may approve the request. 8.16 Measurement and 8.16.01 The unit price bid for all bid items shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. A. Cost of work or materials shown on the plans or called for in the specifications and for which no bid item is indicated shall be considered subsidiary to the various bid items. i. No separate payment shall be made for such subsidiary work or materials. B. Payment will not be made for any item that is not complete, including all associated incidental work. C. All of the items covered by these standard specifications may not be included in a particular project. D. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 8.16.02 Separate Curb and Gutter A. Measurement will be made of the linear feet of separate curb and gutter actually constructed. B. Separate curb and gutter will be paid for at the unit price bid per linear foot. C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall be used only if specifically indicated on plans or bid documents. Section 8 123 Design Standards and Specifications Streets and Drainage Check List D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and fillets, drainage channel, or wheelchair ramp will be considered to be subsidiary to those items, and no separate payment will be made for such curb. 8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Alley Paving, and Valley Gutters and Fillets A. Measurement will be made of the area, in square feet, of flat slab actually constructed. B. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. C. Curb on sidewalks, driveways, alley returns, alley paving and valley gutters and fillets shall be included in the area measured for the slab and will not be paid for as a separate item as curb and gutter. 8.16.04 Curb Ramps (Handicap Ramps) A. Measurement will be made of the area, in square feet, of curb ramp actually constructed, including surface treatments and top surface area of any curb above the slab. B. Landings, wings, and ramps will be paid for per square foot as 4 inch thick sidewalk. C. Curb ramps will be paid for at the unit price bid per square foot. No separate payment will be made for curb as part of a ramp. 8.16.05 Concrete Drainage Channel A. Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any curb above the slab. B. Drainage channel will be paid for at the unit price bid per square foot. 8.16.06 Retaining Walls A. Retaining wall will be considered as that portion of concrete construction which constitutes a separate reinforced structural member for soil retention, extending above and below a surface slab. B. Measurement will be made of the linear feet of retaining wall actually constructed. C. Retaining wall will be paid for at the unit price bid per linear foot. 8.16.07 Concrete Median A. Measurement will be made of the area, in square feet, of median actually constructed. B. Median will be paid for at the unit price bid per square foot. 8.16.08 Concrete Street Paving A. Measurement will be made of the area, in square yards, of concrete street paving actually constructed. B. Concrete street paving will be paid for at the unit price bid per square yard. 8.16.09 Sawing and Sealing of Joints in Concrete Street Paving A. Measurement will be made of the linear feet of sawed and sealed joints actually constructed. B. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. 8.16.10 Curb and Gutter Removal A. Measurement will be made of the linear feet of curb and gutter actually removed. 124 Section 8 i Design Standards and Specifications Streets and Drainage Check List B. Payment will be made at the unit price bid per linear foot of curb and gutter removed. C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. D. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. 8.16.11 Concrete Slab Removal and Disposal A. Measurement will be made of the area in square feet of concrete slab actually removed and legally disposed of. B. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. C. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal and disposal. D. Payment will be made at the unit price bid per square foot of concrete slab removed and disposed of. 8.16.12 1-1/2 Sack Flowable Fill A. Quantities of 1-1/2 sack flowable fill will be determined from tickets provided by the drivers of the delivery trucks. B. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack flowable fill. 8.16.13 Asphalt Paving A. Measurement will be made of the area, in square yards, of asphalt paving actually constructed. B. The unit price bid shall include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work C. Payment will be made at the unit price bid per square yard of asphalt paving. 8.16.14 Asphalt Paving Repair A. Measurement will be made of the area, in square yards, of in place asphalt paving repair. B. The unit price bid shall include removal of existing surface materials, furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, tack and prime coats, compaction, and all incidentals necessary to complete the work. C. Payment will be made at the unit price bid per square yard of paving repair. 8.16.15 Micro -Surfacing A. Micro -surfacing will be measured by the ton of composite micro -surfacing mixture used, defined as the asphalt emulsion, aggregate, and mineral filler. B. The unit price bid shall include surface preparation, furnishing, hauling, preparing, and placing materials, and all required equipment, labor, tools and incidentals necessary to complete the work. C. Payment will be made at the unit price per ton of composite micro -surfacing mixture used. Section 8 125 Design Standards and Specifications Streets and Drainage Check List 8.16.16 Excavation and Grading Outside Limits of Construction A. Volume of excavation or fill, in cubic yards, will be determined by average end area method. B. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades established by the Engineer. C. No separate payment will be made for disposing of excess material. D. Payment will be made at the unit price bid per cubic yard of completed excavation or fill. 8.16.17 Ditch Grading and Unpaved Street Surface Grading A. Measurement will be made of the linear feet of ditch or street grading. B. No separate payment will be made for disposing of excess material. C. Payment will be made at the unit price bid per linear foot of completed ditch or street grading 8.16.18 Traffic Control A. Set up and maintenance of traffic control plans indicated as a bid item in the contract will be paid for on a per day basis for each day the control plan devices are required to be in place. B. If no bid item for traffic control is included in the contract it shall be considered to be subsidiary to bid items, and no separate payment shall be made for traffic control. 8.16.19 Mobilization A. Contractor mobilization indicated as a bid item in the contract shall be paid for as a lump sum. B. If no separate bid item for mobilization is included in the contract it shall be considered subsidiary to contract bid items, and no separate payment shall be made for mobilization. 8.17 Restoration and Clean Up 8.17.01 After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. 8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and turf or landscaping disturbed outside the defined construction area. 8.18 Certificate of Completion and Warranty 8.18.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. 126 Section 8 Design Standards and Specifications Streets and Drainage Check List C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the written Certificate of Completion. Section 8 127 Design Standards and Specifications Streets and Drainage Check List 128 Section 8 Design Standards and Specifications Streets and Drainage Check List SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.1 Plan Submittal Requirements 9.1.01 All street and drainage improvements construction plans shall be checked for conformance with City of Lubbock Standard Specifications for Street and Drainage Construction prior to submittal to the Public Works Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in the plans and specifications. 9.1.02 Plan Review A. The Design Engineer shall submit two sets of construction plans to the City Engineer for review and comment. B. Upon completion of review, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 2 full size and 6 half size sets of plans shall be provided for final approval for construction. i. If additional approved plan sets are required by the Design Engineer, the appropriate amount shall be provided at this time. ii. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be distributed as follows: i. One (1) full size set will be secured in the City's records. ii. One (1) full size and 6 half size sets will be distributed to the City's inspectors and support staff. iii. Where applicable, additional sets will be provided to the Design Engineer. E. Final construction plans should not be submitted for Public Works Engineering Department approval for work that will not be installed within 1 year of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 9.1.03 Construction Cost Estimate and Fees A. Two (2) sets of preliminary Cost Estimates shall be submitted for review at the time of plan review submittal. i. The preliminary Estimate shall be based upon reasonable estimates for the work as established by the Design Engineer. B. Two (2) sets of final Cost Estimates shall be submitted for review and reference at the time that a contract is awarded for the work. i. The final Cost Estimate shall be based upon actual contract values. C. Plan Review Fees in the amount of 0.5% of the final Estimate amount (minimum $50) shall be submitted prior to construction. D. Inspection and Testing Fees in the appropriate amount of the final Cost Estimate amount (minimum $125) shall be submitted prior to construction. sSection 9 129 Design Standards and Specifications !I Streets and Drainage Check List E. Inspection and Testing Fees shall be based on the following requirements: Up to $20,000 4.0 0.04 20 001 - $25,000 3.75 0.0375 25 001 - $30,000 3.5 0.035 30 001 - $40,000 3.25 0.0325 40 001 - $50,000 3.0 0.03 50 001 - $75,000 2.5 0.025 75 001 - $150,000 2.0 0.02 Greater than $150,000 1.5 0.015 9.1.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Public Works Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specification, as determined by the City Inspector, a written approval must be obtained from the City Engineer. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 9.1.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions, grades, elevations and additional information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Public Works Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings", certified by the Design Engineer and the City of Lubbock Public Works Engineering Department, shall be presented to the City within 30 days of completion of the construction. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the City of Lubbock Public Works Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Streets and Drainage Improvements. 9.1.06 Acceptance A. Upon completion of construction, satisfactory tests, completion of punch list items, and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer for a Certificate of Acceptance of Streets and Drainage Improvements. 130 Section 9 �_i . , Design Standards and Specifications Streets and Drainage Check List 9.2 Plan Details 9.2.01 Plan Format A. All drawings shall be no larger than 24-inch by 36-inch in size. 9.2.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale a. Horizontal 1"=20' or 1"=50' b. Vertical 1"=1' (preferred) or 1"=2' (maximum) iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. Legal Description of Property Being Improved viii. Drawings Number (s) ix. Statement: "All work shall be performed in accordance with the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks and USGS Datum ii. North Arrow iii. ROW Lines, Property Lines and Lot Numbers iv. Street Names and Easements with Width Dimensions v. Existing Curbs and Paving (Gray) vi. Proposed Curbs and Paving (Bold) vii. Spot Elevations on Radii, Dips, Grade Breaks, and Ditches viii. Location and Direction of Dips ix. Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.) C. Profile i. Existing Ground Surface at Curb Lines (Gray) ii. Existing Gutters or Flow Lines (Gray) iii. Proposed Gutters or Flow Lines (Bold) iv. Stationing with Profiles Indexed to Plan View v. Intermediate Station Numbers and Elevations at Points of Grade Change and Radii vi. Ditch Grades vii. Existing and Proposed Utilities Where Crossed D. Detail Sheet - As Required E. Overall Layout Sheet — As Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names Section 9 131 r..., Design Standards and Specifications Construction Details SECTION 10 TYPICAL DETAILS OF CONSTRUCTION 10.1 General Details 10.1.01 Construction shall be in accordance with the following standard details unless otherwise indicated on plans or directed by the Engineer. 1132 Section 10 N JI TYPICAL LOT S' 5 Em 1 WATER LINE WATER SERVICE GAS LINE SEWER LINE S R CE LINE 5 � Imo- o TYPICAL LOT z z z 20' 10, 10, 7 6" 7' S" 5' S' 3' 9" 2' 2' p UTILITY + POLE UTIlG POL1lY E rn I ' a FINISHED GRADE � ' ?� i. z� iv z iv ` I HOUSE f SERVICE BURIED BURIED HOUSE T.V. CABLE��ED ( I AT&T CABLE SERVICE F v o GAS MAIN • ABL �* Z CONCRETE PAD v f OVER BURIED ELECTRIC CONDUIT WATER MAIN BURIED 2,T ELECTRICAL CABLE BURIED SEWER 2. ELECTRICAL 9' MINIMUM CABLE MAIN REVISED TYPICAL LOCATIONS MAY 2014 ' City of FOR UTILITIES _ IN ALLEYS LUbb O Ck DRAWING NUMBER TIXAS G_1 EXCAVATED TRENCH WIDTH 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 3. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY OF LUBBOCK STREETS ORDINANCE. TRENCH CROSS-SECTION SHOWING TERMINOLOGY FINISHED GRADE SURFACE City of Lubbock TEXAS FINAL BACKFILL INITIAL r BACKFILL o w m f w w a a HAUNCHING BEDDING FOUNDATION (MAY NOT BE REQUIRED) REVISED DEC. 2012 DRAWING NUMBER G-2 Design Standards and Specifications Construction Details 10.2 Water Details Section 10 135 FINISHED GRADE SURFACE NOTES: 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 2. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY OF LUBBOCK STREETS ORDINANCE. WATER LINE TRENCH DETAIL City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-1 CONCRETE THRUST BLOCKig THRUST BLOCK SIZING CHART pip INCHE TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 CAP OR PLUG ON PRESSURE SIDE CONCRETE - THRUST- BLOCK ANCHORAGE FOR CROSS ANCHORAGE FOR PLUG N.T.S. N.T.S. REMOVE PIPE SECTION, r TRIM AND REPLACE FOLLOWING INSTALLATION METAL OF PLUGS PLATE - - -. ��.y;.. LINE TO BE -- --- LINE TO REMAIN ABANDONED - - IN SERVICE CONCRETE BLOCKING - PLUG W/ EARS TYPICAL 2,500 PSI CONCRETE CUT & PLUG N.T.S. THRUST BLOCK SIZING CHART pip, TEES CROSS & PLUGS INCHES CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 ANCHORAGE FOR TEE N.T.S. CONCRETE THRUST BLOCKING THRUST BLOCK SIZING CHART ANCHORAGE FOR TEE N.T.S. CONCRETE THRUST BLOCKING THRUST BLOCK SIZING CHART pip, INCHESCF TEES CROSS & PLUGS 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 NOTES: 30 149 1. FOR BLIND TEE INSTALL ONE JOINT OF PIPE WITH PLUG AND TREAT AS A DEAD END LINE. 2. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 3. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 4. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AWWA & PIPE MANUFACTURER SPECIFICATIONS REVISED City of DEC. 2012 Lubbock DRAWING NUMBER TFIAS W-2 THRUST BLOCK THRUST BLOCK SKIING CHART SIZING CHART DIA L1.25 DIA 22.50 INCHES CF INCHES CF 4 1 4 1 6 1 6 1 8 1 CONCRETE 8 2 CONCRETE 10 2 SO 3 . ': ... , THRUST 12 3 THRUST 12 8 BLOCK BLOCK 16 4 16 11 - - - - 18 4 18 13 20 5 20 16 11.25° BEND 24 7 22.5° BEND 24 21 30 10 30 30 ANCHORAGE FOR A 11.25° BEND ANCHORAGE FOR A 22.5° BEND N.T.S. N.T.S. THRUST BLOCK SKIING CHART DIA INCHES CF 4 1 6 2 " 8 4 CONCRETE 10 7 THRUST 12 15 - - - BLOCK 16 21 18 25 45° BEND 20 30 24 4p 30 58 ANCHORAGE FOR A 45° BEND N.T.S. CONCRETE THRUST BLOCK \. NO. 3 BARS EACH WAY VERTICAL BEND N.T.S. CONCRETE THRUST BLOCKING CONCRETE THRUST BLOCK 900 BEND ANCHORAGE FOR A 90° BEND THRUST SIZING BLOCK CHART DI& INCHES 900 CF 4 2 6 4 8 9 10 17 12 27 16 38 18 46 20 55 24 74 30 106 N.T.S. NOTES: 1. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 2. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 3. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AWWA & PIPE MANUFACTURER SPECIFICATIONS x REVISED City of DEC. 2012 Lubb 0 ck DRAWING NUMBER 4 TEXAS W_3 TOP OF METER BOX 0"-2" ABOVE GROUND LEVEL 1 14 9/16 "O.D. CARSON INDUSTRIES 12 1/2 "I.D, MODEL 2200 --j 12 3/16 "O.D. 22 1/2 "I.D. 24 3/8 "O.D. NOTES: 2" L PLASTIC KEY OPERATED 11 1/16 "DIA. DALLAS LOCK 1. THE METER & CUSTOMER SERVICE DEPARTMENT OF WATER UTILITIES IS RESPONSIBLE FOR ESTABLISHING THE STANDARD AS INDICATED ON THIS DRAWING. 2. ALL WATER METER BOXES ARE TO BE SET NO LOWER THAN THE SURROUNDING TERRAIN. THE RECOMMENDED GRADE IS TO SET THE TOP OF THE WATER METER BOX NO HIGHER THAN TWO INCHES ABOVE GROUND LEVEL. THIS PREVENTS THE METER BOX FROM BEING COVERED UP AND STOPS DIRT AND RAIN FROM ENTERING THE BOX, 3. THE METER IN THE BOX SHOULD BE NO LOWER THAN 16 INCHES FROM THE BOTTOM OF THE METER BOX LID TO THE TOP OF THE WATER METER LID. THIS ALLOWS PROPER READING OF THE METER AND PREVENTS THE METER AND CURB STOPS FROM FREEZING DURING COLD WEATHER. TYPICAL NON -TRAFFIC City of RATED METER BOX *Lubbock TEXAS REMM DEC. 2012 DRAWING NUMBER W-4 TYPICAL 2,500 PSI CONCRETE THRUST BLOCK L_- _ _ /--_-_-_ EXISTING MAIN RETAINER GLANDS TAPPING VALVE NOTES: 45° G y 450 TYPICAL TAPPING SLEEVE mn � C� 1. TAP SHALL BE HORIZONTAL TO MAIN. 2. TAPPING SLEEVE & VALVE SHALL BE AT LEAST ONE STANDARD SIZE SMALLER THAN MAIN TO BE TAPPED. 3. SERVICE TAPS ON EXISTING MAINS SHALL BE EXECUTED BY CITY FORCES. 4. MAIN LINE TAPS ON EXISTING MAINS SHALL BE EXECUTED IN ACCORDANCE WITH THE METHODS OF CONNECTIONS SECTION OF THESE SPECIFICATIONS. TYPICAL TAPPING SLEEVE AND VALVE LIMIT OF WORK FOR TAP —IN L City of k ubboc TEXAS REVISED DEC. 2012 DRAWING NUMBER W-5 900 BEND METER BYPASS SERVICE LINE GATE VALVE TYPICAL VALVE BOX & COVER 900 BEND NOTE: 1. ALTERNATIVELY, METER BYPASS SERVICE LINE AND GATE VALVE CAN BE LOCATED INSIDE METER VAULT. REVISED TYPICAL LARGE City of DEC. 2012 DOMESTIC METER TAP *Lbbo6k DRAWING NUMBER TEXAS W_6 TYPICAL FIRE HYDRANT VARIES BACK OF CURB OR (SEE NOTE #1) EDGE OF PAVEMENT TYPICAL VALVE BOXi AND COVER WITH CONCRETE COLLAR 18" rE 0.2'T00.4' PROPOSED FINISHED GRADE SURFACE CONC. CURB —���— DO NOT i 6" C-900 BLOCK DRAIN PVC RISER TYPICAL 2,500 PSI 4' MIN COVER CONCRETE THRUST i 6" GATE � BLOCK WATER VALVE MAIN o� I o v TYPICAL BLUE o - I RAISED PAVEMENT i MARKER PLACED AT CENTERLINE 3' MIN OF ROADWAY 0 TYPICAL 2,500 PSI c o� p 12" MIN VALVE BLOCKING �b 0 SOLE -PURPOSE FIRE HYDRANT LINE 2' X 2' SQ. --I 6" OUTLET M.J. X FLG. OR ANCHOR TEE (OPTIONAL) WITH M.J. X M.J. VALVE NOTES: 1. IN SPACE BETWEEN CURB AND SIDEWALK, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 6" MINIMUM AND 18" MAXIMUM. IN PUBLIC AREAS OR COMMERCIAL AREAS, OR WHERE SIDEWALK ABUTS CURB, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 3' MINIMUM AND 6' MAXIMUM. FIRE HYDRANTS SHALL NOT BE PLACED WITHIN SIDEWALK AREAS. MAINTAIN 3' MINIMUM CLEARANCE TO ANY OBSTRUCTION. 2. 4" STEAMER NOZZLE SHALL FACE FIRE LANE OR STREET ACCESS 3. FIRE LINE PIPING SHALL BE SAME MATERIAL AS MAIN OR MINIMUM C900 PVC DR18 CLASS PIPE AND HAVE RESTRAINED JOINT FITTINGS FROM WATER MAIN TO FIRE HYDRANT. LENGTH SHALL NOT EXCEED 150'. 4. FOR BURY DEPTHS GREATER THAN 5', ONE BARREL EXTENSION NOT EXCEEDING 2' IN LENGTH SHALL BE INSTALLED DIRECTLY BELOW THE FIRE HYDRANT. 5. TYPICAL 1/2" ROCK PIPE EMBEDMENT MATERIAL SHALL BE PLACED AROUND THE BOTTOM OF THE HYDRANT FOR A RADIUS OF AT LEAST V AND EXTEND AT LEAST V ABOVE THE OUTLET. DO NOT BLOCK DRAIN HOLES. TYPICAL FIRE HYDRANT City of Lubbock TEXAS REVISED MAY 2014 DRAWING NUMBER W-7 TYPICAL VALVE BOX H.M.A.C. PAVEMENT AND COVER GRADE SURFACE FINISHED — jTi j=f j CONCRETE COLLAR EACH WAYS i I € — !- i i (NOT REQUIRED IN �I io i—i- i i CONCRETE PAVEMENT) 3 ! i#Lj �-1 Lu 6" PVC C900 —1 j jai RISER PIPE I I��!� i-i S 112 If 3� TYPICAL i TYPICAL GATE VALVE TRACER WIRE ---- ----- - - - - -- - -I- - - -- _ _ _ _ WATER MAIN - -- a ( E TYPICAL PIPE I-i I !! i,! I l —, i !; -�— BEDDING & _ _ 8" X 8" X 6" MIN. 2,500 PSI CONCRETE EMBEDMENT '_=1 j E — 1 I BLOCK UNDER BODY OF BURIED i I = j VALVES I i i I -It p` _ --{ 2' SQUARE j-- VALVE COVER SHALL BE STAMPED "WATER VALVE" NOTES: 1. TREAT EACH SIDE OF VALVE AS A DEAD END OF EQUAL SIZE. INSTALL THE CORRESPONDING LENGTH (FOR A DEAD END) OF FULLY RESTRAINED PIPE THE FULL DISTANCE ON EACH SIDE OF VALVE 2. CONCRETE SUPPORT CRADLE AND SUPPORT PAD SHALL BE 2,500 P.S.I. CONCRETE. 3. POLYWRAP BURIED GATE VALVES AND FITTINGS 4. TORQUE BOLTS PRIOR TO BACKFILL PER MANUFACTURERS RECOMENDATIONS S. TOP OF VALVE NUT SHALL BE LESS THAN 6 FEET FROM FINISHED GRADE. IF MORE THAN 6 FEET, INSTALL EXTENSION SO THAT TOP OF NUT IS LESS THAN 6 FEET FROM FINISHED GRADE. 6. SET COVER OF VALVE BOX AND COLLAR 1/4" BELOW GRADE IN PAVEMENT OR SHOULDER, AND 2" ABOVE GRADE ELSEWHERE. BURIED VERTICAL GATE VALVE DETAIL City of Lubbock TEXAS VALVE BOX AND COVER CONCRETE COLLAR (NOT REQUIRED IN CONCRETE PAVEMENT) NO.4 BARS EACH WAY REVISED DEC. 2012 DRAWING NUMBER W-8 NO. 5 BARS 10" O.C. VERT. NO. 5 BARS 8" D.C. HORZ. TYPICAL MANHOLE FRAME AND COVER CENTERED OVER OPERATING NUT FINISHED GRADE I E I 1 1-11 1-111-11 1--1 I I --I I I -_I I I VMIN. fV E E 3/4" CRUSHED 3/ CRUSHED bp R(O�CK 'ri-V - :444 9" 111- 1 11 11-111-111- 111-1 1 1- 9' TYPICAL 12,55101101 PSI El I E I B I El I 1=1 I El I El I ED I I F, CONCRETE HORIZANTAL GATE City of REVISED DEC. 2012 VALVE IN VAULT Lubbock DRAWING NUMBER TEXAS W-9 4" D.I. PIPE "GOOSENECK" WITH WIRE BUG SCREEN LIP 3'-0" ABOVE GROUND 'I� IIII (IIII I VARIES. III _I 11 12" BLIND FLANGE FINISHED GRADE SURFACE S,AB_�11�=----- 1(: I I lI °• °• °• •°• UPe . II I-1 —III 1 HANDWHEEL b 1 b 3/4" CRUSHED • LE COVERTYPICAL FRAME & \\\\\\\\ \\\\\\\\ \\\\\\\\ \\\\\\\\ • I , ■`■ • • • �i I MEMO i■I 6' MIN. REVISED AIR & VACUUM City of DEC. 2012 RELIEF VALVES Lubbock DRAWING NUMBER 1 4 TEXAS W-10 CONCRETEl- , -, ROCK CONCRETE VALVE BOX City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-11 CONCRETE O.C.�EACH WAY REVISED BUTTERFLY VALVE City of DEC. 2012 IN VAULT 4 AWING NUMBER LubbockrEXAS W-12 148 TYPICAL SANITARY SEWER MARKER (2X4 PAINTED GREEN) =1 11=! I El 11=1 I E I I 1=='N =1=1 11=1 11=Tl-t I I 11=I-I I I I El11!1 i I I I :I � -` �'_� 4" PLUG qq �a C7 4" RISER 4" TEE SEWER MAIN FLOW TYPICAL SANITARY SEWER MARKER (2X4 PAINTED GREEN) III -I I -III -I I In 11-1 I in � 1-1 --1 11-1 � 1-111-! I I-1 11=1 11=1 I B I 1=1 I I-f 11 ' I 1=1 11=11I I-' I-111=1 I I f-I I I-f 11=1 11=1 I I -I -I I !-I 11=1 11' " -' 1 I-! I i i I 1-I I I -I I' 1_ 4" WYE & PLUG O SEWER 450 MAIN FLOW NOTES: 1. ALL TAPS MUST BE ABOVE SPRINGLINE OF SEWER MAIN. 2. NO SIZE -ON -SIZE TAPS. 3. SERVICE LATERALS SHALL BE BROUGHT TO THE PROPERTY AND PLUGED AT A DEPTH OF NO GREATER THAN 6' FROM FINISHED GRADE SURFACE, UNLESS REQUIRED TO BE DEEPER BASED ON DEVELOPMENT REQUIREMENTS. TYPICAL SEWER City Of DEC 2012 SERVICE TAP Lubbock 4 DRAWING NUMBER TEXAS ss-1 SUBSTITUTE "STORM" FOR STORM SEWER APPLICATION B A J � � S E W E (� MADE IN � A 32" DIA SECTION A -A V-1430 A PROD.NO. MO/DAY/YR ASTM A48 CL353 1 " RAISED LETTERING (RECESSED FLUSH) CUSTOM LOGO VEPIC 0 I KBARS SECTION B-B NOTES: 1. SANITARY SEWER MANHOLE FRAME AND COVER I.D.: 4143009OA01 BOTTOM VIEW 2. STORM SEWER MANHOLE FRAME AND COVER I.D.: 41430091AOI n REVISED TYPICAL h' MAY 2014 k City of MANHOLE COVER Lubbock DRAWING NUMBER TEXAS SS-2 t TYPICAL MANHOLE FRAME AA s ;J City of Lubbock TEXAS '2" REVISED DEC. 2012 DRAWING NUMBER SS-3 STANDARD DIAMETER CAST IRON RING & COVER PULLING IRONS CAST IN TRANSITION LID r- FOR LIFTING, TYP. OF 3 TYPICAL JOINT SEALANT EACH JOINT OF RISER & RING & COVER. MAXIMUM GRADE ADJUSTMENT 18" ELEVATION VIEW SECTIONAL VIEW NOTES: 1. CONCRETE SHALL BE MINIMUM 4000 P.S.I. 2. REINFORCING SHALL BE MINIMUM GRADE 60. PRECAST CONCRETE ECCENTRIC CONE REVISED DEC. 2012 DRAWING NUMBER SS-4 H ASTM 478 -- ------...{{{611 MIN a 6" MIN TYPICAL MANHOLE FRAME AND COVER NON -SHRINK{{{{ GROUT 30" C GRADE RINGS FOR GRADE ADJUSTMENT (MAX 18") ECCENTRIC CONE SECTION �- SEAL ALL JOINTS PER MANUFACTURER REQUIREMENTS RISER SECTION (TONGUE & GROOVE) BOTTOM RISER SECTION (BUTT & GROOVE) 1" TO 2" GROUT SPACE CONCRETE BASE FORMED SURFACES B 6" OR 1/4 PIPE DL4. (P) WHICHEVER IS LARGER #4 BARS-6" O.C. EA. WAY 2" BELOW BOTTOM OF PIPE --j 5' SQUARE H P D T 470 16' 6" TO 15" MIN. 48" MIN. 5" 18" & OVER MIN. 60" MIN. 6" 16'&DEEPER ALL SIZES MIN. 60" MIN. 6" PRECAST REINFORCED CONCRETE MANHOLE (a. PLAN VIEW I�LubbokCori of TE - STANDARD SANITARY SEWER MANHOLE FRAME & COVER CONCRETE COLLAR (NOT REQUIRED IN CONCRETE PAVEMENT) ` NO. 4 BARS EACH WAY REVISED DEC. 2012 DRAWING NUMBER SS-5 Li TYPICAL MANHOLE FRAME & COVER NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. OUTSIDE DROP MANHOLE (PVC) (NEW MANHOLE INSTALL) City of Lubbock TEXAS DMING SEWER 450 BEND )VC PIPE 900 BEND REVISED MAY 2014 DRAWING NUMBER SS-6 INSTALL TEE WITH STUB INTO MANHOLE CUT AT ANGLE AS SHOWN FTYPICAL MANHOLE FRAME & COVER TYPICAL EPDXY 3/8" DIA, SS STRAP MAX SPACING 24" DETAIL A INSTALL TEE WITH 12" EXTENSION PIECE CUT AT ANGLE TO FACILITATE CLEANING AND INSPECTION OF MAIN SEE DETAIL A D . D INCOMING SEWER D P r D e 3/8" DIA. SS STRAP MAX SPACING 24" D v D D PVC PIPE D D e D H1 D . 900 BEND L/A D . D .De D Ds D Dp sD a .' a NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. REVISED INSIDE DROP ON City of DEC. 2012 EXISTING MANHOLE Lubbot DRAWING NUMBER 4 rEXAS SS-7 STRAIGHT THROUGH MANHOLE SLOPE TYPICAL MANHOLE FLOORS -0--- FLOW�� \A< ]UNCTION AT MANHOLE \\\ CUT OUT TOP OF PIPE OR SHAPED CONCRETE INVERT SHAPED CONCRETE INVERT SHAPED CONCRETE INVERT City Of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER SS-8 PIPE JOINT CASING SPACERS SHALL BE SPACED A MAXIMUM OF ONE FOOT FROM EACH SIDE OF JOINT G� MAViMI IM CARRIER PIPE FOUR CASING SPACERS PER PIPE JOINT AS REQUIRED TO MEET MAXIMUM SPACING I'MAX ADDITIONAL SPACERS, TYPICAL EACH END OF CASING PIPE STEEL SPACER BODY - STEEL CASING PIPE 450 ' 4 CADMIUM PLATED 450 45 STUDS, NUTS, AND ` WASHERS, TYP. PIPELINE - -- - - - 300", " '': 3 - 45°' j 4 1� i ttl-!II ,tF®E 1 i I�W7 FILL SPACE BETWEEN EXCAVATED BORE AND CASING PIPE WITH CEMENT GROUT NOTES: 1. BEVEL END OF CASING PIPE TO REMOVE ALL SHARP EDGES TO PREVENT DAMAGE TO THE CARRIER PIPE. 2. THE END -SEAL SHALL BE ATTACHED TO THE PIPE AND CASING SO AS TO PROVIDE A WATER -TIGHT END SEAL. 3. FOR CASINGS OVER 12 INCHES IN DIAMETER, PROVIDE TWO CLAMPS OR BANDS ON EACH END OF EACH SEAL. 4. CASING PIPE SHALL HAVE END -SEALS INSTALLED ON BOTH ENDS PRIOR TO BACKFILLING ADJACENT PIPE TRENCHES. PIPELINE ENCASEMENT DETAIL L = D, WITH L MAX. = 16" Lubbock TEXAS )/2 L L REVISED DEC. 2012 DRAWING NUMBER SS-9 Design Standards and Specifications Construction Details 10.4 Street and Drainage Details Section 10 158 �X 0 m rn z z rn R ISLAND, 50 SQ.FT. MIN. AREA IF USED. R --�-S�- PROPERTY LINE R s LR Ln N F- A C DIMENSION REFERENCE RESIDENTIAL STREET THOROUGHFARE STREET COLLECTOR STREET INDUSTRIAL STREET (ROADWAY CLASSIFICATION, (R1A, 32') 1, 66 �T2, R2, 42' (1,42) ROADWAY WIDTH,- - - - - - - - - - - - -(Rl, 36') - 88L - - - - - 46-3 - - - WIDTH ONE-WAY 12' 15' 15' 20' ------------- TWO-WAY -MINIMUM ------ ---127- 12' -------- 30' -------- 30' -------- 40' ------------- TWO-WAY -MAXIMUM ------------- ------ ------ ------- 30' ------- -------- 40' -------- -------- 40' -------- -------- S0' -------- MINIMUM RADIUS R 5' 15' 15' 20' ------------- MINIMUM SPACING ------ ------- -------- -------- -------- FROM PROPERTY LINE R R R+5' R+5' ------------- FROM STREET CORNER ------------- ---`--- C ------ ------- 2+R ------- -------- A+R -------- -------- �,+R -------- -------- A+R -------- FROM THOROUGHFARE C 150'APPROACHING CORNER 100' EXITING BETWEEN DRIVEWAYS 5 3' 60' 60' 30' MINIMUM ANGLE D 45° 45° 30° -- 300 * MAY BE "0" FEET IF SHARED DRIVE IS PROPOSED. DRIVEWAY STANDARDS REVISED City of MAY 2014 Lubbock PLATE NO. TIXAS 36-1 J X a Q z� �a g ME nitn A A PROPERTY LINE eeo. v v ...> e . 4' SIDEWALK EXPANSI IV EXPANSION JOINTS SPACED JOINTS :�;; 36 MAX. ALONG SIDEWALK RUN. . vov. vaa v•v Ln EXPANSION w JOINT CONTRACTION MARKINGS � 1/2 WAY THROUGH p SLAB AT 4' INTERVALS. SECTION A -A :eoa (NO SCALE) FIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF HYDRANT/POLE VARIABLE 4' SIDEWALK CURB MIN. @ 2% MAX. SLOPE REMOVED. . eav L -a o f SECTIONS B-BLn NOTE: (RESIDENTIAL) zY �U SEE PLATE NO. 36-4 FOR S ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY. VARIABLE 4' SIDEWALK 3' MIN. @ 2% MAX. SLOPE INNER CURB 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH w AS REQUIRED. L6 Z WAYS, CENTERED IN SLAB.Ln z� w ZU %OH = SECTIONS B-B %DH (COMMERCIAL) FOR COMMERCIAL DRIVEWAY: NOTES: CURB AND GUTTER TO BE COMPLETELY REMOVED AND 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. RECONSTRUCTED WITH #3 2. ALL EXPANSION JOINTS TO BE V4" THICK. BARS RUNNING ENTIRE 3. 300 TO 45° FLARE MAY BE USED IN LIEU OF LENGTH OF NEW GUTTER. RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. REVISED FOUR FOOT SIDEWALK City of MAY 2014 CONSTRUCTION DETAILS LUbbo6k PLATE NO. TEXAS 36-2 �l TOR 6' SIDEWALK. FIRE POWER B � POLE, HETC. �M MUST HAVE EXPANSION JOINTS EXPANSION JOINT BLOCK - SPACED 36' MAX. OUT WHEN ENCLOSED ALONG SIDEWALK RUN. IN CONCRETE. EXTEND 6" PAST EDGE OF EXPANSION SECTION A -A HYDRANT/POLE JOINT. 4" MIN. THICKNESS OF SIDEWALK. CONTRACTION MARKINGS 1/2 WAY THROUGH SLAB AT 6' INTERVALS. VARIES Y MIN. @ 2% MAX. SLOPE CURB 5' SIDEWALK -� REMOVED. I SECTIONS B-B RESIDENTIAL 4" MIN. (RESIDENTIAL) THICKNESS. NOTE: w z n SEE PLATE NO. 36-4 VARIES Wu w FOR ASPHALT REPAIR 3' MIN. @ 2% MAX. SLOPE a -Z ADJACENT TO CURB AND GUTTER OR 6' SIDEWALK i 4 DRIVEWAY. . 6 6"X6" - 6 GAUGE WELDED WIRE FABRIC ORzi z #4 DEFORMED STEEL BARS 12" O.C. BOTH f 7INNER CURB FOR COMMERCIAL DRIVEWAY, f WAYS, CENTERED IN SLAB. io AS REQUIRED. COMPLETELY REMOVE CURB AND iD (COMMERCIAL) GUTTER AND RECONSTRUCT WITH #3 BARS RUNNING ENTIRE LENGTH FRONTAL VIEW nF NFw M irrFR PROPERTY LINE NOTES: 1. MAINTAIN GUTTER FLOWINE THROUGH DRP 2. ALL EXPANSION JOINTS TO BE X4" THICK. 3. 300 TO 450 FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. 5. 5' CURB BACK ON RESIDENTIAL STREETS. 6' CURB BACK ON COLLECTOR AND THOROUGHFARE STREETS. TOR 6' SIDEWALK CONSTRUCTION DETAILS City of Lubbock TEXAS REVISED MAY 2014 PLATE NO. 36-3 NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY 12" SMOOTH H.M.A.C. SURFACE, IIN. TYPE C" SAWCUT TO REMAIN .A.C. SURFACE. I r IN PLACE. a BASE FLOWABLE FILL City of Lubbock TEXAS RMSED DEC. 2012 PLATE NO. 36-4(A) 6" 18" TYPICAL 1� NEW CONCRETE DRIVEWAY NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. CONCRETE PAVING REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY SMOOTH SAWCUT EXISTING CONCRETE PAVING City of 4Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 36-4(B) R=25' / `` PR OPERTY L LINE SIDEWALK 0 4 I N Zlil LU Uj 0 w 8 4' SIDEWALK ALONG PROPERTY LINE 10, 3 'M IN. ALLEY RETURN (TYPICAL) City of Lubbock 4 TEXAS TMIN. DRIVEWAY APPROACH (TYPICAL) REVISED DEC. 2012 PLATE NO. 36-5 MAILBOX 5@ m TOR 6' SIDEWALK ALONG CURB BACK City of Lubbock TEXAS DRIVEWAY APPROACH (TYPICAL) REVISED DEC. 2012 PLATE NO. 36-6 CURB AND GUTTER, FILLETS AND SLAB TO BE POURED TOGETHER. SIDEWALK \.PROPERTY LINE \ OR \ \ \ \ \ \ \ \ \ \ \ 6" CONCRETE SLAB WITH 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. v; o•9cc ?ov'. CONTRACTION JOINTS. O 4 I N' 8'* B 2.5' 2.5' N 10, 2.5' 1'* o W B N,: z Z z 6"X6" - 6 GAUGE WELDED WIRE 9 FABRIC OR #4 DEFORMED STEEL F BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. / CONT1 0 OINTRACTIO , A �w 5 — wZ O d ?. .L 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. W.R. MEADOWS #158, SEALTIGHT SAFE -SEAL 3405, SONNEBORN SL-1 OR 1/2"--1 L---/ APPROVED EQUIVALENT. TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) 3/4" BITUMINOUS PREMOLDED EXP. JOINT. V�7 CURB HEIGHT TRANSITIONS TO 0, AT THIS POINT. ,-- IS POINT OF ALLEY RETURN / TO BE NO MORE THAN 7" HIGHER THAN GUTTER ON HIGH 2.5'. SIDE END OF RADIUS AT STREET. 1'* i " BITUMINOUS :XPANSION JOINT. PLAN VIEW * TO BE USED WHEN ALLEY R.O.W. WIDTH IS 15'. —102.5'* t ' A — 20' �w wZ a� 14 ° v pia SECTION A -A NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB AND lid" FROM BOTTOM OF SLAB EACH SIDE. LOCATE BY MEANS OF CHAIRS OR PLASTIC STAKES (NOT METAL OR WOOD), CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY WHERE THE EXISTING ALLEY RETURN, ALLEY PAVING OR STREET GUTTER IS IN GOOD CONDITION AND GRADE AND ALIGNMENT ARE SATISFACTORY. 15" BITUMINOUS •` ' .LONCRETE ALLEY SLAB. EXPANSION JOINT. Q`;:Q ING ALLEY RETURN, ALLEY ING OR STREET GUTTER. / • a' 6"X6" - 6 GAUGE WELDED 1WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" 2" 1 O.C. BOTH WAYS, SECTION B-B CENTERED IN SLAB. ALL CONCRETE SHOWN TO BE 3,000 P.S.I. AT 7 DAYS. (CLASS B) REVISED TYPICAL ALLEY cry of MAY 2014 RETURN Lubbo6k PLATE N0, TfXAS 36-7 5' 10' 5' w °oa w a O a 10, 10, PROPERTY LINE 13' w Z CONTRACTION Q a JOINTS °, a : a O •° a �'op `• 20' 5' PROPERTY LINE v ( P c :a o N 10' QQa. 10,-- w Z • P . w • a a 5' 10' 5' TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) 1/2" --� „ 6"X6" - 6 GAUGE WELDED NOTE: WIRE FABRIC OR #4 _ — _ DEFORMED STEEL BARS 1. TRANSVERSE CONTRACTION JOINT ` > 12" O.C. BOTH WAYS, CENTERED IN SLAB. (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) TYPICAL "T" ALLEYREVISED c 6 City of DEC. 2012 INTERSECTION WITH Lubbock PLATE 140. CONTRACTION JOINTS THAS 36-8 TYPE "A" 9" R — NOTE: 9 R 1. THIS SECTION TO BE USED _ FOR RESIDENTIAL APPLICATIONS ^ ONLY. APPROVAL WILL DEPEND ° ` e ON TRAFFIC AND DRAINAGE CONSIDERATIONS. o p ° 12" -^) 12" ROLLOVER CURB TYPE "B" 9 11/16" 6" 9 3" 7n M TYPE "C" NOTE: 1. REINFORCED TYPE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) TYPICAL 24" CURB :v City of AND GUTTER SECTIONS 'ubbo6k TEXAS REVISED MAY 2014 RATE N0. 36-9 6" 4" �oq 2„R 3"R _ DOWN CURB SECTION. �- 12" fV i0 ~ aoq , tr p'G 6" TYPE "A" •— 4 1/4" I 0 2" R 0 p,4 l0 3"R DOWN CURB SECTION. 18" I iV 6" a ' q o' � .a �--9 11/16" 20 5/16" NOTE: CONTRACTOR MAY USE EITHER OF THE ABOVE SECTIONS. TYPE "B" ^4 F —12" 3" — 6 a o q 3" in 3" a �--9 11/16" 20 5/16" TYPE "C" NOTES: 1. REINFORCED TYPCE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. CTO BE USED AT DRIVEWAYS ONLY.) 2. 30" CURB AND GUTTER IS NOT STANDARD AND SHALL ONLY BE USED WITH PERMISSION OF CITY ENGINEER. REVISED TYPICAL 30" CURB City of MAY 2014 AND GUTTER SECTIONS Lubbock PLATE NO. TEAS 36-10 CONTRACTION JOINT #4 DEFORMED STEEL BARS @ 12" O.C. BOTH WAYS. CONTRACTION JOINT FLOWLINE — FLOWABLE FILL SHALL BE USED TO REPLACE BASE MATERIAL REMOVED. SEE PLATE NO. 36-4 i � �i w a O X=DISTANCE LIP TO LIP z NOTES: c°3 1. CLASS "B" CONCRETE 3,OD0 P.S.I. @ 7 DAYS 2. MAINTAIN LIP UP GUTTER SECTION WITH 1" INVERT TO VALLEY GLITTER 3. TRANSITION FLOWLINE AND MAINTAIN 1" INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER DEPTH: 6"- RESIDENTIAL STREETS 8"- COLLECTORS & THOROUGHFARES ------ BASE PLAN VIEW FLOWLINE— CONTRACTION JOINT SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS 2" MIN. TYPE "C' H.M.A.C. SURFACE. —►� 3" 1" Fes— 5' — — -I' — — — . 5L— CONCRETE VALLEY GUTTER & FILLET DETAIL SECTION A -A kk ;`ar j.: City of Lubbock 4 TEXAS BASE ���% FLOWABLE FILL SEE PLATE NO. 36-4. REVISED DEC. 2012 PLATE NO. 36-11 a 2' 36' TYP. 2' 2" H.M.A.C. SURFACE. — — _ —4" CROWN 6" CALICHE BASE IN �\ ACCORDANCE WITH SPECIFICATIONS. SUBGRADEIN ACCORDANCE WITH SPECIFICATIONS. STRIP PAVING WIDTH AND CROWN VARY SEE SECTION 8.2.02 2" H.M.A.C. SURFACE. 6" ---�• Q pa 12 5/8" ® 1 6" CALICHE BASE NOTE: 1. STREETS WITH ANTICIPATED ABNORMAL TRAFFIC LOADS, SUCH AS TRUCKS AND BUSES, SHALL REQUIRE A SPECIFIC DESIGN TO BE APPROVED BY THE CITY ENGINEER. RESIDENTIAL/COLLECTOR/INDUSTRIAL WIDTH AND CROWN VARY „ SEE SECTION 8.2.02 6 12 5/8" 11 I 8" THICK CONTINUOUSLY' REINFORCED CONCRETE PAVING. TYPE T-1 / T-2 THOROUGHFARES REVISED TYPICAL STREET City of DEC. 2012 CROSS -SECTIONS Lubbock PLATE NO. Texas 36-12 VARIES EXISTING 5.5' VARIES 24" OR EXISTING SIDEWALK 30" C. & G. SIDEWALK SECTION A -A ONLY APPLIES AT DEPRESSED ALLEY RETURNS A A STREET MINIMUM RAMP WIDTH TO BE 4.0' LENGTH OF RAMP 57 ); MAY VARY -TO 1:12 MAX. SLC STREET NOTES: 1. ALLEY RADII MAY VARY. 2. SEE OTHER PLATES FOR RAMP DETAILS ALLEY TYPICAL LOCATIONS FOR CURB RAMP 1:12 SLOPE TO BE CONSTRUCTED i i INSET 1pbF FACE §C CURB 5\� WITH TRUNCATED DOME SURFACE. 1:12 SLOPE LENGTH VARIES, 1 ` DUE TO 1:12 MAX. Lu SLOPE OF RrAMP. �g r City of Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 36-13 r--VARIES----4' 1 VARIES--1 T.O.C. 1 12 SLOPE 1:12 SLOPE FLOWLINE FRONT VIEW SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. -9 VARIES — (10' TYPICAL) SEE PLATE NO. 36-16(A) FOR GENERAL NOTES ON A.D.A. RAMPS CONSTRUCTION. R=15' R=25' o PROPERTY LINE y, l,L < S\ y s' RAMP = 50.8 SQ. FT. OF ° CONCRETE FLATWORK SURFACE APPLIED TRUNCATED DOME CURB & PANEL. GUTTER 4' MIN. 5'-6" 1:12 SLOPE M 4" MIN. THICKNESS. SURFACE APPLIED - MINIMUM FINISHED TRUNCATED DOME THICKNESS TO BE 4". PANEL. 4" MAX SECTION A -A SLOPE 5% r,��r MAX BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP REVISED °'. MAY 2014 (WITH TYPICAL 4' SIDEWALK Lubbock ATE NO. ALONG PROPERTY LINE) TEXAS 36-14 I --VARIES t--4'' VARIES�1 T.O.C. cl•12 1;12 5LOPE----- FLOWLINE FRONT VIEW SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. PROPERTY LINE 9 R=15' fir? ssry (10' TYPICAL) 9 R=25' SEE PLATE NO. 36-16(B) FOR GENERAL NOTES ON A.D.A. RAMP CONSTRUCTION. RAMP = 50.8 SQ. FT. OF CONCRETE FLATWORK SURFACE APPLIED CURB & TRUNCATED DOME GUTTER PANEL. 5'-6" MIN. Z f z SURFACE APPLIED TRUNCATED DOME "v PANEL, 4" MAX SECTION A -A 6' SLOPE 5% MAX BITUMINOUS X4" EXPANSION JOINT AS REQUIRED BEHIND CURB, CORNER CURB RAMP Eo � MAY 2014 (WITHTYPICAL 5' OR 6' SIDEWALK ' City of Lubbock MATE NO. ALONG CURB BACK) TEXAS 36-15 A v GROOVE JOINTS EACH SIDE OF RAMP. :o v ry TOP OF CURB SIS �O.o��i. BITUMINOUS -" EXPANSION S JOINT (FULL DEPTH) LOCATED s' I. �l ALONG BACK OF CURB NEW CONSTRUCTION. A YELLOW, SURFACE -APPLIED TRUNCATED DOME PANELS AFFIXED, FOLLOWING MANUFACTURERS INSTRUCTIONS, TO PROPERLY CONSTRUCTED, CURED AND PREPARED 4" CONCRETE SLAB. IN RADIUS RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. IN STRAIGHT C. & G. RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. TYPICAL ADA RAMP PLAN MAINTAIN GUTTER FLOWLINE. �— 4' MIN. --� City of Lubbock TEXAS SHEET 1 OF 2 REVISED MAY 2014 PLATE NO. 36-16(A) MIN. a a 4" MIN. — THICKNESS. 5-6" MIN. 24" MIN 1:12 SLOPE (MAY I SURFACE APPLIED TRUNCATED DOME PANEL. 4" MAX SECTION A -A SURFACE APPLIED CLASS "A" CONCRETE SHALL TRUNCATED DOME CONFORM TO APPLICABLE PANEL, SPECIFICATIONS. 1 4" MIN. THICKNESS SECTION B-B NOTES: ('t SLOPE 5% MAX BITUMINOUS )4"" EXPANSION JOINT AS REQUIRED BEHIND CURB. 1. SURFACE -APPLIED, TRUNCATED DOME, DETECTABLE WARNING SYSTEM PANELS, USED HEREIN, SHALL BE MANUFACTURED BY ADA SOLUTIONS (WWW.ADATILE.COM), OR APPROVED EQUAL, AND SHALL BE LAID TO WHERE THE DOMES ARE UP AND THE LONG AXIS OF THE PANEL SHALL BE PERPENDICULAR TO THE DIRECTION OF TRAVEL. 2. RAMP TEXTURES SHALL CONSIST OF TRUNCATED DOMES SURFACES. TRUNCATED DOME DIAMETER, HEIGHT AND SPACING SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS), ADMINISTERED BY THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). TEXTURES ARE REQUIRED TO BE DETECTABLE UNDERFOOT. SURFACES THAT WOULD ALLOW WATER TO ACCUMULATE ARE PROHIBITED. THE PANELS SHALL BE AFFIXED AT THE PRESCRIBED LOCATION, TO THE PROPERLY CURED AND PREPARED CONCRETE IN THE MANNER AND USING THE MATERIALS SPECIFIED BY THE MANUFACTURER. 3. THE RAMPS AND LANDINGS SHALL BE CONSTRUCTED FLAT, IN ONE PLANE, WITHOUT WAVINESS, HIGH/LOW SPOTS OR WARP. THE CONCRETE WHERE THE SURFACE -APPLIED PANEL SHALL BE AFFIXED SHALL BE IN JUST SUCH A CONDITION. IF DETERMINED TO BE NECESSARY AND APPROPRIATE BY THE ENGINEER, A HIGH SPOT IN THE CONCRETE MAY BE HAND -MILLED WITH A GRINDER, JUST ENOUGH FOR FLATNESS, IF THE AREA TO BE GROUND IS TO BE UNDER THE SURFACE -APPLIED PANEL. IF NOT, THE CONCRETE SHALL BE REMOVED AND PROPERLY REPLACED AT THE CONTRACTOR'S EXPENSE. AFTER THE CONCRETE IS THOROUGHLY CURED, AND THE SURFACE CORRECTLY PREPARED, THEN THE SURFACE -APPLIED PANELS SHALL BE PROPERLY AFFIXED TO THE CONCRETE, ACCORDING TO THE MANUFACTURER'S INSTRUCTIONS. 4. SURFACE -APPLIED PANEL COLOR FOR THE RAMP SHALL BE A CONTRASTING COLOR THAT PROVIDES A LIGHT REFLECTIVE VALUE THAT SIGNIFICANTLY CONTRASTS WITH THE ADJACENT SURFACES. THE COLOR OF THE SURFACE -APPLIED PANELS SHALL BE SHOWN ELSEWHERE IN THE PLANS OR SPECIFICATIONS. IF NEEDED, SURFACE -APPLIED PANELS SHALL BE SAWCUT ONLY AND A PANEL SHALL BE AFFIXED WITH A 1#8" GAP TO ANOTHER PANEL. 5. ALL SLOPES SHOWN ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. RAMP LENGTH OR GRADE OF SIDEWALK APPROACH MAY BE ADJUSTED AS DIRECTED BY THE ENGINEER. TAS REQUIRED DIMENSIONS AND SLOPES ARE PARAMOUNT. IF SITE CONDITIONS PREVENT A RAMP FROM BEING CONSTRUCTED, AS -DRAWN, TO WORK AS INTENDED AND COMPLY WITH THE REQUIRED SLOPES, THEN THE RAMP CONSTRUCTION MUST BE ADJUSTED TO COMPLY WITH THE REQUIRED SLOPES. ALL CONSTRUCTION QUESTIONS SHALL BE DIRECTED TO THE ENGINEER. 6. MAXIMUM ALLOWABLE CROSS -SLOPE ON SIDEWALK AND RAMP SURFACES IS 2%. ALL CONCRETE SURFACES SHALL RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE ON THE PLANS. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TAS. SHEET 2 OF 2 TYPICAL ADA ^�� RMSEo �` City of MAY 2014 RAMP PLAN Lubbock PLATE NO. TIAAS 36-16(B) !\21 SLOPE ALONG , GUTTER VARIES SLOPE ALONG GUTTER VARIES SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT FILLET KEYED NOTES (1) SLOPE ALONG BACK OF CURB AT RAMP OPENING SHALL NOT EXCEED 2%. (2) SLOPE FROM BACK OF CURB AT RAMP OPENING TO LIP LINE SLOPE ALONG GUTTER VARIES SHALL NOT EXCEED 5%. P�2' C � SLOPE ALONG GUTTER VARIES SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT CURB r 6 E 5% r -4' MIN. 5'-6" MI . MAX 24" MIN 1:12 SLOPE (MAX, 4" MIN. THICKNESS. SURFACE APPLIED TRUNCATED DOME BITUMINOUS" PANEL. EXPANSION JOINT AS 4" MAX REQUIRED BEHIND SECTION A CURB. REVISED TYPICAL ADA City of MAY 2014 RAMP DETAIL 4 Lubbock PLATE NO. TEXAS 36-17 I I I I I I i I I I I I TOOLED J' INT I I I ' I , , I , I I I I I I � � � � a , I , I I I I p H � 0 I I 0 , 1 ~ I e I z I wi z I w I p OI U- I m I a TOOLED J INT I ° p I I I I , I I I i 5' I I I I I I I , I I 1 I i � I I I I EXPANSION J INT I I I , , I I I I I � i i I 5' 20' ROW REVISED CityLUbb4of DEC.2012 TYPICAL ALLEY PAVING 6k w ATE NO. PL TEXAS 37-1 NOTE: 1. ALL JOINTS SHALL BE DOWELED AS SPECIFIED 2. MAXIMUM OF TWO TRANSVERSE CUT JOINTS BETWEEN EXISTING 13- TOOLED JOINTS (ONE SLAB). TYPICAL ALLEY PAVING CUT LCity of k ubboc TEXAS REVISED DEC. 2012 PLATE NO. 37-2 R-lA RESIDENTIAL 52' ROW 3 R-2 SCHOOL AND R-1 RESIDENTIAL COMMERCIAL 56' ROW �{ i - 60' ROW --t 36 FF - 74FF COLLECTOR INDUSTRIAL r- 64' ROW --I 60' ROW 46'�FF 42' FF T-1 THOROUGHFARE T-2 THOROUGHFARE .90'ROW� Ire-110'ROW- -tf66' FF - BB' FF NOTE: FF DIMENSIONS ARE FROM FACE OF CURB TO FACE OF CURB. Y REVISED CITY OF LUBBOCK� City of DEC. 2012 STREET STANDARDS Lubbock PLATE NO. TEXAS 38-1 T-1 OR T-2 THOROUGHFARE COLLECTOR FLARE REVISED AT INTERSECTION City of MAY 2014 Lubbock PLATE NO. WITH A THOROUGHFARE TEXAS 38-2 T-1 THOROUGHFARE RIGHT TURN LANE (FLARE) T-1 OR T-2 THOROUGHFARE City of Lubbock TEXAS REVISED MAY 2014 PLATE NO. 38-3 T-2 THOROUGHFARE RIGHT TURN LANE (FLARE) T-1 OR T-2 THOROUGHFARE City of q� Lubbock TEXAS REVISED MAY 2014 RATE NO. 38-4 R=45' FACE OF CURB R=50' FPG�O� GURg 52' OR 56' RIGHT OF WAY 32' OR 36' FACE TO FACE Y 4' PEDESTRIAN ACCESS EASEMENT (REQUIRED ONLY WHERE CUL-DE-SAC LOTS ARE ADJACENT TO A STREET) PROVIDE CONCRETE CURBED CHANNEL WITH I I 35' MIN ACCESSIBLE RAMPS FOR DRAINAGE WHERE NECESSARY (IF NEEDED FOR DRAINAGE, A I L MINIMUM OF 20' DRAINAGE EASEMENT) I I STANDARD R-1A & R-1 CUL-DE-SAC ADJACENT ALLEY OR STREET { City of Lubbock TEXAS R=45' REVISED MAY 2014 PLATE NO. 38-5 10' 52' ROW 32' F-F 2% MIN 2% MIN 4% MAX 4% MAX DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH #4 BARS @ 36" O.C. TRANSVERSE #4 @ 12" O.C. LONG 6" PORTLAND CEMENT CONCRETE PAVEMENT MIN. CEMENT CLASS C. COMPRESSIVE STRENGTH OF 3,600 PSI @ 28 DAYS) RESIDENTIAL STREET (R-1) CONCRETE PAVING N.T.S. 10' 12" COMPACTED SUBGRADE 12" A I- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK City of Lubbock TEXAS REVISED MAY 2014 PLATE NO. 38-6 9' 64' ROW 46' F-F 2% MIN 2% MIN 4% MAX 4% MAX DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH #4 BARS @ 24" O.C. TRANSVERSE #5 @ 12" O.C. LONG 7" PORTLAND CEMENT CONCRETE PAVEMENT MIN. CEMENT CLASS C. COMPRESSIVE STRENGTH OF 3,600 PSI @ 28 DAYS) MAJOR COLLECTOR (C-1) CONCRETE PAVING N.T.S. 9' 12" COMPACTED SUBGRADE 12" -I F- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK Y ' City of Lubbock TEXAS REVISED MAY 2014 PLATE NO. 38-7 LONGITUDINAL LONGITUDINAL 6 - 1� 0 11k,6, TRANSVERSE mollsollig CONSTRUCTION JOINT Fx IMMUNE ADDITIONAL STEEL BARS �'j�iiiiiii� �■n■n •■ •@I�11S■ �■IIIIILONGITUDINALSTEEL PAVEMENT OR SHOULDER EDGE GENERAL NOTES CONTRACTION'JOINT \-LONGITUDINAL CONSTRUCTION JOINT TYPICAL PAVEMENT LAYOUT PLAN VIEW (NOT TO SCALE) PAVEMENT OR SHOULDER EDGE 1. ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED 7. TRANSVERSE STEEL SHALL BE PLACED TO WITHIN 3" OF THE STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996 BACK OF CURB WHEN THE CURB @ GUTTER ARE POURED WITH (GRADE 60) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM THE CONCRETE PAVING. TO TABLE NO.1 AND TABLE NO.2. 8. (b) = TRANSVERSE STEEL AND TIE BARS SPACING 2. STEEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1 IN. HORIZONTALLY (c) = LONGITUDINAL STEEL SPACING AND +/- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING (CONCRETE PLACEMENT WIDTH / NUMBER OF LONGITUDINAL BARS) SHALL (SEE TABLE 1 AND 2 PLATE 38-9) CONFORM TO TABLE NO.1 3. PAVEMENT WIDT,-'S OF MORE THAN 25 FT. SHALL HAVE A LONGITUDINAL JOINT (SECTION Z-Z OR SECTION Y-Y). THESE JOINTS SHALL BE LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT LOCATION IS SHOWN ELSEWHERE ON THE PLANS. 4. THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT (SECTION Z-Z) SHALL BE ONE THIRD OF THE SLAB THICKNESS (T/3). 5. OMIT TIE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE CONSTRUCTION JOINTS (SECTION X-X). USE HAND -OPERATED IMMERSION VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED JOINTS. 6. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM OF 25 IN. STAGGER THE LAP LOCATIONS SO THAT NO MORE THAN 1/3 OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12-FT. WIDTH AND 2-FT. LENGTH OF THE PAVEMENT. RESIDENTIAL AND COLLECTOR STREET City REVISED MAY 2014 CONCRETE PAVING DETAILS of 4Lubbo& PLATE N0. 1 OF 3 TEXAS 38.8 I _ L=50" /-ADIDITIONAl JOINT SEALINGL/2STEL BARS MATERIAL 11/2 TRANSVERSE BARS LONGITUDINAL BARS NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT. TRANSVERSE CONSTRUCTION JOINT SECTION X - X 50" FOR #5 BAR 42" FOR #4 BAR " F #5 A TIE BARS MAY BE JOINT SEALING 21" FOR #4 BAR IN SAME PLANE AS MATERIAL TRANSVERSE BARS TIE BARS,SINGLE OR MULTIPLE -PIECE ----- ------. T ... ................... .. MIN.CLEAR 2" dT/2 .�I. c c a a c c� LONGITUDINAL BARS TRANSVERSE BARS LONGITUDINAL CONSTRUCTION JOINT SECTION Y - Y 1 50" FOR #5 BAR, 42" FOR #4 BAR r LONGITUDINAL JOINT SEALING 5" FOR #5 BAR BARS MATERIAL 71 " BAR SAW CUT T/3 ::+:::::! I-r I T c c c/2c/2 c c TRANSVERSE BARS SINGLE PIECE TIE BARS SHOULD BE IN SAME PLANE AS TRANSVERSE BARS. LONGITUDINAL CONTRACTION JOINT SECTION Z - Z TABLE NO.1 LONGITUDINAL STEEL FIRST ADDITIONAL STEEL SLAB THICKNESS REGULAR SPACING BARS AT TRANSVERSE AND BAR SIZE STEEL BARS AT EDGE CONSTRUCTION JOINT OR JOINT (SECTION X-X) T BAR SPACING SPACING SPACING LENGTH (IN.) SIZE (c) (a) 2 x c L (IN.) (IN.) (IN.) N.) 6.0 #4 12 3 24 42 7.0 #5 12 3 24 50 TABLE NO.2 TRANSVERSE STEEL AND TIE BARS TIE BARS TIE BARS SLAB TRANSVERSE AT LONGITUDINAL AT LONGITUDINAL THICKNESS STEEL (b) CONTRACTION JOINT CONSTRUCTION JOINT SECTION Z-Z SECTION Y- (IN.) BAR SPACING BAR SPACING BAR SPACING SIZE (IN.) SIZE (IN.) SIZE (IN.) 6.0 #4 36 #4 72 #4 36 7.0 #4 24 #4 48 #4 24 RESIDENTIAL AND COLLECTOR STREET CONCRETE PAVING DETAILS City of Lubbock 2 OF 3 4 Texas REVISED MAY 2014 PLATE NO. 38-9 JOINT Y4„„ SEALING COMPOUND vv SAW CUT SAWED LONGITUDINAL JOINT JOINT SEALING COMPOUND CLASS 4,5 OR 7 a' BACKER ROD INITIAL SAW CUT —� U )16 "- AV ---.- L= TRANSVERSE SAWED CONTRACTION JOINT GENERAL NOTES JOINT„ Y4„ SEALING COMPOUND O �, -T JOINT SEALING COMPOUND LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT JOINT SEALING COMPOUND CLASS 1" _ VV 4,5 OR 7 NONE MMMM ROD PREFORMED BITUMINOUS FIBER MATERIAL BOARDS OR EQUIVALENT. TRANSVERSE FORMED EXPANSION JOINT 1. THE JOINT RESERVOIR FOR SEALANT SHALL BE SAWED UNLESS OTHER WISE SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE CONSTRUCTION AND THE TWO SAWED JOINTS. 2. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE MANUFACTURES REQUIREMENT AND PRIOR TO BEGINNING OPERATIONS THE CONTRACTOR SHALL SUBMIT A STATEMENT FROM THE SEALANT MANUFACTURER SHOWING THE RECOMMENDED EQUIPMENT AND INSTALLATION PROCEDURES TO BE USED. 3. THE SAW CUT FOR THE LONGITUDINAL JOINT SHALL BE ONE FOURTH THE SLAB THICKNESS. 4. TRANSVERSE EXPANSION JOINT SHALL BE PLACED AT THE RADII OF INTERSECTING STREETS. 5. TRANSVERSE CONTRATION JOINTS SHALL BE PLACED AT ON RADIUS OF INTERSECTING ALLEYS. RESIDENTIAL AND COLLECTOR STREET of CONCRETE PAVING DETAILS Luco bbock 3 OF 3 TEXAS REVISED MAY 2014 PLATE NO. 38-10 TYPE'C HMAC MINIMUM OF THE UPPER 12" (18" MINIMUM ON THOROUGHFARE STREETS) OF TRENCH BACKFILL- 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL, IF USING COMPACTED BACKFILL. BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR(ASTM D 698) 2% OF OPTIMUMMOISTURE CONTENT.(MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. ASPHALT PAVEMENT CUT REPAIRS 2' MIN. fV 6" ASPHALT TACK COAT. NO SCALE NOTE: ALL JOINTS TO BE SAWCUT. ASPHALT TACK COAT. PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. GREATER THAN 5' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. .� ,. City of Lubbock TEXAS REVISED DEC. 2012 UEM-01 CLASS 'B' CONCRETE 3000 PSI AT 7 DAYS. THOROUGHFARE STREETS; CLASS "C'CONCRETE ILL AND DRIVE 12" DEFORMED DWEL BARS 6" INTO EXISTING LAB ON 3SPACING. ALL CONCRETE JOINTS LTO BE SAW CUT. //\DR EXISTING CONCRETE 0 0 EXISTING CONCRETE PAVING PAVING 8" MINIMUM u�o T MIN n aF- #4 BARS 12" O.C. MAX SPACING IN BOTH DIRECTIONS. BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6 LIB.) PIPE EMBEDMENT (1N ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL; 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: CONCRETE PAVING 1. GREATER THAN T WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. 2. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. CONCRETE STREET REVISED AND ALLEY City of DEC. 2012 Lubbock CUT REPAIRS TEXAS UEM-02 CONCRETE CAP CLASS W CONCRETE 3000 PSI AT 7 DAYS. Z_ f i0 F- 4 BARS, IT' O.C. - MAX. SPACING IN BOTH DIRECTIONS. BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL LOW STRENGTH MATERIAL (FLOWASLE FILL) WITH PEA GRAVEL. NOTE: BRICK JOINTS TO BE FILLED WITH SAND/CEMENT AT A 50-50 BLEND, OR AS APPROVED BY THE STREET SUPERINTENDENT. SAND CUSHION MINIMUM. 8" MIN PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS BRICK AND MANUFACTURERS PAVING RECOMMENDATIONS). 1. SEE CONCRETE CAP DETAIL. PLATE NO. 36.09.05 2. #5 DOWELS NEEDED IF TIED INTO EXISTING CONCRETE BASE. 3. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. BRICK STREET CUT REPAIRS City of Lubbock TEXAS REVISED DEC. 2012 UEM-03 z 0 90 �¢ as w� Q�J 1� Q CONCRETE ALLEY PAVING. mw �o _ z BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) FULL DEPTH OF TRENCH BACKFILL 1 1#2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. THE ALLEY PAVING CONTRACTOR SHALL BE REQUIRED TO OBTAIN 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. i F- THE ALLEY PAVING CONTRACTORS SHALL BE REQUIRED TO OBTAIN 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). TRENCH BACKFILL REQUIREMENT of ON ALLEYS TO BE PAVED o 4Lubbock WITHIN RIGHT-OF-WAY TEXAS REVISED DEC. 2012 UEM-04 BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 31 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. EXISTING GROUND SURFACE. 12" PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. TRENCH BACKFILL REQUIREMENTS A w REVISED City of DEC. 2012 ON UNPAVED STREETS AND ALLEYS Lubbock WITHIN RIGHT-OF-WAY w TEXAS UEM-05 PLACE #4 BARS BOTH WAYS ALONG PAVING 6, CUT AT 12" MAX. SPACING. AT LEAST 2 6 #4 BARS EACH WAY ARE REQUIRED. #4 BARS, 12" O.C. MAX SPACING IN BOTH DIRECTIONS, CENTERED IN SLAB NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS ALLEY PAVING REPAIR OR CAP • • C NO SCALE DRILL AND DRIVE 12" DEFORMED #5 DOWEL BARS 6" INTO EXISTING SLAB ON Y SPACING City of Lubbock TEXAS REVISED MAY 2014 UEM-06 Design Standards and Specifications Construction Details 10.5 ADDendix f. Section 10 196 i Ow Restrained Joint Table for Bends Minimum length to be restrained each side of bend (Feet): PVC Pioe Horiztonal Bends I Vertical Bends (Upper/Lower) (in.) 9 ` 14 ° 6 2-1/ ° 3 11-1/4° 90° 2 - 16/4 2-11° 8/2 11-1/4`- 4/1 19 8 4 2 - 23/5 11 /3 6/2 8 25 11 5 3 - 30/7 15/4 7/2 10 30 12 35 16 45 13 15 19 6 7 9 3 - 4 - 5 - 36/8 42/10 54/13 17/4 21 /5 26/6 9/2 10/3 13/3 23 11 6 - 66/15 32/8 16/4 L54 i24:�j 63 27 13 7 - 78/18 38/9 19/5 I. Pine Horiztonal Bends Vertical Bends (Upper/Lower) (in.) 9° 4 11 4 ° 5 -1/° 3 11-1/4° 1 - 45° 9/3 22-1/2` 5/2 11'-1/4° 3/1 15 6 3 2 - 12/4 6/2 3/1 8 19 8 4 2 - 16/6 8/3 4/2 10 23 12` ; 27 10 12 5 6 3 - 3 - 19/7 23/8 10/3 11 /4 5/2 6/2 16 35 15 7 4 - 29/10 14/5 7/3 2 18 9 5 - 36/12 17/6 9/3 L2 ��L4 124�'9 21 10 5 - 42/14 20/7 10/4 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet on upper vertical bends and 6 feet on lower vertical bends, and Test Pressure of 100 psi. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Desian Standards and Specifications for Water and Sewer I L A-1.2 F Restrained Joint Table for Tees Minimum branch length to be restrained (Feet): PVC Pipe Branch Pipe Run Pipe Size (in.) Size (in.) 4 `68 10 12 16 20 24—'- 6. 22 13 4 1 1 1 1 1 40 33 26 18 11 1 1 1 49 43 37 31 18 5 1 59 54 49 38 27 16 84 20 72 64 55 107 101 94 87 127 122 116 D.I. Pipe Branch Pipe Run Pipe Size (in.) Size (in.) A IS 8 10 12 16 20' 24, 12 7 2 1 1 1 8 21 18 14 10 6 1 1 1 26 23 20 17 10 3 1 12, 31 29 26 12 15 8 44 42 38 34 26 20,.. 57 53 50 46 67 64 61 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test Pressure 100 psi, and minimum restrained length of pipe along run on either side of tee of 5 feet. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department I Minimum Design Standards and Specifications for Water and Sewer Ow Restrained Joint Table for Reducers Minimum length to be restrained on larger pipe (Feet): PVC Pipe Small Pine Large Pipe Size (in.) Size (in.) 4 4 - 6 22 8 40 10 54 12 69 16 95 20 119 2 142 6 - - 23 41 57 86 112 137 - - - 23 42 75 103 129 10- - - - 23 61 92 120 12 - - - - - 44 78 109 16 - - - - - - 44 80 20 - - - - - - - 44 24 - - - - - - - - ,, • ,Run Pipe Size (in.) Size (in.) 4 4 - 6 12 8 21 10 29 12 ' 36 16 50 20 63 24 75 6 - - 13 22 30 46 59 72 - - - 12 22 40 54 68 10 - - - - 13 32 49 63 12 - - - - - 23 42 57 16 - - - - - - 23 42 20 - - - - - - - 24 24 - - - - - - - - Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test Pressure 100 psi, and minimum restrained length of small size pipe to be 1/2 that listed here. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Design Standards and Specifications for Water and Sewer c A-2 city of hubb o ck TEXAS Approved Materials and Manufacturers List Application For New Product(s) Note: Incomplete applications will be returned unprocessed. Date of Application: Company Name Address Contact Person Position Phone Number Email Fax Number Manufacturer (If not applicant) Supplier TIf not applicant) Product Nomenclature Model No. Series Description/Use of Product Have you included a sample? Would you like this sample returned? List Testing Certifications (Required) 1. List Attached Items (Provide five copies of each) 1. _ _ 2. 2. 3. 3. 4. 4. 5. 5. 6. 6. 7. 7. ****Do not write below this line - - For City use only**** Application No. (Ex. 2014-01) Approved By: Title: Accepted Rejected Comments: CERTIFICATE OF COMPLETION DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER CONTRACTOR'S AFFIDAVIT TO DEVELOPER I certify that the work under the above named project, including all amendments thereto, has been satisfactorily completed in accordance with the engineering plans and specifications and in accordance with the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications; that no liens have been or will be attached against the property and improvements of the owner; that no suits are pending by reason on the project under the contract; and no public liability claims are pending. CONTRACTOR/DEVELOPER: ADDRESS: PHONE: SIGNED: PRINTED: TITLE: RECOGNITION BY CITY OF LUBBOCK An inspection of the work on the above referenced Project was conducted on Those participating in the inspection (final walk-through) were , , and . The inspection revealed that the infrastructure inspected has been completed substantially in accordance with the plans and specifications and is recommended for acceptance on City of Lubbock By Printed Name Title Rev. 05-01-2014 .. r �__ . _ r m, ._ � ,._ _... DEVELOPER WARRANTY STATEMENT DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER WARRANTY STATEMENT TO THE CITY OF LUBBOCK: As the developer of the above referenced development, I guarantee the improvements installed by my Contractor and inspected, tested, and accepted by the City of Lubbock to be free from defects for a period of one year for water and/or sewer improvements and two years for paving and or drainage improvements from the date the infrastructure is accepted by the City of Lubbock. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. The Contractor, Engineer/Surveyor, Record Drawing submittal date, and the Substantial Completion Date are listed below. CONTRACTOR: ENGINEER/SURVEYOR: RECORD DRAWING SUBMITTAL DATE: SUBSTANTIAL COMPLETION DATE: DEVELOPER CONTACT INFORMATION DEVELOPER: ADDRESS: PHONE: EMAIL: SIGNED: PRINTED: LIMITATIONS This warranty does not include damage to underground utilities caused by others due to excavation or boring activities after the date of the infrastructure is accepted by the City of Lubbock. This warranty does not include any cosmetic damages or the results of any cosmetic damages to either above ground utility infrastructure or paving/drainage improvements occurring after the date of substantial completion. These cosmetic damages may include but are not limited to gouges in asphalt from vehicular traffic excluding all construction equipment related to the development, the failure of', asphalt due to water ponding beyond the control of the Developer, any natural disaster, or utility work within dedicated Public Right of Way. Rev. 05-01-2014 ' j . . 3 _z t Y v. � i E L t , i�