Loading...
HomeMy WebLinkAboutResolution - 2010-R0142 - Contract (No. 9419) With Craig Wallace Construction, LLC For Curb Ramps Phase 8 - 03/25/2010 (2)Resolution No. 2010-RO142 March 25, 2010 Item No. 5.18 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Unit Price Construction Contract No. 9419 for ADA Curb Ramps Phase 8 at various locations per RFP 10-061- DD, by and between the City of Lubbock and Craig Wallace Construction, LLC of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on March 25, 2010 '0� )5;�� TOM MARTIN, MAYOR ATTEST: CQ Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Chief Operations Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-Craig Wallace Construction, LLC March 10, 2010 CITY OF LUBBOCK SPECIFICATIONS FOR ADA CURB RAMPS PHASE 8 AT VARIOUS LOCATIONS RFP 10-061-DD Contract 4 9419 Capital Improvements Project 92125 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.tberoroductioncompany.com/ Phone: (806) 763-7770 CITY OF LUBBOCK Lubbock, Texas City of Lubbock PURCHASING AND CONTRACT MANAGEMENT SUITE 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-3326 http://purchasing.ci.lubbock.tx.us RFP- 10-06 1 -DD, Addendum 1 ADDENDUM I RFP-10-061-DD ADA CURB RAMPS PHASE 8 AT VARIOUS LOCATIONS DATE ISSUED: February 18, 2010 CLOSE DATE: February 24, 2010 The following items take precedence over specifications for the above named Request for Proposals (RFP). �N Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Offeror's must submit the REVISED PROPOSAL SUBMITTAL FORM, attached 2. In Paragraph 27 CONTRACTORS INSURANCE, Section C, D and E, DELETE Builders Risk, Umbrella and Professional Liability Insurance. 3. In Paragraph 27 CONTRACTORS INSURANCE, Section B, CHANGE Automobile Insurance Liability to $500,000 4. An example of the truncated dome brick material can be found at www.pavestone.com and look under the detectable warning pavers. 5. An example of the cast in place embedded truncated dome tile can be found at www.armor-tile.com. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss(cumylubbocLus. THANK YOU, Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. E (,__ RFP-10-061-DDadl ***REVISED***PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: RFP: 10-061-DD - ADA CURB RAMPS PHASE 8 AT VARIOUS LOCATIONS Proposal of (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 ADA CURB RAMPS PHASE 8 AT VARIOUS LOCATIONS, 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 DESCRIPTION UNIT ESTIMATED UNIT EXTENDED NO. QUANTITY PRICE AMOUNT 1 Full depth stand up concrete curb removal, including sawcutting and disposal LF 1,750 2 Concrete curb and gutter removal, including sawcutting and disposal, complete LF 1 100 3 Concrete slab removal and disposal, including sawcutting, to include walks, drives, fillets, SF 7,300 pedestrian ramps, complete 4 Four inch (4") non -reinforced concrete flatwork, sidewalk and landings, not to include ramp runs and wings, including sawing of contraction and longitudinal joints, sealing joints with W. R. Meadows "Sof-Seal, all necessary earthwork preparation, including SF 7,250 utility adjustment as needed and removal of all obstacles including tree or shrub roots as needed, topsoil backfill, installed complete Offeror's Initials ITEM UNIT ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY PRICE AMOUNT S Six-inch (6") concrete retaining wall with vertical face, varying in height from zero inches (0") to six inches (6") above finished flatwork grade, reinforced with three -eighths inch diameter LF 2,200 reinforcing steel placed vertically at two feet (2') maximum spacing and horizontally to extend within three inches (3") from full length of wall at each end. 6 Concrete curb installation to match existing curb, in all necessary earthwork and subgrade preparation, r LF 100 into existing concrete curb, installed complete 7 Concrete curb and gutter, to match existing curb and gutter, including all necessary earthwork and LF 100 subgrade preparation, dowel reinforcing into existing curb and gutter and jointing, installed complete 8 Flexible pavement repair to include sawcutting, asphalt paving surface removal and installation of SF 100 new one and one-half inch hot mix asphaltic concrete, Type "D", placed to match surrounding grade, complete 9 Removal and salvage of existing sprinkler head units, including removal of existing fittings and EA 30 irrigation piping as needed for ramp, landing, walk and/or wall construction, including trenching and _plugging of line, complete 10 Installation of new PVC (poly vinyl chloride) irrigation piping for sprinkler head unit installation by licensed irrigator, including operable salvaged LF 300 or new sprinkler head unit, trenching, backfilling and restoration of disturbed area, including fittings and connections to existing irrigation system(s) installed complete Offeror's Initials ITEM UNIT ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY PRICE AMOUNT 11 Fence relocation of various material composition, to include new and equal matching material and LF 125 hardware as needed, including equal anchoring, installed complete 12 Tree removal, eight inch (8") caliper, to include all root (s) removal and disposal, and all necessary earthwork to include EA 1 filling with topsoil to grade, complete 13 Regrading of existing landscape beyond two foot (2') limits of concrete ramp structure, to include CY 20 filling as necessary with clean topsoil, including disposal, complete 14 Stormwater Prevention Pollution Plan, including inspections, recordkeeping, maintenance, silt fencing, sand bags and any other measures and/or LS 1 incidentals required for compliance with the TPDES ermit, com lete 15 Concrete wheelchair ramp with approved slopes, landing, and wings in compliance with ADA and TDLR requirements including steel reinforcement, SF 9,400 trunicated dome surface of brick pavers or embedded cast in place tile, complete. TOTAL PROPOSAL ITEMS 1-15 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 125 WORKING DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $200 (TWO HUNDRED) for Substantial Completion for each day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the 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(a), 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. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: Email: FEDERAL TAX ID or AL SECURITY No. Woman Black American Native American Hispanic American ( Asian Pacific American Other (Specify) CITY OF LUBBOCK SPECIFICATIONS FOR ADA CUR$ RAMPS PHASE 8 AT VARIOUS LOCATIONS RFP 10-061-DD Contract # 9419 Capital Improvements Project 92125 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY ht!p:Hpr.tbereproductioncoMpany.com/ Phone: (806) 763-7770 CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 10-061-DD 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. 2.y 3. 4. 8. V Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal. Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. Ensure your proposal is RECEIVED by the Purchasing Manager Office prior to the deadline. Late proposals will not be accepted. DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING: 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. - :ftype or Print Company Name) NOTICE TO OFFERORS RFP 10-061-DD Sealed proposals addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, City Hall, 1625 13th Street, Room 101, Lubbock, Texas, 79401, until 3:00 P.M. February 24, 2010 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "ADA CURB RAMPS PHASE 8 AT VARIOUS LOCATIONS" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 3:00 PM February 24, 2010 and the City of Lubbock City Council will consider the proposals on March 25, 2010 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 bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. 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 Offeror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON- RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeror 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 at 9:00 A.M. on February 17th, 2010, at City Ha11,162513th Street, City Council Chambers, Lubbock, Texas. Offerors may view the plans and specifications _ Reproduction Company, 2102 Avenue Q, Lubbock, http://pr.thereproductioncompany.com/ ONE SET without charge at The Texas 79405 or at 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 (based on a hourly rate time 8 hours per day minimum) included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. 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 Manager Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. -- CITY OF LUBBOCK, ors Marta Alvarez PURCHASING MANAGER 1_ GENERAL INSTRUCTIONS TO OFFERORS 1 1 PROPOSAL DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive proposals to furnish ADA CURB RAMPS PHASE 8 AT VARIOUS LOCATIONS per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 P.M. February 24, 2010 office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 10-061-DD ADA CURB RAMPS AT VARIOUS LOCATIONS" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Purchasing Manager City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Offerors are responsible for making certain proposals are delivered to the Purchasing Manager Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the General Instructions to Offerors will be considered responsive and evaluated or award of a Contract. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre -proposal meeting will be held at 9:00 A.M. on February 17th, 2010, at City Hall, 1625 13th Street, City Council Chambers, Lubbock, Texas, All persons attending the meeting are required to identify themselves and the prospective proposer they represent. 2_2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meetin& 3 ADDENDA & MODIFICATIONS 3.1 Any changes; additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. j We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES El WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Manager Office. At the request of the proposer, or in the event the Purchasing Manager Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Manager Office. Such addenda issued by the Purchasing Manager Office will be available over the Internet at hgp://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Manager Office no later than seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Manager Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this RFP. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the RFP. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the proposals are received, and if no such notice is received by the Purchasing Manager prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Purchasing Manager 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 seven (7) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS 1 _s 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 proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(b) 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 in the List of Subcontractors 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 of the Agreement. 5 11 12 13 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 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. PROPOSER INOUIRIES AND CLARIFICATION OF REOUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Purchasing Manager if any lan gage=requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing Manager Office no later than seven (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO OFFEROR 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 SEVEN (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: City of Lubbock Marta Alvarez Purchasing Manager 1625 13'h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsync.com TIME AND ORDER FOR COMPLETION 13.1 The Work covered by the contract documents shall be substantially completed within 125 WORKING DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may 6 I' �_ 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. 15 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within two years from date of the Owner's Representative's certification of final completion of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault - free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the 18 W 20 21 obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (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 s 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. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be 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. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted before contract execution. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 9 27 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's 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 Sunday 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. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his on -site employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule 10 t' _ is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 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 proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. In case of discrepancy between unit prices and extended amounts, the unit price shall govern. 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 must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal for ADA CURB RAMPS AT VARIOUS LOCATIONS 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. 29.4 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. I W 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 12 (g) Past experience with the Owner 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) 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 total maximum point value is equal to 100 points. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: 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 multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor (60%) = Price Score 32.2 15% . CONTRACTOR QUALIFICATIONS: 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 30 points allowable. Each evaluator assigns points based upon the responses the Offeror provides in the "Contractor's Statement of Qualifications" and any past experience with the Offeror. 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% SAFETY RECORD QUESTIONNAIRE: This criterion is also more 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 you provide in your "Safety Record Questionnaire" and the Contractor's Experience Modification Ratio. The Offeror shall submit this ratio in the Contractors Statement of Qualifications. Contractors with an Experience Modification 13 Ratio greater than 1 will not be considered. The City may consider any incidents involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators will base their rating primarily upon the type of offense, date of the offense, location where the offense occurred, final disposition of the offense, the penalty assessed, as well as the Experience Modification Ratio. 32.4 20% CONSTRUCTION TIME: This criterion is also more 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 Offeror provides in the Contractors Statement of Qualifications and any follow-up information obtained from referenced contact persons or organizations. 32.5 EVALUATION PROCESS: Evaluators will independently review and score each proposal. The committee will meet, during which time the Committee Chairperson will total the individual scores. If the individual scores are similar, the Chairperson will average the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson will initiate and moderate discussion to determine the reasons for the differences and ensure 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. The estimated budget for the construction phase of this project is $350,000 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 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 14 are rejected. 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. A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or 4_ 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 offeror's proposal. 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. Offerors shall use the Davis -Bacon wage rates attached herein for Lubbock County. 15 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. TEXAS LOCAL GOVERNMENT CODE $ 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted -in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. }j9 f:. ***REVISED***PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: & - &y - s.©I Q RFP: 10-061-DD - ADA CURB RAMPS PHASE 8 AT VARIOUS LOCATIONS Proposal of (hereinafter called 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 ADA CURB RAMPS PHASE 8 AT VARIOUS LOCATIONS, 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 DESCRIPTION UNIT ESTIMATED UNIT EXTENDED NO. QUANTITY PRICE AMOUNT 1 Full depth stand up concrete curb removal, including sawcutting and disposal LF 1,750 15,00 2te -Z/s , 2 Concrete curb and gutter removal, including sawcutting and disposal, complete LF 100 0,0 ( S'b o, 6-0 3 Concrete slab removal and disposal, including sawcutting, to include walks, drives, fillets, SF 7,300 1"15b pedestrian ramps, complete i 4 Four inch (4") non -reinforced concrete flatwork, sidewalk and landings, not to include ramp runs and wings, including sawing of contraction and longitudinal joints, sealing joints with W. R. Meadows "Sof-Seal, all necessary earthwork preparation, including SF 7,250 1901:' (03��f3�-�s� utility adjustment as needed and removal of all obstacles including tree or shrub roots as needed, topsoil backfill, installed complete Offeror's Initials ITEM UNIT ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY PRICE AMOUNT S Six-inch (6") concrete retaining wall with vertical face, varying in height from zero inches (0") to six inches (6") above finished flatwork grade, reinforced with three -eighths inch diameter LF 2,200 (�2� Z� a •D� reinforcing steel placed vertically at two feet (2') I maximum spacing and horizontally to extend within three inches (3") from full length of wall at each end. 6 Concrete curb installation to match existing curb, in all necessary earthwork and subgrade preparation, r LF 100 into existing installed ' S` 0-0 1 1 concrete curb, complete t 7 Concrete curb and gutter, to match existing curb and gutter, including all necessary earthwork and LF 100 subgrade preparation, dowel reinforcing into 711 , o existing curb and gutter and jointing, installed complete 8 Flexible pavement repair to include sawcutting, asphalt paving surface removal and installation of SF 100 new one and one-half inch hot mix asphaltic "D", l S, dD %Stu. 00 concrete, Type placed to match surrounding grade, com lete 9 Removal and salvage of existing sprinkler head units, including removal of existing fittings and EA 30 irrigation piping as needed for ramp, landing, walk ?�I g.p �3fl '� and/or wall construction, including trenching and plugging of line, complete 10 Installation of new PVC (poly vinyl chloride) irrigation piping for sprinkler head unit installation by licensed irrigator, including operable salvaged LF 300 or new sprinkler head unit, trenching, backfilling ��O �Z�b . 60 and restoration of disturbed area, including fittings and connections to existing irrigation system(s) installed complete Offeror's Initials ITEM L UNIT ESTIMATED I UNIT EXTENDED NO. DESCRIPTION I QUANTITY PRICE I AMOUNT 11 Fence relocation of various material composition, to include new and equal matching material and LF 125 hardware as needed, including equal anchoring, 1� j �j �'f�?j IZ,-,�V installed complete 12 Tree removal, eight inch (8") caliper, to include all root (s) removal and disposal, and all necessary earthwork to include EA 1 filling with topsoil to grade, complete 13 Regrading of existing landscape beyond two foot (2') limits of concrete ramp structure, to include CY 20 3$'��O*0o filling as necessary with clean topsoil, including disposal, complete 14 Stormwater Prevention Pollution Plan, including inspections, recordkeeping, maintenance, silt fencing, sand bags and any other measures and/or LS 1 10D,003 f �' incidentals required for compliance with the TPDES 1 i permit, complete 15 Concrete wheelchair ramp with approved slopes, landing, and wings in compliance with ADA and TDLR requirements including steel reinforcement, SF 9,400 trunicated dome surface of brick pavers or embedded cast in place tile, complete. TOTAL PROPOSAL ITEMS 1-15 OfferorLerebygrees to commence the work on the above project on a date to be specified in allotice to Proceed" of the Owner and to substantially complete the project withiRKING DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $200 (TWO HUNDRED) for Substantial Completion for each day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of J`"7o Dollars ($ ), 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(a), 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. (Seal if pfferor is a AT -iSz : ��fferor acknowledges receipt of the following addenda: Addenda No. _j Date /0 Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: (Printed Vr Typed Name) Ci(0.ia kJ Company- "Pb i x u wlq Address Wbyx]�� _uxc-, �h City'TX, Countg State Zip Code Telephone: 90LO Fax: $OU - Email: - Itp FEDE for S�OML SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Craig Wallace Construction, LLC, as Principal, hereinafter called the Principal, and the RLI Insurance Company, a Corporation created and existing under the laws of the State of Illinois, whose principal office is in Peoria, IL, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five percent (5 %) of the greatest amount bid dollars ($---------- - for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for City of Lubbock ADA Ramps Phase 8 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond -or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 24th day of February, 2010. Attest: Witness: Form S-3266-4 Printed in U.S.A. 12-70 t,' Craig Wallace Construction, LLC cx al) By (SEAL). RLI Insurance Kevin J. Dgyfi, Attorney -in -Fact (SEA.I-) j LI RL16 P.O. Box 3967 ( Peoria, IL 61612-3967 PRhone:Sure(80ty 0)645-2402 ( Fax:(309)689-2036 T www.rlicorp.com �i i Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the i approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Tracy Tucker. Tobin Tucker. Kevin J. Dunn W. Lawrence Brown, jointly or severally in the City of Lubbock . State of Texas its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of _ the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 9th day of February 2010 ,• GOAPORAI State of Illinois = ; S E A L : SS County of Peoria nnnnfw On this 9tb day of February 2010 before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: Cherie L. Montgomery Notary Public f wi "OFFICIAL SEAL" F CHERIE L. MONTGOMERY 1STANOF !NqS COMMISSION EXPIRES 02/02/12TTVTVVVVVVVVIVIV RLI Insurance Company By: _ --�- Roy C. Di Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this 24th day of February , 2010 RLI Insurance Company By: Roy C. D' Vice President 4268791030110 A0059207 MCQUEARY I HENRY I BOWLES I TROY February 23, 2010 Re: Insured: Craig Wallace Construction, LLC Policy Number: TSF0001157373 Policy Description: Workers Compensation Insurance Company: Texas Mutual Insurance Company To Whom It May Concern: This letter is to advise you of the Experience Modification Rates for 07/01 /2005 .78 10/01 /2006 .79 10/01 /2007 .83 10/01 /2008 .87 10/01 /2009 .99 If further information is required, please do not hesitate to let us know. Sincerely, MCQUEARY HENRY BOWLES TROY, L.L.P. kl"Lt " V (IWA4L--� Laurie L. Carter, ACSR, CISR on behalf of R. Elaine Cline, CRIS, ACSR Assistant Commercial Account Manager McQueary Henry Bowles Troy, L.L.P. 8144 Walnut Hill Lane, 16th Floor Dallas, Texas 75231 972-770-1600 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted with Bid 1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. 9 : Craig Wallace, Jr. Con for (Origins Signature) Contractor (Print) f CONTRACTOR'S FIRM NAME: Craig Wallace Construction, LLC (Print or Type) CONTRACTOR'S FIRM ADDRESS: PO Box 6674 Lubbock, Texas 79493 Name of AgentBroker: Address of Agent/Broker: 8144 Walnut Hill Lane, 16"` Floor City/State/Zip: Dallas, TX 75231 Agent/Broker Telephone Number: ( 972 ) 770-1600 Date: 1 l /23/09 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing and Contract Management Officer for the City of Lubbock at (806) 775-2163. SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals .on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a 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 incidents involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the 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 corporate officers and employees of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the 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: - 1 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 NO_—X_— 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. QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO— 'X_ 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 from serious bodily injury or death? YES NO�_ If the offeror has indicated YES for question number three .above, the offeror must provide to City of Lubbock, with 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. 2 QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: . 11 SCC> G hed ACKNOWLEDGEMENT THE STATE OF TEXAS X41INN I WALS) Wei :: • 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 e - H Title 2 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: FEDERAL TAX ID or SOCIAL SECURITY No. Signature of Company Printed name of company official signing above: C-to, �Q (0aV1 ae .-7r Date Signed: CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a proposal 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 proposal submittal. Failure to submit the following Proposal Evaluation information may result in the OWNER considering the proposal non -responsive and result in rejection of the proposal by the OWNER. Offerors are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a proposal, which in its judgment is the lowest and best proposal, to reject any and all proposals, to waive irregularities in the proposals, or to reject nonconforming, non -responsive, or conditional proposals. In addition, the OWNER reserves the right to reject any proposal 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 proposal 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 attorneys fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As Craig Wallace Construction, LLC Business Address of Principle Office PO Box 6674 Lubbock, Texas 79493 Telephone Numbers Main Number 806-798-7242 Fax Number 806-798-7214 Web Site Address www.cwc-ltd.com Form of Business (Check One) If a Corporation---,---------- Date of Incorporation X A Corporation A Partnership An Individual 1997 as Partnership, 2008 as LLC State of Incorporation Texas Chief Executive Officer's Name President's Name Craig C. Wallace, Jr. Vice President's Name(s) Secretary's Name James M. Lewis Treasurer's Name If a Partnership Date of Organization State whether partnership is general or limited If an Individual Name Business Address Identifyover the organization Indicators., Average Number of Current Full 25 Average Estimate of Revenue 2500K Time Employees for the Current Year Contractor's Organizational Experience Organization Doing Business As Craig Wallace Construction, LLC Business Address of Regional Office SAME AS ABOVE Name of Regional Office Manager Telephone Numbers Main Number Fax Number Web Site Address Organization List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies p ntly doing business: Names of Organization From Date To Date Craig Wallace Construction Ltd. 1997 2008 Craig Wallace Construction, LLC 2008 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction Experience Years experience in projects similar to the proposed project: 10 As a General Contractor I Yes As a Joint venture Partner Current Contractor Experience Modification Ratio .99 for 2009 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. n/a 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. n/a Has this or a predecessor organization ever been disqualification as a bidder or poser 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. n/a 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. 1 Attach #1 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. n/a Contractor's Proposed Key Personnel Organization Doing Business As Craig Wallace Construction, LLC Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart as an attachment to this description. See attachment No. Our managerial structure is outlined Attachement No. 2. Below are the names and positions of key personnel. President — Craig C Wallace, Jr. BOM — James Lewis Project Safety, Quality Control and General Construction Manager — Tom Brown Project Manager — Rob Bichard Superintendent — Rick Denzer Assistant Project Manager — Katy Rubelee See Attachment No. 2 — Organizational Chart Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the tide and names of proposed key personnel and alternates. Include this chart as an attachment to this description. See attachment No. See Attachment No. 3 and reference Attachment No. 2 (Organizational Chart) and information above. Experience of Personnel Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Rob Bichard N/A Project Superintendent Rick Denzer Walter Foster Project Safety Officer Tom Brown N/A Quality Control Manager Tom Brown N/A If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 4 Proposed Project Manager Organization Doing Business As Primary CandidateI Name of Individual Craig Wallace Construction, LLC Rob Bichard (see resume attached) Years of Experience as Project Manager 3 Years of Experience with this Organization 3 Number of similar projects as Project Manager 5 Number of similar projects in other positions Multiple Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date St. Luke's UMC Renovations and Additions 20% 5/01/2010 LHUCA Studio Project 20% 7/04/2010 Aim Bank le New Building 20% 6/15/2010 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Ty Sisco Name Todd Darden Title/ Position Landscape Architect Title/ Position Asst. City Manager Organization Parkhill, Smith and Cooper Organization City of Big Spring Telephone 806-473-2200 Telephone 432-264-2500 E-mail tsisco team- sc.com E-mail tdarden@mvbi'gspring.com Project Various Project Various Candidates role Architect on Project Alternate Candidate Name of Individual Candidates role Owner's Rep on Project N/A Years of Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Name Information (listing names indicates approval to contacting Name the names individuals as a Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidates role on Project Candidates role on Project Proposed Project Superintendent L; Organization Doing Business As Primary Candidate Name of Individual Craig Wallace Construction, LLC Rick Denzer (see resume attached) Years of Experience as Project Superintendent 15 Years of Experience with this Organization 3 Number of similar projects as Superintendent 10 Number of similar projects in other positions 20 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Covenant Brownfield Clinic 100% 3/15/10 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Ty Sisco Name Mike Motheral Title/ Position Landscape Architect Title/ Position Superintendent Organization Parkhill, Smith and Cooper Organization Sundown ISD Telephone 806-473-2200 Telephone 806 229-3021 E-mail tsisco team- sc.com E-mail mmotheral@sundownisd.com Project Various Project Sundown ISD Sports Fields Candidates role architect on Project Alternate Candidate Name of Individual Candidates role Owners Rep on Project Walter Foster Years of Experience as Project Superintendent 15 Years of Experience with this Organization 4 Number of similar projects as Superintendent 15 Number of similar projects in other positions 30 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Comanche Trail Clubhouse 100% 4/15/10 Reference Contact Name Information (listing names indicates approval to contacting Todd Darden Name the names individuals as a Darrell Fleming Title/ Position Asst. Ci Manager Title/ Position Architect Organization City of Big Spring Organization Shiver, Me ert & Assoc. Telephone 432 264-2500 Telephone 806 372-5662 E-mail tdarden@mybigspring.com E-mail darrell@smaae.com Project Comanche Trail Clubhouse Project Shallowater ISD Candidates role on Project Owners Rep Candidates role onProect Architect Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual Craig Wallace Construction Tom Brown (see resume attached) Years of Experience as Project Safety Officer 5 Years of Experience with this Organization 13 Number of similar projects as Safety Officer Multiple Number of similar projects in other positions Multiple Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date See Attachment A & B Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Gary Henley Name Craig Hall Title/ Position Owner Title/ Position Owner Organization Hamilton Acoustical Organization Westech Electric Telephone 806-763-3830 Telephone 806-771-9999 E-mail ghenleyadoor.net E-mail chall westechelectric.com Project Various Project Various Candidates role Subcontractor on Project Alternate.d Name of Individual Candidates role Subcontractor on Project N/A Years of Experience as Project Safety Officer Years of Experience with this Organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Name Information (listing names indicates approval to contacting Name the names individuals as a Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidates role on Project Candidates role on Project l IProposed Project Quality Control Manager Organization Doing Business As Primary Candidate; Name of Individual Craig Wallace Construction, LLC Tom Brown (see resume attached) Years of Experience as Quality Control Manager 5 Years of Experience with this Organization 13 Number of similar projects as Quality Manager Multiple Number of similar projects in other positions Multiple Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date See Attachment A & B Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name See Above Name See Above Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidates role on Project Alternate Candidate Name of Individual Candidates role on Project N/A Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates Name approval to contacting the names individuals as a Name Title/ Position Title! Position Organization Or anization Telephone Telephone E-mail E-mail Project Project Candidates role on Project Candidates role on Project Contractor's Project Experience and Resources Organization Doing Business As Craig Wallace Construction, LLC Projects Provide a list of major projects that are currently underway, or have been completed within the last five ears on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed 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: 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 See Attachment No. 4 Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? General Business Management, Accounting, Supervision, Project Management, Misc. Labor and Final Clean-up What work does the organization propose to subcontract on thisproject? Construction of various ADA ramps Instrumentation and Control System Supplier Questionnaire Organization Doing Business As Address Telephone Number Number of full time design personnel on staff Number of full time service personnel on staff not including designpersonnel) Geographic location of service personnel for this Project Number of years Supplier has successfully provided similar work. individualsReference Contact -. .ject-as-a- Project Name Information (listing names indicates approval to contacting the names reference) Project Scope Project Contact Title/ Position Organization Telephone E-mail Project Name Project Scope Project Contact Title/ Position Orcianization Telephone E-mail Project Name Project Scope Project Contact Title/ Position Organization Telephone E-mail 10 Provide a list of major equipment suppliers proposed for use on this project. List one manufacturer only for each item. Attach additional information if necessary. Manufacturer Name I Equipment / Material Provided Current Projects and Projects Completed within the last 5 Years (Complete a new form for each reference project) Project Owner See Attachment A & B — Current and Completed Jobs Project Name General Description of Project: 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 Surety Project Budget and Schedule Performance 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 PersonnelKey Project Project Manager Project Safety Officer Quality Control Manager Superintendent Name Percentage of Time Devoted to the Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation or Dispute Review Boards Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved Resolved Issues Pending Resolved Issues 12 Attachment No. 'I Craig Wallace Construction is currently the plaintiff in a claims dispute case for none payment involving Shallowater Independent School District. The project in question involved the renovation and addition of classrooms at Shallowater Middle School. Architect Contact Information: Shiver - Megert & Associates - Darrell Fleming, AIA - (BOe) 372-56C2 There are no other pending or past legal actions or arbitration proceedings involving our company. There are no projects in which we have failed to fulfill the terms of the contract. C�ipMJ�l teo.�Lonetrvxitl on Attachment No. 4 Craig Wallace Construction will use the following techniques to maintain and enforce the project schedule while providing the best value for the Owner. Contract Administration - Craig Wallace Construction has an experienced staff able to handle contracting and all associated requirements. We have previous experience working with the City of Lubbock and are familiar with contracting, insurance and bonding requirements. Management of subcontractors and suppliers - When possible we use subcontractors and suppliers that we have previous experience with and are confident that will provide a quality product per plans and specs. Our Project Superintendents are also highly experienced in managing subcontractors and suppliers to provide a quality product and maintain a smoothly running project. Time Management - Providing the Owner with a completed project on schedule is key to Craig Wallace Construction throughout the construction process. To help meet this goal the approved schedule will be updated on a monthly basis and necessary adjustment made to maintain the agreed upon completion date with time adjustments because of weather or change orders. This will enable the superintendent to schedule start time of subcontractors to make up lost time because of material delivery or other factors out of their control. Cost Control - Craig Wallace Construction will provide the City of Lubbock with a complete project proposal by assuring that we completely understand the project prior to bid. Changes during construction will be kept at a minimum and provided to the Owner in a cost efficient manor. Quality Management - All team members at Craig Wallace Construction are focused on providing the Owner with a quality product. To help assure this happens we work with quality subcontractors and suppliers and strictly adhere to the submittal process. We also employee experienced staff including Superintendents, Project Managers and a General Construction Manager. Providing duel duties the General Construction Manager also acts as Quality Control Manager, assuring that a standard of quality if maintained throughout the construction process. Project Site Safety - All Craig Wallace Construction Superintendents are trained in jobsite safety and required to provide safety training and assistance onsite to subcontractors. We strive to provide a safe jobsite and have vast experience in working with Owners to maintain public safety at places such as schools, hospitals and churches. Managing Changes to the Project - There are changes that occur during construction on almost all projects. At Craig Wallace Construction we strive to keep all changes to the contract and project to a minimum. When a change is required we handle it as quickly and efficiently to minimize any affect to the budget or completion date. Managing Equipment - Most equipment required for this project will be provided and managed by subcontractors. cra�yw.x.oe�erav,craa, Attachment A & B The following is a partial list of current and completed projects for which Craig Wallace Construction is the General Contractor. Lamar Forrest Community Center Lamesa, TX New Construction of Community Center Building Material: Structural Steel and CMU Contract Amount: $1 .083 million Owner: City of Lamesa, Fred Vera, BOB-872-2124 Architect: Parkhill, Smith and Cooper, Lubbock, TX Contact: Bill Noonan, AIA Project Size in Square Feet: 7,000 Project Manager: Rob Bichard Project Superintendent: Greg Walker Completed: 9B% Complete Irion County ISO Mertzon, TX General Contractor/New Construction and Renovations Building Material: All types Contract Amount: $9.5 million Owner: Irion Co. Independent School District Architect: DouglasKArchitecture, Dallas, TX Contact: Douglas Koehne, AIA, 214-752-13535 Project Size in Square Feet: N/A Project Manager: Rob Bichard Project Superintendent: Mark Noonan Completed: January 2010 St. Luke's United Methodist Church Midland, TX New Construction and Renovations of Church Building Material: Structural Steel Contract Amount: $1 .B million Owner: St. Luke's United Methodist Church Architect: Parkhill, Smith and Cooper, Lubbock, TX Contact: Kreg Robertson, AIA, 806-473-2200 Project Size in Square Feet: 20,000 Project Manager: Rob Bichard Project Superintendent: Jamie Hemphill Completed: 20% Complete N7 C rWQWelIeoeCcgwtruction Lubbock Medical Center - Rehab Lubbock, TX Construction Manager 0 Risk converted to Stipulated Sum after 90 Days Building Material: Tilt up concrete panels and structural steel rContract Amount: $1 1 million t Owner: Quaker Medical L.P., 2202 Memphis Ave., Ste. 1 04B, Lubbock, TX 79410 Contract: Paul Fowler, BOB-799-11 15 I Architect: CFP Group, 1 B01 West End Ave., Ste. 700, Nashville, TN 37202 Contact: Sara Snodgrass, 615-B46-0222 Project Size in Square Feet: 60,676 Project Manager: Chuck Delano Project Superintendent: Walter Foster Completed: May 200B Eaale Ridae Apartment Complex Hobbs, NM Design/Build for New Construction Building Material: Wood Frame and Brick Contract Amount: $5.7 million Owner: RLP Hobbs Architect: Craig Wallace Construction, LLC, Lubbock, TX Contact: Alex Gross, AIA, NCARB, LEED-AP Project Size: 22 Quad Buildings include Site Development Project Manager: Rob Bichard Project Superintendent: Bret Richardson Completed: February 2009 Shallowater ISD - Middle School Renovations and High School PE Facility Shallowater, TX General Contractor for New Construction and Renovations Building Material: Structural Steel and Brick Contract Amount: $2.3 million Owner: Shallowater ISD, Shallowater, TX Architect: Shiver-Megert and Associates, LLP, Amarillo, TX Project Size in Square Feet: 23.000 Project Manager: Morgan MacKenzie Project Superintendent: Walter Foster Completed: November 200B Aim Bank Levelland Levelland, TX Oesign/Build for New Construction Building Material: ICF and Pre -Engineered Metal Building Trusses Contract Amount: $1 .5 million Owner: Aim Bank Architect: Craig Wallace Construction, LLC, Lubbock, TX Contact: Alex Gross, AIA, NCARB, LEED-AP Project Size in Square Feet: 12,000 Project Manager: Rob Bichard Project Superintendent: Jason Claborn Completed: August 200B craiewe9eoecor�r+.,oraon Shallowater ISO Shallowater, TX l General Contractor for New Construction and Renovations Building Material: Structural Steel and Brick Contract Amount: $1 .7 million Owner: Shallowater ISD, Shallowater, TX Architect: Shiver-Megert and Associates, LLP, Amarillo, TX Project Size in Square Feet: 10,000 Project Manager: Morgan MacKenzie Project Superintendent: Walter Foster Date of Completion: February 2007 City of Lubbock Parke Irrigation Phase I Lubbock, TX Bid Job - New Construction Building Material: Pre Cast Concrete buildings 11 1) irrigation and wells Contract Amount: $1 ,300,000 Owner: City of Lubbock Architect/Engineer: Zoltan Feteke, PE Project Size in Square Feet: N/A Project Manager: Fred Sultan, PE Project Superintendent: Heath Tibbets Completed: 2007 City of Lubbock Parks Irrigation Phase 11 Lubbock, TX Bid Job - New Construction Building Material: Pre Cast Concrete buildings 114) irrigation and wells Contract Amount: $1 .100,000 j Owner: City of Lubbock j Architect/Engineer: Zoltan Feteke, RE Project Size in Square Feet: N/A Project Manager: Fred Sultan, PE Project Superintendent: Heath Tibbets Completed: 2007 City of Lubbock Miller Park Uporades Lubbock, TX Bid Job - New Construction Building Material: N/A Contract Amount: $851 ,000 Owner: City of Lubbock Architect/Engineer: Zoltan Feteke, PE Project Size in Square Feet: N/A Project Manager: Fred Sultan, PE Project Superintendent: Heath Tibbets Completed: 2007 CreipWell®o®�Lon iatr�uoYAon F SUPERINTENDENT Rick Denzer Superintendent Mr. Denzer has more than 25 years of experience in the construction field and is experienced in various types of construction including sports complex projects. In the years that he has worked as a Superintendent for Craig Wallace Construction he has proven to be a valuable asset to the company. i As a Superintendent he is responsible for ensuring that plans and specifications are followed by subcontractors to the highest of quality standards and that a safe jobsite is maintained. He also coordinates the work of subcontractors and helps maintain an accurate and acceptable project schedule. Mr. Denzer will be in attendance at project meetings when required and at all jobsite visits. fV ! Below is a brief list of Rick's work experience. For additional project information please see the experience pages included. Experience: 2007-Present Craig Wallace Construction Construction Superintendent responsible for Laborers and Subcontractors Extensive experience in implementing project from conception to completion Ensures plans and specifications are followed by subcontractors Key Commercial Construction Projects Covenant Clinic Renovations, Brownfield, TX Sundown ISO Baseball and Softball Fields, Sundown, TX Roy Anderson Park, Big Spring, TX Hurst Farm Supply, Abernathy, TX Invenergy, Stanton, TX Jarvis Metals, Lubbock, TX MACSA Corn Flour Plant, Lubbock, TX Education: Texas Tech University Bachelor of Architecture - Design Option CmIgW®Ile ceconetruction MANAGER Tom Brown Project Safety Office, Quality Control Manager and General Construction Manager Tom Brown has more thant 29 years of experience in the construction field and has been involved from design through construction in all aspects of the industry. He offers an extensive range of experience and knowledge to each project that he oversees. As Construction Manager he manages the daily operations of the project Superintendents and oversees communication between the field and office. He is available for consultation should an issue arise and it often in attendance at project meetings. As a Safety and Quality Manager he oversees the distribution of safety information and training and assures that a high standard of quality is maintained on all projects. He is able to effectively manage these various duties due to his extensive experience and knowledge of the construciton industry. He frequently visits jobsites and maintains an "up to date" knowledge of all active projects. He also uses the relationships he has built with other Craig Wallace Construciton employees, subcontractors and clients to facilitate communication and effectively manage projects. Experience: 1996 to Present Craig Wallace Construction, LLC Construction Manager Construction Manager over all construction projects Supervisor of Superintendents, Laborers and Subcontractors Key Projects ' Lubbock Medical Center i Lubbock ISO Transportation Facility Frenship ISO - Various projects Wayland Baptist University Library Diamond M Museum at Texas Tech Southcrest Baptist Church First Christian Church Gym Dermatology Facility at Texas Tech Lakeridge Dental Facility Kings Park Medical Facility Dr. Shoukfeh Cardiac Care Facility Super a Motel Windcrest Village Apartments Estacado Village Apartments Women's Protective Complex CrdeW�llso��Lor�trucdon POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing Manager Office Not Later Than TWO BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. FINAL LIST OF SUB -CONTRACTORS Company Name and City H.D. Weaver, Inc. Work Contracted Minority Owned Yes or No demo, concrete ❑ ❑ ❑ 0 El ID 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN TWO BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP-10-061-DD - ADA CURB RAMPS PHASE 8 AT VARIOUS LOCATIONS STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Construction, LIC KNOW ALL MEN BY THESE PRESENTS, that Cog Wallace (hereinafter called the Principal(s), as Principal(s), and RLI Insurance Canpany (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto theEC. of L�t bbo hereinafter called the 'A y ve no awful money of the Obligee), in the amount Of x� fimarPrt fi ft�r fnnr thrrnlcand seven h=r ( 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 25th day of March ,2010,to RFP 10-W1 DD — ADA Curb Ramps Phase 8 at Various Locations and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument thislst day of April .2010. RLI Insurance C flPany Surety I * By: Kevin J. Craig Wallace Construction, ILQ (Company Name) By. Craig Wallace, Jr. n ed N me) r (Sign tore) Manager (Title) a The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunn 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. i RLI Insurance Cw4my Surety I zo. *By: t I (Title) e ' J. Dunn, Attorney —in —Fact Approved as to Form City of ck By : City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. :_• TWkMA0.i:�417iT::i!7 I PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, thatCr-aig Wallace Construction, LLC (hereinafter called the Principal(s), as Principal(s), and RIS Insurance Cry (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto �Jyvgf J&bh8#b0ereinafter called the Obligee), in the amount of `IWo hundred fifty four, thousand seven hundRWIars ($ 254,765.00 ) 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 25th day of March, 2010, to �' 10-061 DD — ADA Curb Ramps Phase 8 at Various Locations and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 1st day of April 2010. IU Insurance Company Su *r L Craig Wallace Construction 11C (Company Name), By: Craig Wallace, Jr. (Signature) Manager (Title) 4 r� N The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunn 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. [1 H Approved as to form: CitaityA-ttorney ck � By: I I RLI Insurance Co many Surety * By, (Title)Ke ' J. Dunn, Attorney —in —Fact * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. ® RLI Surety RU P.O. Box 3967 1 Peoria, IL 61612-3967 Phone: (800)645-2402 1 Fax: (309)689-2036 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Tracy Tucker. Tobin Tucker, Kevin J. Dunn, W. Lawrence Brown, jointly or severally in the City of Lubbock , State of Texas its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its - corporate seal affixed this 9th day of February , 2010 _r �ooawor r� < fk' State of Illinois = :SEAL SS County of Peoria '�.,,;< ..... \s,."°�,` -' On this 9th day of February 2010 before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By. ., Cherie L. Montgomery Notary Public �L.! "OFFICIAL SEAL" x—PUBM e CHERIE L. MONTGOMERY STATEOF ILUNW COMMISSION EXPIRES 02/02/12 RLI Insurance Company By: Roy C. Di Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this 1t_ day of April > 2C11CL. RLI Insurance Company By: Roy C. D' Vice President 4268791030110 A0059207 63 RL1 Insurance Company RLI P.O. Box 3967 Peoria IL 61612-3967 Phone:309-692-1000 Pax:309-692-5637 IMPORTANT NOTICE To obtain information or make a complaint: TEXAS COMPLAINT NOTICE You may call RLI Insurance Company's toll tree telephone number for information or to make a complaint at 800-483-9754 . You may also write to RI;I Insurance Company at: 909 Lake Carolyn Parkway, Suite 800 Irving, TX 75039 FAX # 972-241-6225 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800- .5 -3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX It (512) 475-1771 Web: httn://www.idi.state.tx.us E-mail: ConsumerProtection(a?tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact RLI Insurance Coin patty first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for in only and does not become a part or condition of the attached document. M4201907 CAS CERTIFICATE OF LIABILITY INSURANCE F 3 D29( 2010 PRODUCER Phone: 972-770-1600 Fax: 972-770-1699 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION McQueary Henry Bowles Troy LLP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8144 Walnut Hill Lane HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 16th Floor ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas TX 75231 INSURED -Craig Wallace Construction, LLC ,,Craig 6674 Lubbock TX 79493 rnveonr_=a INSURERS AFFORDING COVERAGE INSURER A:Amerisure Mutual IT INSURER B:Ameri sure Insuranc( INSURER c:Hanover Insurance ( INSURERD:Texas Mutual Ins= NAIC # THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. VOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS '_ERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS A GENERAL LIABILITY CPP2064758 10/1/2009 10/l/2010 EACH OCCURRENCE $ 1, 000, 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $ 3 0 0, 0 0 0 MED EXP (Any one person) $ 10 0 0 0 CLAIMS MADE a OCCUR PERSONAL & ADV INJURY $ 1 0 0 0 0 0 0 X Contractual GENERAL AGGREGATE $ 2 0 0 0 0 0 0 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 0 0 O 0 0 0 IIII I- POLICY X PRO LOC A AUTOMOBILE LIABILITY ANY AUTO CPP2064758 10/1/2009 10/l/2010 COMBINED SINGLE LIMIT (Ea accident) $ 1, 0 0 0, 0 0 0 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY CU2064759 10/1/2009 10/1/2010 EACH OCCURRENCE $ 5 000 000 AGGREGATE $ 5 0 0 0 0 0 0 �B X OCCUR F—ICLAIMS MADE $ $ XIDEDUCTIBLE RETENTION $ O D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y� OFFICER/MEMBER EXCLUDED? (Mandatory in NH) TSF0001157376 10/1/2009 10/1/2010 WC STATU- OTH- X ER E.L. EACH ACCIDENT $ 1 000,000 E.L. DISEASE - EA EMPLOYE $ 1 0 0 0 0 0 0 E.L. DISEASE -POLICY LIMIT $ 1 0 0 0 0 0 0 If yes, describe under SPECIAL PROVISIONS below C OTHER Builders Risk IHD6416536 10/1/2009 10/1/2010 * All except $7,500,000 Frame, BV & Stucco $5,000,000 Temp Locs/Transit $250,000 Deductible $1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS certificate Holder is named as Additional Insured under the General Liability blanket form (CG7085 0304), Automobile blanket form (CA7165 1007), and Umbrella Liability (Follow Form) and provided Waiver of Subrogation under the neral Liability blanket form (CG7063 1005), Automobile Liability blanket form (CA7118 0508), Workers Compensation flability anket form (WC420304A) and Umbrella Liability (Follow Form) policies, but only to the extent that the limits and =orms are required to satisfy the terms of a written contract. The General Liability insurance is Primary & Non See Attached... City of Lubbock P.O. Box 2000 Lubbock TX 79457 - ACORD 25 (2009101) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED 3EFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER RILL ENDEAVOR TO MAIL 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON rHE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD No Text DESCRIPTIONS Continued. ributory blanket form (CG7085 0304). '-Builders Risk * All jobsites and temporary location are excluded in Florida, High and Moderate Hazard and Tier One & Two Counties as listed on policy. Includes Flood with $1,000,000 sublimit, $25,000 Deductible and Earthquake with a $1,000,000 sublimit and $25,000 Deductible. Flood is provided if structure is located within Flood Zone C or unshaded X or outside of the 500 year flood plain, as defined by FEMA. Earthquake is provided if structure is located outside 200 —miles of New Madrid, MO or the States of California, Oregon, Utah and Washington. Subject to ten days notice of cancellation due to non-payment of premium. CONTRACTOR INSURANCE CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and _ (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be 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 AND THE AS PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PROJECTS AND COMPLETE OPERATIONS. 2 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate Jof 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. 3 Page Intentionally Left Blank CONTRACT 9419 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 25th day of MARCH, 2010 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and CRAIG WALLACE CONSTRUCTION, LLC of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP-10-061-DD - ADA Curb Ramps Phase 8 at Various Locations, and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Craig Wallace Construction's proposal dated February 24, 2010 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. TO C�qce- CITY OF LUBBOCK, TEXAS (OWNER): • is--C,. By: MAYOR By: ATTEST: PRINTE NAME: CiV`(,�i t n i A— M Q C, TITLE:_Dr e S I f'/f J f City Seclfethry COMPLETE ADDRESS: APPROVED AS TO O TENT• Com an � ,' t-k) a- t (O Q Ol f , Y x Address U V L 1 Owner's Representative City, State, Zip U-UtO 9 0 t V . 7g4g3 , /"/► A Director APto FORM: City Attorney r- L 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. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit Successful Offeror 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 KEITH SMITH, ASSISTANT CITY ENGINEER 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 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. 15. 16 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 1 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. 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 j affect or modify any of the terms or obligations herein contained. Subject to the r-- 4 i i i- rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment 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 Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the ..; scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract 5 documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or -= manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests 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 requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such 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 1 I deemed by the Owner or Owner's Representative as unsuitable or not in t conformity with plans, specifications and/or contract documents, the Contractor - - shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and -- alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or 6 after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent 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 performance 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 workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks; rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses 25 incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind 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 performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 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 8 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 seven ('n calendar days prior to the opening of proposals. 26. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 27. 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 9 insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. Commercial General Liability Insurance (Primary Additional Insured (to include products and complete operation) 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 and Endorsement XCU Endorsement B. 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, to include all owned and non -owned cars including: Employers Non - ownership Liability Hired and Non -owned Vehicles. 10 C. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of - Lubbock as insured. D. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of '- $3,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. E. Professional Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) This insurance shall be required only in cases where the Contract Documents specifically require that Contractor provide for design services to be performed by a professional engineer with appropriate expertise in accordance with applicable laws and `- regulations, licensed or registered in the State of Texas, and that the shop drawings or other evidence of design bear the seal and signature of that professional engineer. This insurance shall provide protection against claims arising out of performance of professional design services and caused b a negligent error, omission, or act for which the insured art is Yparty legally liable; such professional liability insurance shall provide coverage in the amount of $3,000,000 which shall be maintained throughout the duration of the Project and for one year after Substantial Completion. In the event that the professional design services are performed by an independent consultant or Subcontractor engaged by Contractor, this insurance shall be furnished and maintained by the independent consultant or Subcontractor. In the event that the professional design services are performed by a member of Contractor's organization, this insurance shall be furnished and maintained by Contractor. A certificate of insurance for such professional liability insurance coverage, including the amount, duration, and name of the insured party, shall be delivered to Owner and Primary Additional Insureds. 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 $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, 11 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 foodibeverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. 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 12 (b) no later than seven days after receipt by the Contractor, a '- new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if t_ 13 the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who 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. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. 14 (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; 15 t _; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "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 tdLstate.tr us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (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 16 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. 17 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 harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or 18 the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and 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 indicated in the Proposal Submittal Form, 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 fail to meet the time requirements stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally 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 1 19 t 35. 0 permanently from Contractor's total compensation, the sum indicated in the Proposal Submittal Form, 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 fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conducive 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 Contract; 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. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or 20 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 thirty (30) 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 r 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 21 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 two (2) years from the - date of the Owner's Representative's certification of final completion (also known as the Correction Period). PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently - discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: _ (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (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 24 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 25 County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses _. designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their_ proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood — 26 _ i 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. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 53. 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 27 { �-E 3 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. 54. 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 3 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 11 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 1 asbestos. 55. 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.-� 28 I DAVIS-BACON WAGE DETERNUNATIONS GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20080028 02/08/2008 Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 02/08/2008 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter ......................$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 0.00 Electrician ....................$ 17.00 0.00 Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 8.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ 16.85 0.00 Motor Grader Operator Rough .... $ 11.75 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 € 2 SPECIFICATIONS CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS October 1, 2009 CITY OF LLTBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS TABLE OF CONTENTS SECTION PAGE NUMBER 1.1 GENERAL 5 1.2 Specifications 5 1.3 Warranty and Acceptance 6 1.4 Testing and. Inspection 6 1.5 Cleanup and Site Restoration 6 1.6 Notification of Property Owners 7 1.7 Protection of Utilities and Irrigation Systems 7 1.8 Water for Construction 7 2.1 CONCRETE 8 2.2 Classification 9 2.3 Mix Design 9 2.4 Strength Requirements 10 2.5 Cement 10 2.6 Aggregate 11, 2.7 Flowable Fill 12 2.8 Water 12 2.9 Admixtures 12 2.10 Reinforcing Materials 12 2.11 Joints 13 2.12 Joint Sealing Materials 14 2.13 Curing Compounds 14 2.14 Forms for Concrete 14 2.15 Placing and Finishing Concrete 15 3.1 SUBGRADE 16 4.1 FLEXIBLE BASE (CALICHE) 17 4.2 Materials Tests 17 4.3 FIexible Base Construction 18 2 5.1 ASPHALT STABLIZED BASE (ASB) 18 5.2 ASB Mix design 19 5.3 Placing ASB 20 5.4 ASB Compaction 20 6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAC) 20 6.2 Thickness of HMAC Surface 21 6.3 Mix Design 22 6.4 Coarse Aggregate 23 6.5 Fine Aggregate 24 6.6 Asphalt 24 6.7 Production_ and Placement of HMAC 24 6.8 Compaction 26 6.9 Prime and Tack Coats 27 6.10 Emulsified Asphalt Sealer 27 6.11 Release agents 27 6.12 Sampling of HMAC 28 7.1 STORM SEWER 28 7.2 Reinforced Concrete Pipe 28 7.3 Mortar 28 7.4 Preformed Bituminous Gasket Joints 29 7.5 Manholes 29 7.6 Manhole Frames and Covers 30 7.7 Construction Methods 30 7.8 Excavation 31 79 Pipe Installation 32 7.10 Backfilling 33 7.11 Trench Protection 34 8.1 FENCES 35 9.1 SALVAGE OF ASPHALT PAVING 35 10.1 BARRICADES 35 11.1 PROSECUTION OF THE WORK AND WORKING DAYS 36 11.2 Working Days Definition 36 11.3 Work Between November 1 and January 2 37 3 12.1 MEASUREMENT AND PAYMENT 37 12.2 Curb and Gutter 38 12.3 Concrete Flat Slabs 38 12.4 Curb Ramps 38 12.5 Concrete Drainage Channel 35 12.6 Retaining Wall or Curb on Drain Channel or Curb Ramp 39 12.7 Concrete Median 39 12.8 Concrete Street Paving 39 12.9 Sawing and Sealing Joints 39 12.10 Storm Sewer Inlet Boxes and Manholes 40 12.11 Headwalls 40 12.12 Storm Sewer Pipe 40 12.13 Extra Vertical Feet of Manhole 40 12.14 Curb and Gutter Removal 40 12.15 Concrete Slab Removal 41 12.16 2 Sack Flowable Fill 41 12.17 Asphalt Paving 41 12.18 Asphalt Paving Repair 41 12.19 Excavation and Grading 42 12.20 Ditch Grading and Unpaved Street Surface Grading 42 13.1 STANDARD DETAILS 43 Street Crown Elevations Typical Asphalt. Street Cross -sections Typical 24 inch Curb and -Gutter Typical 30 inch Curb and Gutter Concrete Valley Gutter Alley Return and Alley Paving Tee Alley Typical Handicap Ramp Driveway with 4 Foot Property Line Sidewalk Driveway with 5 Foot (residential) or 6 Foot (thoroughfare) Curb Back Sidewalk 4 CITY OF LUBBOCK PUBLIC WORKS ENGINEERING STANDARD PAVING SPECIFICATIONS 1.1 GENERAL The construction and materials for any City of Lubbock Public Works Engineering project shall conform to the following specifications and associated plan sheets. Any construction or materials failing to meet the requirements of these specifications or the plan sheets shall be removed and replaced at the Contractor's expense. No consideration will be given to requests for reduced payments, except as specified or extended warranties for construction or materials not in conformance with these specifications or the plan sheets. The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. Material Safety Data Sheets (MSDS) shall be required on all materials. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer The term Engineer used in these specifications may refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these 4 specifications and associated plans. 1.2 SPECIFICATIONS Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. When information indicated on plan sheets is different from these specifications, the information on the plans shall govern. 1.3 WARRANTY AND ACCEPTANCE All equipment, materials, and construction incorporated into any project covered by these specifications shall be guaranteed against defective material and workmanship. Prior to final acceptance, the contractor shall furnish to the Engineer, a Maintenance Bond which shall provide that the contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in or from such defects when such defects appear writhin one year from the date of acceptance of the work. The determination of the necessity during the warranty period for the contractor to repair or replace the work in whole or in part shall rest with the Engineer. 1.4 TESTING AND INSPECTION All work shall be inspected and/or tested by a representative designated by the Engineer, who shall have the authority to halt construction when, in his opinion, construction is being performed contrary to these specifications or associated plans. Whenever any portion of these specifications or associated plans is violated, the Engineer may order that portion of construction that is in violation to cease until such violation is corrected. Contractor shall cooperate with the Engineer in providing for sampling and testing procedures. in the event City tests indicate out of specification materials, additional tests may be provided by the contractor at his expense. Conflicting tests provided by the contractor will not automatically be considered as compliance with specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. The testing and inspection provided by the City is intended only to verify that materials and construction comply with plans and specifications. The City's testing and inspection are not intended to replace the contractor's responsibility to comply with the specifications. With respect to new material sources, or where the City lab has determined materials do not meet specifications, the City will not re -test until the contractor has provided his own testing to demonstrate the materials and construction are in compliance with the plans and specifications. Upon completion of construction, the contractor shall flood all paving improvements within the project. Any improvements holding water one quarter inch or more in depth, or extending more than 10 feet in length shall be removed and replaced. 1.5 CLEANUP AND SITE RESTORATION After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer. I` 1.6 NOTIFICATION OF PROPERTY OWNERS The contractor shall be responsible for maintaining positive communication with adjacent property owners. The contractor shall notify all affected property owners with respect to pending construction, restricted access, and driveway locations. 1.7 PROTECTION OF UTILITIES AND IRRIGATION SYSTEMS The plans show only approximate locations of utilities as obtained from various utility companies. It is not implied that all utilities or accurate locations are shown on the plans. It is the contractor's responsibility to familiarize himself with all utilities and locations. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification Centers. The contractor shall call DIG TESS 1-800-545-6005 and provide time for all utilities to be identified prior to construction. On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will be responsible during the construction period for damages to any utilities. Irrigation systems affected by construction shall be properly repaired with materials equal the existing system. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 1.8 WATER FOR CONSTRUCTION The City will not furnish water at no charge for construction. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. The contractor shall contact Lubbock Power and Light Customer Service Department (775-2509) and establish a utility account. The contractor must pay the current deposit for a fire hydrant meter. After the account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. Fire hydrants shall be operated only by use an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. When tilling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. 7 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RP7.,) type backflow prevention assembly. All Reduced Pressure Zone type back flow prevention assemblies must be tested, and the test results approved by the City prior to use. The test results shall be sent to the City of Lubbock Water Utilities Department, Meter and Customer Service Supervisor for approval. t_ J In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", the City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 2.1 CONCRETE These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters, alley paving, sidewalks, street paving, drainage channels. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C 94. The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during transit. 1 No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. All concrete shall have 5%, minus 1.5% to plus 3%, air entrainment in conformance with ASTM C 260. All concrete street pavement shall include proper jointing as determined by the Engineer l and a minimum reinforcement of number 4 bars on 18" centers both ways, or as indicated -` on plans. When delivered to the jobsite each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. �i L 1 2.2 CLASSIFICATION The following City of Lubbock classes of concrete shall be used: Class A Curb and gutter, sidewalks, curb ramps, drainage channels, medians, inlet boxes, headwalls, junction boxes, driveways, and retaining walls. Class B Valley gutters and fillets, alley returns, and alley paving. Class C Concrete street pavement. Class D Utility encasements Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or, other special design. 2.3 MIX DESIGN Twenty to thirty days prior to beginning any concrete construction the contractor shall submit the following to the Engineer for approval: 1. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%) 2. A mix design based on water -cement ratio. 3. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with AS TM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. E The City Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. Mix designs for various classes of concrete shall conform to the following: Minimum Sacks Maximum Gal Maximum Slump Class Cement per CY Water per Sack Inches A 5.0 6.5 5 B 5.5 5.5 5 C 6.0 6.0 3 D 4.5 6.5 5 E 7.0 5.0 As specified by concrete batch plant 2.4 STRENGTH REQUIREMENTS The various classes of concrete shall conform to the following minimum strengths in psi as determined by the average of two test cylinders or beams. When cores are subsequently used to prove compressive strength where test cylinders indicate failures, the cores will be tested in accordance to ACI C42. The required compressive strength shall be increased by 10%. COMPRESSIVE FLEXURAL Class 3 Dav 7 Day 28 Dgy A - 2100 3000 - B 2500 3000 - - C - 2500 3600 600(28 day) D - - 2500 - E 3000 psi at 24 hours 2.5 CEMENT Cement shall be Type I, Type Il, or Type III cements, conforming to ASTM C 150 "Standard Specification for Portland Cement". 10 2.6 AGGREGATE Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C 33. The aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to ASTM C 136. All aggregate shall be free injurious amounts of clay, soft or flaky materials, loam, organic impurities, or other deleterious materials. Coarse aggregate for Class C or E concrete shall be crushed limestone (Brownwood type or equivalent). Crushed gravel will be allowed if on the TxDOT Quarterly Monitoring Program, or if specifically approved by the engineer. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained Sieve Percent Retained 3/8 inch 0 1-3/4 inch 0 No. 4 0-5 1-1/2 inch 0-5 No.16 20-55 3/4inch 10-40 No. 30 45-75 1/2 inch 40-75 No. 50 70-90 No. 4 95-100 No. 100 98-100 Aggregate Quality Requirements shall comply with TxDOT Item 302 as follows: Deleterious Material 2.0% maximum Decantation 1.5% maximum Flakiness Index 17 maximum Magnesium Sulfate Soundness 25% Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. 2.7 FLOWABLE FILL Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as specified. Utility ditches in existing paved streets shall be backfilled with flowable fill from the bottom of the ditch to the paving surface. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the contractor at his expense. 2.8 WATER Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26. 2.9 ADMIXTURES Admixtures may be applied to the concrete mix design when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C 494. Chemical admixtures shall not be used as a substitute for Cement. Mineral admixtures such as Class C Ash and Natural Pozzolans in conformance with ASTM C 618 may be used with Types I, II, and 111, Portland Cement. When fly ash is permitted to be used, "cement" in relation to mix design shall be defined as "cement plus fly ash". Fly ash may constitute a maximum of 30% by weight of the cement. 2.10 REINFORCING MATERIALS GENERAL - All concrete, including curb and gutter, shall incorporate wire mesh or fiber reinforcement, and/or other reinforcement as indicated on plan iheets. Metal reinforcement shall be grade 40 (40KSI) unless indicated otherwise on plan sheets. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. STEEL - Wire mesh shall conform to ASTM A 185, and shall be 6"x 6"-10 gauge welded wire fabric, or size as indicated on plan sheets. Reinforcing bars shall beopen-hearth basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM 12 ` A 615 and ASTM A 305. Steel reinforcingmaterials zals stored at any location shall be - protected from accumulations of grease, mud or other foreign matter, and rust producing materials. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Sleeves or wrapping shall be as indicated on plan sheets. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. FIBER - Fiber reinforcement may be used in place of wire mesh only if approved by the City Engineer. Fiber reinforcement shall be either 100% virgin polypropylene, collated, Fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers equivalent to Novocon Xorex. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as recommended by the fiber manufacturer. The minimum physical characteristics on the fiber shall be as follows: Specific Gravity Tensile Strength Length 2.11 JOINTS 0.91 70,000 psi to 110,000 psi 3/4" Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. The 40 foot intervals may be omitted for machine placed curb and gutter. Construction joints formed by removable metal templates accurately shaped to the cross-section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or as directed by the Engineer. Tooled contraction joints, cut at least one quarter the concrete depth, shall be placed at 1.0 foot intervals. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint. Tooled contraction joints, cut 3/4 inch wide 1-5/8 inch deep, shall be placed at 13 foot intervals. Alley paving contraction joints shall be sealed with an asphaltic sealer. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. Unless otherwise specified, the joints shall be sawed 1 /2 inch wride and to depth equal to 1./4 of the pavement thickness plus one half inch. Joints shall be saw cut within 12 hours of placement of the concrete paving. The joints shall be sealed with an elastomeric system as specified in section 2.12. 13 Valley gutters and fillets shall be constructed with tooled construction joints. The joints shall be sealed with an elastomeric system as indicated in section 2.12. 2.12 JOINT SEALING MATERIALS Bituminous premolded expansion joint material shall conform to ASTM D 1751, and shall be placed as indicated on plan sheets or elsewhere in these specifications. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOF-SEAL", W.R. Meadows #158 cold applied, or "GARDOX" as required by plan sheets. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D 3405. Hot poured joint sealant for all other joints in Portland cement concrete pavement, shall conform to ASTM D 3406. Cold poured joint sealant shall conform to ASTM C G20. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow, crack or break when exposed to hot and cold temperature extremes typical of local conditions. Backer rod used with elastomeric sealant shall be 25% greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. Compression of the backer rod material shall be approximately 25% shrinkage at 8 psi applied stress. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 2.13 CURING COMPOUNDS All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing compound and the application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials". No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 2.14 FORMS FOR CONCRETE Forms for concrete construction shall be set to the lines and grades established by the Engineer after subgrade has been prepared. The forms shall be held together and in place in such a manner that they will not move during the placing and working of the concrete. The forms shall be cleaned and oiled prior to placing concrete. 14 Face forms and construction joints removable e 1 � ( metal plates) shall be set to hold the concrete in place until it is to be finished. Forms that are warped or damaged in any manner so as to make them unacceptable to the Engineer shall not be used. Forms for radii shall be set in the same manner as straight forms, and shall be set to produce curves true to the plans. Face forms will not be required for curb and gutter on radii if a true section can be obtained by other methods acceptable to the Engineer. 2.15 PLACING AND FINISHING CONCRETE Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. Concrete shall be placed as close to its proper location as practical. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. The concrete shall be floated and troweled to the approximate section. No water shall be added during placement or finishing of any concrete, unless specifically authorized by the Engineer. When water is needed for finishing purposes it must be dispensed by a pressurized canister with a misting nozzle. For curb and gutter removal of face forms and finishing shall be started after a partial set occurs. For all concrete construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail sheets. Concrete shall not be placed when the ambient temperature is below 40 degrees F or if sustained winds are 25mph or higher as determined by the National Weather Service continuous broadcast, 748-1071 selection 2. if, while pouring concrete, the sustained winds exceed the 25mph all placement operations will cease immediately. Concrete shall not be placed on frozen subgrade. The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect concrete should the air temperature fall below 33 degrees F. This protection shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with forms. The surface of concrete street paving shall incorporate a tined finish. All other concrete surfaces shall be completed with a light broom finish. When forms are used for concrete paving the forms must stay in place for 3 days or until the concrete reaches 2400 psi. Wreck sets will be made by the City of Lubbock inspectors. Finished concrete surfaces shall not have irregularities in excess of 1>8 inch when tested with a 10 foot straightedge. Prior to acceptance, the contractor shall apply sufficient water -3 to all concrete and paving to determine locations of ponding. Ponded areas shall be 15 removed and replaced. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's expense. 3.1 SUBGRADE Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 5 minirnurn and 20 maximum Linear Shrinkage 2 minimum and 10 maximum Subgrade material which does not meet the abode requirements may be conditioned with lime, sand or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. All testing of subgrade will be completed prior to any placement of curb and gutter. Subgrade will be processed the entire width of the roadway including under the curb and gutter section. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95% of Standard Proctor Density at optimum moisture content plus or minus 2%. Subgrade shall be constructed in maximum of 6 inch lifts. The total thickness of the subgrade shall be 6 inches minimum for streets 36 feet wide or less, 12 inches minimum for streets greater than 36 feet wide, or as indicated on plan sheets. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. After each section of subgrade is complete, moisture/density testing will be performed by The City of Lubbock inspection staff. At any time the City Engineer may require proof rolling on streets or alleys with a 25 ton pneumatic roller, to test the uniformity of compaction. Rollers will be completely loaded with water or wet sand to ensure they meet the manufacturer's weight requirements. All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch. Any fill placed within existing or proposed street right of way in execution of an approved out and fill plan shall meet these specifications for materials and construction. 16 Cut and fill operations shall comply with Chapter 25 of the City of Lubbock Code of Ordinances. Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. 4.1 FLEXIBLE BASE (CALICHE) The material for flexible base shall consist of crushed caliche, limestone, calcareous clay particles, conglomerate, gravel, sand, or other approved granular materials produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. Blending of sources shall be allowed only if all sources individually meet the requirements of these specifications. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not change material sources without approval by the Engineer. All base material sources are subject to approval by the Engineer. Approved sources that do not test consistently within the limits of these specifications during construction may be rejected by the Engineer. 4.2 MATERIAL TESTS Flexible base material shall conform to the following test requirements: Sieve Analysis Sieve Size 2-1/2" 1-3/4" 7/8" 3/8" #4 #40 %Retained 0 0-10 10-35 30-50 45-65 70-85 Atterberg Limits Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum and 3 minimum Linear Shrinkage 10 maximum Wet Ball Mill When tested in accordance with Tex- 116-E (Wet Ball Mill) the base material shall have a value not to exceed 50. The percent of material passing the #40 sieve shall not increase by more than 30 during the test. 17 5.3 PLACING ASB Asphalt Stabilized Base shall be placed and compacted in 3 inch lifts to form the specified thickness of compacted base, unless otherwise directed by the Engineer. Prior `l to placing ASB, the subgrade shall be prepared as previously specified. The cross-section shall be constructed to form the specified crown on the HMAC surface at the centerline of the street, or as indicated on the plans. ASB shall not be placed when the air temperature,, as reported by the National Weather Service 748-1071 selection 2, less than 50 degrees F ambient or 60 degrees surface temperature. During June, July, and August ASB shall be placed at a temperature between 255 and 285 degrees F. During other months ASB shall be placed at a temperature between 275 and 325 degrees F. Any ASB material that is above, or below the specified temperature range may be rejected by the engineer. No payment will be made for any rejected material. Any ASB material that is rejected shall be disposed of at a location observed and approved by the engineer's representative. The ASB material shall be laid on the approved prepared surface using an approved laydo,.vn machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. 5.4 ASB COMPACTION The ASB shall be compacted thoroughly and uniformly with approved rollers to a density consistently between 92% and 95% (but must be between 90% and 97%) of the theoretical maximum gravity with a lab molded target of 96.5% plus or minus 1 %. All results will be calculated using the maximum theoretical Rice gravity. Lab molding will take place in accordance to the asphalt manufacturer's recommended temperature. Rolling patterns shall be set by using a thin lift nuclear gauge in order to ensure maximum compaction. All roller marks shall be removed and compaction completed - prior to the ASB mixture cooling below 185 degrees F. 6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAC) Hot mix asphalt concrete surface shall consist of a minimum of one and one half inch thick compacted mixture of coarse aggregate, fine aggregate, mineral filler and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 Dense Graded Hot Mix Asphalt Method. 20 Mix designs will be in accordance with TX204-F with a lab molded density of 96.0% using the Texas gyratory compaction method. With a target VMA (voids in mineral aggregate) to be determined according to type of HMAC utilized. New designs shall be submitted annually, or when material properties change. The contractor's plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface consistently in compliance with these specifications. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. The combined mineral aggregate , after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime in accordance with DMS-6350, or liquid anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TXDOT Item "Asphalt Anti -stripping Agents", and shall be added at the manufacturer's recommended dosage and temperature range. Core locations will be marked and cored at random locations by the City of Lubbock personnel. Cores must be at least 1- '/4" prior to being trimmed. A minimum of 2 cores/600' block will be taken to determine compaction, thickness, and density. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. HMAC surface found to be deficient shall be corrected at the contractor's expense as directed by the Engineer. The contractor shall replace the pavement removed from core holes immediately after testing at no cost to the City. 6.2 TMCKNESS OF HMAC SURFACE The thickness of HMAC surface shall be a minimum of one and one half (1-1/2) inches, unless otherwise indicated on plans. If only one core measures zero to 1/4 inch less than required thickness no corrective action shall be required. If two or more cores measure at least 1 /4 inch less than the specified thickness, the HMAC surface shall be considered deficient with respect to thickness. Additional cores will be taken at 25 foot spacing to define the limits of deficiency. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. The paving surface shall not have variations exceeding 1/8 inch between any two contact points on a 10 foot straightedge. Defects shall be remedied as directed by the engineer 21 using methods specified in TXDOT Item 585 Ride Quality for Pavement Surfaces, Type A. 6.3 MIX DESIGN 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 204f. The aggregate mixture shall conform to the following master gradation: Type "C" (Coarse Graded Surface Course - Streets greater than 36 feet wide) Percent passing 3/4" 95-100 Percent passing 3/8" 70-85 Percent passing No. 4 43-63 Percent passing No.8 32-44 Percent passing No. 30 14-28 Percent passing No. 50 7-21 Percent passing No. 200 2-7 VMA Design Minimum 14% Plant Produced Minimum 13% Tue "D" (Fine Graded Surface Course - Streets 36 feet or less wide) Percent passing 1/2" 98-100 Percent passing 3/8" Percent passing No. 4 Percent passing No. 8 Percent passing No.30 Percent passing No. 50 Percent passing No. 200 VMA Design Minimum 15% 85-100 50-70 35-46 15-29 7-20 2-7 Plant Produced Minimum 14% Lab molded density will be plus or minus 1.0% of design before corrective action is required. Plus or minus 1.5% will require immediate cease in production operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. Asphalt content will be plus or minus 0.3% before corrective action is required. Plus or minus 0.5% will require immediate cease in production operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. 22 Material passing the No. 40 sieve shall be known as soil binder and shall meet the ._ following requirements: Liquid Limit shall. not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. 6.4 COARSE AGGREGATE Only coarse aggregate approved for usage must be on the TXDOT source rating catalog. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 80% crushed faces for both Type "C" IiMAC, and Type "D" HMAC, when tested in accordance with Test Method Tex -460-A Part I "Determination of Crushed Face Count". Decantation will be a maximum of 1.5%. Deleterious will be a maximum of 1.5%. Coarse aggregate shall have a maximum loss of 20% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. When subjected to the Los Angeles Abrasion Test, the coarse aggregate shall not have a loss greater than 40 percent by weight. 23 6.5 FINE AGGREGATE The fine aggregate is defined as that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. A maximum of 15°l0 of the total virgin aggregate may be field sand or other crushed fine aggregate. Screenings shall be of the same or similar material as specified for coarse aggregate. Linear shrinkage shall be a maximum of 3% Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Percent passing on No. 30 Sieve 95-100 Percentpassing on No. 80 Sieve 75 minimum Percent passing on No. 200 Sieve 55 minimum 6.6 ASPHALT Asphalt shall be a Performance graded (PG) 70-28 or better, unless otherwise shown on plans. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. Optimum asphalt content will be determined by Test Method TEX 204-F. The contractor may select a JMF asphalt content which yields 96% compaction provided it is within 0.3% of the design. Asphalt content will be plus or minus 0.3% of design during production. When asphalt content falls outside these parameters immediate action is required. If at anytime the asphalt content falls to .5% immediate cease in production will take place until which time the contractor has provided sufficient evidence of the problem being corrected. 6.7 PRODUCTION AND PLACEMENT OF HMAC Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for the mix design they want to run on that project. The JMF will be held to tolerances as outlined. Description Difference from JMF Difference from city Individual percent retained for # 10 sieve and lar er ; ±5.0% ±5.0% Individual percent retained from # 104200 : =3.0% ±3.0°% i Percent passing #200 ? f2.0% ±1.6% Asphalt content percentage f.3% ! t.3% Laboratory molded density percentage t1..0% f1.01/. 24 HMAC surface constructed compacted thickness: _ Type D 1.5 inches minimum 2.5 inches maximum Type C 2.0 inches minimum 3.5 inches maximum. The pavement shall be constructed on the previously approved base. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all equipment off the right of way 30 minutes prior to sunset. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. Air temperature requirements for placing HMAC shall be as follows: November 1 to April 1 HMAC shall not be placed when the air temperature is below 55 degrees F and falling. HMAC may be placed when the air temperature is above 50 degrees F and rising. April 1 to November 1 HMAC shall not be placed when the air temperature is below 50 degrees F and falling. HMAC may be placed when the air temperature is above 45 degrees and rising. Aix temperature shall be determined by the National Weather Service hourly report, 748-1071 selection 2. If the temperature of any HMAC, measured while passing through the lay down machine, is plus or minus 25 degrees F from the mixing temperature, the load shall be rejected. No payment will be made for rejected material. Any HMAC material that is rejected shall be disposed of at a location observed and approved by the engineer's representative. When weather is producing high winds. contractor must provide a water truck in order to keep the blowing dust down. If the sustained winds reach 25 mph, all concrete and hotmix operations will cease production immediately. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. Wings of the laydown machine may not be dumped unless they are dumped after every load. A level up course, 1!2 inch or more in thickness shall require the use of ASB or a coarse grade of HMAC approved by the Engineer. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. Adjacent to curbs gutters or other flush -structures, the surface shall be finished uniformly high so that when compacted it will be 1 / 4 inch above the curb or flush structure. 25 6.12 SAMPLING OF HMAC )When sampling of mix for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the contractor (at the -- contractor's request). A "Referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. If the contractor results differ from the city's results by more than the amount outlined in section 6.7 then the referee will be utilized and it will be run at an independent laboratory at the expense of the contractor, at which time all tests are final. If the contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. 7.1 STORM SEWER Storm sewer shall include installation of pipe, manholes, inlet structures and outlet structures. Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the Engineer. Grade and horizontal alignment shall be maintained using a laser or batter boards. 7.2 REINFORCED CONCRETE PIPE Storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. The pipe shall conform to the requirements of AASHTO M-170 or ASTM C-76. Pipe shall be Class III unless otherwise noted on plan sheets. 7.3 MORTAR Mortar shall be used for caulking and filling between pipe and drainage structures. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. The Portland cement shall conform to the requirements of ASTM C-150, Type 1. The sand shall conform to the requirements of ASTM C-144. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C-6. Mortar which has not been used after 45 minutes of having water added shall be discarded. Mortar may not be retempered by having water added. 28 7.4 PREFORMED SITUMI<NUS GASKET JOINTS Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements of Fed. Spec. SS-S-00210 (GSA-FSS), and shall be Ram-Nek or approved equal. Gaskets shall be installed in accordance with manufacturer's recommendations and shall form a water -tight joint. 7.5 MANHOLES Manhole barrel, cone and extension sections shall be constructed of precast concrete. A plant inspection may be required for production facility inspection and to review record - keeping for material certification. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications. Aggregates ASTM C-33 Cement ASTM C-150 Sampling Specimens ASTM C-39 Reinforcing ASTM C-185 Sand and Mortar ASTM C-144 Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. Aggregate shall be crushed limestone and shall conform to ASTM C-33 specifications. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. All joints shall be effectively jointed to prevent leakage and infiltration. All connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. This sealant will be provided by supplier and will be considered an essential part of each shipment. All cones and adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C478 specifications. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. All manholes shall be designed to withstand H-20 AASHTO loading. They shall also have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift: hole and outside wall of manhole. Manhole barrels shall be assembled of precast riser section. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. 29 Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent pipe section. Changes in direction of flow shall be made with a. smooth curve of as large a radius as the size of the manhole will permit. Changes in size and grade of the channels shall be made gradually and evenly. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight seal is achieved. Adjusting rings may be used for adjusting the top elevation, except that the total height of the adjusting rings shall not exceed 12 inches at any manhole. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. Each manhole shall have a minimum of 6 inches of grade adjustment. 7.6 MANHOLE FRAMES AND COVERS Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A48, having a clear opening of not less than 22 inches. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. Frame and cover shall have a weight of not less than 275 pounds. The manhole ring and cover shall be Western Iron Works #40 or approved equal. 7.7 CONSTRUCTION METHODS All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. The Contractor shall provide hand tampers and. pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backfill, as specified. 30 7.8 EXCAVATION The Contractor shall do all excavation to the depth shown on the plans. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance writh the requirements of one of the classes of bedding, and the hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nominal diameter of the pipe. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in place. The bottom of the trench shall be excavated to a horizontal section as far as practicable. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by AASHTO T-180. ' When directed, unstable soil shall be removed for the full width of the trench and ,. replaced with sand or with approved granular material. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. The backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. The maximum allowable width of the trench shall not exceed the widths shown below unless otherwise approved by the Engineer. NOMINAL PIPE MINIMUM TRENCH MAXIMUM TRENCH SIZE WIDTH AT SPRINGLIKE WIDTH AT TOP OF PIPE Less than 18" Pipe O.D. + 12" Pipe O.D. + 18" 18" thru 36" Pipe O.D. + 18" Pipe O.D. + 24" 37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30" The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation of the pipe. Excavation in paved areass shall be. cop -fined to a minimum practical width. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the l trench. 3] The excavation for manholes shall be essentially the same as that for the piping. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to applicable laws and regulations. The bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe. Surface water shall be prevented from entering the excavation. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. 7.9 PIPE INSTALLATION The Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. The Contractor's facilities for lowering precast pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. The Engineer shall inspect all precast pipe before it is placed. Any section that is damaged by handling or is defective to a degree which in the opinion of the Engineer will materially affect the function and service of the pipe shall be rejected and removed from the job site. Installing the precast pipe in the finished trench shall be started at the lowest point and is laid upgrade. For tongue and groove precast pipe, the grooved end shall be laid upgrade. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. The pipe shall be protected from water during placing and until the concrete, in cast -in -place pipe, or the mortar, in the joints of precast or cast in place pipe, has thoroughly set. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. Pipe shall not be laid or installed on frozen ground. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re -installed without extra compensation. Mortar shall be used for caulking and filling between the pipe and the drainage structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. Pipe joints for precast concrete pipe shall be of the tongue and groove type. The joints shall be of a watertight joint. Each joint shall be sealed with a preformed bituminous gasket as specified. The gasket shall be installed as recommended by the pipe manufacturer. 32 _ Field poured concrete bases shall be at least 12 inches thick and not less than 1 (one) foot greater diameter than the outside diameter of the manhole riser section. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. Concrete placement shall conform to ACI and good construction practices. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. The manhole shall be constructed to ASTM C-891 standards. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. 7.10 BACKFILLING All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the Engineer. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be material which can be readily compacted. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. The material shall be moistened or dried, if necessary, to be compacted by the method in use. Backf ll material shall be approved by the Engineer. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. Baekfilling shall be done in a manner as outlined in 3.1 and 4.3 and to avoid injurious top or side pressures on the pipe and manhole. Backfill shall be compacted to 95% (min.) Standard Proctor Density. Unless otherwise directed by the Engineer or plans, excavation within street right of way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 1-1/2 inches below the asphalt surface. The pipe shall be restrained so that during the pour the pipe shall notbe displaced. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. Any damaged construction shall be removed and replaced at the expense of the Contractor. 33 7.11 TRENCH PROTECTION Trench excavations not exceeding five feet in depth shall be protected in accordance with_j applicable OSHA, state, and local requirements. Trench excavations greater than five -- feet in depth shall be protected in accordance with the following specifications. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying w ith all trench — safety requirements, the requirements of the specifications, drawings and all applicable codes. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items., The contractor shall provide detailed drawings for proposed trench safety systems. The drawings shall identify where each system is proposed for use and type of system to be used. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. 1-, If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. Aluminum — Type 6061-T6, thickness as required. Wood in Contact with Earth — Pressure treated woods. Wood not in Contact with Earth — Soft or hardwood as required. 34 1 8.1 FENCES Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials, height, and construction in the proper location. The contractor shall remove existing fence and either store for reuse or legally dispose of the fence materials, whichever is appropriate. New fence construction shall be in accordance with specifications and details included on plan sheets. 9.1 SALVAGE OF ASPHALT PAVING All salvage asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 10.1 BARRICADES Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD) and the 1993 National Cooperative Highway Research Program Report 350 (NCHRP 350). The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. The contractor shall provide additional devices as determined to be necessary during the project. if at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the contractor shall immediately make necessary changes to correct the unsatisfactory conditions. The contractor shall maintain ingress and egress to private property at all times. All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. All hazards shall be clearly marked and adequately protected. if pedestrian walkways are blocked, pedestrian controlshall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as indicated in Texas MUTCD. No separate payment will be. made for traffic control. The required plan and devices shall be considered to be subsidiary- to pay items. 35 11.1 PROSECUTION OF THE WORK AND WORKING DAYS During the period the contractor is directing traffic over the base, the surface shall be satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard will result. The base course shall be maintained until the wearing surface is placed thereon. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley's shall remain closed not more than 4 days. No work will be performed after dark or before daylight. 11.2 WORKING DAYS DEFINITION City contracted paving projects will be based on working days allowed. No requests for extensions of time will be considered. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized �- by the Engineer (see item 11.3). For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the contract working time when conditions will permit at least 7 hours of work as described above. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. 4' Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is unable to begin work on that date due to factors beyond his control as determined by the Engineer. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. 36 L �_ 1j -'- The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of the protest. The - Engineer shall respond to the protest within 10 calendar days of receiving the protest. Failure to file a protest within the allotted 10 days for any statement shall indicate the contractor's approval of the time charges as shown on that period's time statement, and future consideration of that time statement will not be permitted. 11.3 WORK BETWEEN NOVEMBER 1 AND JANUARY 2, AND ON OTHER HOLIDAYS If conditions are such that, in the opinion of the Engineer, construction will negatively affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. The City of Lubbock observes specific holidays, and City staff is not required to work those days. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. The request shall state the reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. If City personnel are available, the Engineer may approve the request. 12.1 MEASUREMENT AND PAYMENT The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. All of the items covered by these standard specifications may not be included in a particular project. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 37 12.2 CURB AND GUTTER Measurement will be made of the linear feet of separate curb and gutter actually constructed. Separate curb and gutter vcrill be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfrlling, forming, finishing, and all incidentals necessary- to complete the work. 12.3 CONCRETE FLAT SLABS - SIDEWALK, DRIVEWAY, ALLEY RETURN, t .ALLEY PAVING, AND VALLEY GUTTER Measurement will be made of the area, in square feet, of flat slab actually constructed. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. Curb on driveways, alley returns, and valley gutter fillets shall be included in the area measured for the slab and will not be paid as separate item curb and gutter. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfrlling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. 12.4 CURB RAMPS (HANDICAP RAMPS) Measurement will be made of the area, in square feet, of curb ramp actually constructed, excluding top surface area of any retaining wall. Curb ramps will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation and filling within two feet of the ramp, back filling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. The sidewalk and landing adjacent to the actual ramp section with slope less than 1:20 is not included as part of the ramp, and will be paid for as sidewalk under section 12.3. 12.5 CONCRETE DRAINAGE CHANNEL Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any retaining wall or curb. Drainage channel will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation and filling within two feet of the channel, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. 38 i' -j 12.6 RETAINING WALL OR CURB ON DRAINAGE CHANNELS AND CURB RAMPS Measurement will be made of the height from bottom of footing or slab to top of wall, and linear feet of wall or curb actually constructed. Retaining wall or curb will be paid for at the unit price bid per cubic foot. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. 12.7 CONCRETE MEDIAN Measurement will be made of the area, in square feet, of median actually constructed. Median will be paid for at the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation, filling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. 12.8 CONCRETE STREET PAVING Measurement will be made of the area, in square yards, of concrete street paving actually constructed. Concrete street paving will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work. Sawing and sealing of joints shall not be included and will be paid for as a separate bid item. 12.9 SAWING AND SEALING OF JOINTS IN CONCRETE STREET PAVING Measurement will be made of the linear feet of sawed and sealed joints actually constructed. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, equipment, sawing, cleaning, seal components, and all incidentals necessary to complete the work. 39 12.10 STORM SEWER LNLET BOX AND MANHOLES Storm sewer inlet boxes and manholes will be paid for at the unit price bid per each. The unit price bid shall include furnishing and installing all materials, excavation, filling (except flowable fill), floor, connection to pipes, reinforcement, forming, finishing, manhole rings and covers, and all incidentals necessary to complete the work. 12.11 HEADWALLS Storm sewer headwalls will be paid for at the unit price bid per each. The unit price bid shall include furnishing and installing all materials, excavation, filling, reinforcement, forming, finishing, grates, and all incidentals necessary to complete the work. 12.12 STORM SEWER PIPE Measurement along the centerline of the pipe will be made of the actual length of pipe constructed, from face of structure to face of structure or to centerline of manhole, and will be paid for at the unit price bid per linear foot for Storm Sewer. Depth of cut shall be considered to be from the top of the adjacent grade stake to the flowline of the pipe. The unit price bid shall include furnishing and installing all materials, pavement removal, excavation, filling, backfilling writh compacted soil where applicable, and all incidentals necessary to complete the work. Flowable fill will be paid for as a separate pay item. 12.13 EXTRA VERTICAL FEET OF MANHOLE The actual constructed manhole will be measured from the top of the base to the top of the ring and cover. Any depth of manhole exceeding 6 feet in depth will be paid for at the unit price bid for extra vertical feet of manhole. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 12.14 CURB AND GUTTER REMOVAL Measurement will be made of the linear feet of curb and gutter actually removed. Payment will be made at the unit price bid per linear foot of curb and gutter removed. - The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. if curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. The unit price z bid shall include sawing, hauling, labor and equipment, and legal disposal for removal of the curb and gutter. E i- 40 j 12.15 CONCRETE SLAB REMOVAL, Measurement will be made of the area in square feet of concrete slab actually removed. Payment will be made at the unit price bid per square foot of concrete slab removed. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal. The unit price bid shall include sawing, breaking, hauling, labor and equipment, and legal disposal for removal of the concrete slab. 12.16 1-1/2 SACK FLOWABLE FILL Quantities of 1-1/2 sack flowable fill will be determined from tickets provided by the drivers of the delivery trucks. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack flowable fill. The unit price bid shall include furnishing and placing the material and all incidentals necessary to complete the work. 12.17 ASPHALT PAVING Measurement will be made of the area, in square yards, of asphalt paving actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats, HMAC surface, emulsion seal., and all incidentals necessary to complete the work. 12.18 ASPHALT PAVING REPAIR Measurement will be made of the area, in square yards, of in place asphalt paving repair. Payment will be made at the unit price bid per square yard of paving repair. The unit price bid shall include furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, flowable fill if required, tack and prime coats, compaction, and all incidentals necessary to complete the work. 41 1 12.19 EXCAVATION AND GRADING (OUTSIDE LI.MITS OF CONSTRUCTION) Volume of excavation or fill, in cubic yards, will be determined by average end area method. Payment will be made at the unit price bid per cubic yard of completed excavation or fill. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades established by the Engineer. No separate payment will be made for disposing of excess material. 12.20 DITCH GRADING AND UNPAVED STREET SURFACE GRADING The volume of ditch grading, in cubic yards, will be determined by average end area method. Measurement will be made of the area, in square yards, of completed surface grading of unpaved streets. Payment will be made at the unit price bid per cubic yard of completed ditch grading per cubic yard, or surface grading per square yard. The unit �e price bid shall include all labor, equipment, and incidentals necessary to grade ditches or surface grade unpaved streets to the grades established by the Engineer. No separate t A payment will be made for disposing of excess material. 42 g _,-- t_ 13.1 STANDARD DETAILS Construction shall be in accordance with the following standard details unless otherwise indicated on plans, or directed by the Engineer. The 24 inch curb and gutter details shall be considered to be standard. 30 inch curb and gutter details shall apply only if specifically indicated on plans or bid documents. STREET CROWN ELEVATIONS t .. PAVEMENT WIDTH FINISHED PAVING SURFACE CURB FACE TO CURB FACE ABOVE GLITTER 22 feet 0.32 feet 24 feet 0.35 feet 26 feet 0.37 feet 28 feet 0.40 feet 30 feet 0.42 feet 32 feet 0.45 feet 36 feet 0.50 feet '- 42 feet 0.57 feet - 46 feet 0.62 feet 52 feet 0.69 feet 64 feet 0.85 feet 66 feet 0.86 feet 86 feet 1.14 feet 88 feet 1.15 feet All street paving shall incorporate a centerline crown at the listed elevation unless otherwise indicated on plans, or as directed by the Engineer. The widths listed above refer to the total proposed future full width of street. 43 VAR 6" i ♦ ;� 12W STRIP PAVING 2 24' TYP. 2' 1-1/2" H.M.A.C. surface. 4v Crown -------- 12" Typ. •.• 6" Caliche base in accordance with specifications. • +•� Suborade in accordance with specifications. RESIDENTIAL / COLLECTOR 6N 1-1 /2" H. M. A. C. surface. —1 -----eWrTmw •• :. 6" Ca i i the base. TYPE T-1 / T-2 THOROUGHFARES WIDTH 6" . ...r .. .. -"--- TYPICAL ASPHALT STREET CROSS —SECTIONS PATE No.11-99 2-8-21 % TYPICAL 24" CURB AND GUTTER SECTIONS F '6—• 4" I 2"R ., T C.4 .°�. L L — ---- 3" R N T Down curb section. VDQ', 4.4 ,Q�, 24 " 4 .4 ,•Q 6" TYPE "A" 9" R ROLLOVER CURB TYPE "8" NOTE: This section may be used .v o Q•'� . for residential applications M only. Approval will depend 4 ' G ,• on traffic and drainage �9V' considerations. s 0 r- 4.4 Q�, '0'p�Q .a,.p.a �- 12" ��• 12" TYPE "C" I . F 4 o.p.a Ile6» . fe _ 4 .4 Q , en •0 �- 24" NOTE: Reinforced gutter section Type "C" wi i l be constructed with three PLATE NO. 24-860 ) No. 3 bars running the entire length of the driveway section and the Revised 3-08-06 MN three horizontal bars will be supported with chairs* on a spacing to give accurate placement. (This section used at driveways only.) '� •A V •' 2' R •Q 3' R L N Down curb section. f • 0 ' 4 . 4 •,•a 12" 531," �p�•' 2'R 4.Q Down curb section: i h--9 11"K 3' R • R w w ,.,'Q y t 1 -" TYPE 'B' NOTEt Contractor may use either of the above sections. i« TYPE NO i ..----1g• v p 2" r- 3 �.� via 3` 9 20 Sle " I�QjE� Reinforced gutter section will be constructed with three No. bars runninq the entlrt length of the driveway section and the three horizontal bare will be supported with chairse on a spoofing to give accurate placement. TYPICAL 300 CURB AND GUTTER SECTIONS PATE No T-99 wt.r. •-tws FILE N0. 2-A-57 t S i 4 ;, -___j ° 6x6 - 10/10 Mire mash centered in NOTE: Flowable fill shall be slab or fiber reinforcement. 7 used to replace base material removed. NM s Cancr to u*W far oonatruatian eho11 W1 RESIMTIAL.TMR000WARE 3 COLLECTOR (Chas - 'C') 3.600 L.B. a 2e Days DEPTHS 6'- Resldtntlal St's. e'— Cot ISO!* 0 6 lharauphfares Ccqmam*. -------------- 9962=ZMTM� PLAN VIEW SCALE: 1'-10' 6x6 - 10/10 Mire mesh centered in SECTION A —A s I ab or fiber reinforcement. {._ Flowable fill. __ _ _ •�.ti -- .— — — — — — — — — — — — — — �— 2.5' -- 2.5--�=. CONCRETE VALLEY GUTTER DETAIL M.E.N. 6-16-" PLATE NO.10-99 2—A-99 ( Al .... Sidewalk ♦ \ \ Property L I M' \ OR j \ A g SECTION A —A No Seale TYPICAL ALLEY RETURN NOTES Curb and gutter. fillets and slab to be pared together. is 3 a} i' 2.52.5 Dua■y contraction Joints:' i 2.S' 0.20' INVERT 8 Gxt 10/10 wire nosh or fiber reinforcannt. t Du mvV contraction Joint.- \ 10, eV * 2.5' 5' 6x6 10/10 wire mesh No. 6 rebor spaced V fr or fiber reinforcement. slab and 1lot Fran bottom NOTES M.R. MEADOWS 7115! OR SEALTIGNT SAFE -SEAL 3405 Olt APPROVED EQUIVALENT. 3,.i --4 Imo- i- l� i' R 6xe 10/10 wire, inch or fiber reiMarcenrnt. T Snewired at cold Idinte and every 13 feet of paving.) No Scale Looate by no" of chair stakes tnah meta( or SECTION 8-9 NOTES commicTtom OF Tim TYPE ALLEY RETURN. ALLEY PAYING OR S NO SOoie CONDITION AND CRAIK AND ALI T omen ■roots m1" t �'. • •,!, C EXISTING ALLEY RETUF ti ALLEY 6xi 10/10 PAVING CR STREET GUTTER«:. wl or fiber rel •fit .r/ Notes All concrete shown: to tS! 3.000 P.S.1. of 7 days. (Class B) C5% Air t 1 1/2%#' 5.5 sook/C.Y. (Min.). ij 5.5 gal./C.Y. (Matt. Water). 3r Slump (Matt. j a i11111 O olre gt thi. coin► �. • . i...!'. 3�4► B i fusel nous Pointy �• Aa'f hltfit lrvrltlenis /met• file pMtft NOTES Thi"s point -of al ley return to be at saw elevation as tap of s 1, curb an high side E M at sires+. PLAN VIEW � Scales 1`"M $' • +ir TO W USED WHEN ALLEY R.O.V. VIOTH is 15'. et' See a 1 so attachment A (alley apron paving) A VIP as edge of of slab. s or plastic wood). IS ALLOWED ONLY WHERE THE EXISTING TREET CUTTER IS IN 000D CNMENT ARE SATISFACTORY. — — 00 ONCRETE ALLEY SLAB. re mesh Marosn■n►. Z W 40 i ~ Q 1 CL C M 1 Q N '1 TYPICAL "T" ALLEY INTERSECTION W/ DUMMY CONTRACTION JOINTS 5' 10` 5` L a . 110' Property Line 20' 13' a Controot i on a • •� . V p Q• a 4• �. 10' Joints d 4 .4 ,•a 20' a0Q•• 1q Property Line N 4 .4 NO 50010 10' � 4 . 4 V •, I�� R vl cn m %4 . 4 ,•� •, • J A tx9 10/10 wirs Mnh w f" or flbar rslMoroommt. J a TRAN V S UMIMYGROOVE tROauirsd at cold Joints and Owry t3 fW of povins. s No 50010 M Q N ` M. EM. i-16i9 rsvissd /0-1-99 LK, Is yy, ;,y V+ .iY �/' tiaI ' d1 " dr ti.i V► V► .�/ _y `4W '4w 0 VI �r mr v� 1 4' Min. i ;!. 4Min. thickness. GENERAL NOTES Concrete paver units shall meet all requirements of ASTM C-936. C-33 and shall be laid in a two by two unit basket weave pattern. unless shown otherwise in the plans. Concrete paver units shall hove truncated domes on the top surface for detectable warning to pedestrians. Truncated domes must comply with Texas Accessibility Standards. Domes shall be aligned in the direction of pedestrian travel. Concrete paver unit color for the romp shall be a contrasting color that provides a light reflective value that significantly contrasts with the adjacent surfaces. The color of the concrete paver units may be shown elsewhere in the plans. (Adjacent .surfaces include side flares). ­*crete paver units shall be saw cut only and any cut 'init shall not be less than 25 percent of a full unit. 6' --o S' 6' Min. 24' Min. •�'�a• = SLOPE 'VAX.I Minimum finished J thickness - 6' or 4' if surface applied t' Sand cusnton iMox.) material is used. J No. 3 rebor min.. placed 2' Bituminous 3,4" Expansion joint from bottom of slab and spaced as required behind curb. 18' on -center both ways. SECTION A -A All slopes ore maximum allowable. The least possible slope that will still drain properly should be used. Romp length or grode of approach sidewalks may be adjusted as directed by the Engineer. Maximum allowable cross slope on sidewalk and romp surfaces is 2%. All concrete surfaces shall receive a light broom finish unless noted otherwise in the plans. Romp textures must consist of truncated dome surfaces. Textures ore required to be detectable underfoot. Surfaces that would allow water to accumulate are prohibited. C IOsa A Cona-ete. a"It conform to applicable apeciftcottons. No. 3 rebor min.. placed in center of slob and spaced 18' on -Center both ways. Additional information on curb romp location. design. light reflective value and texture may be found in the current edition of the Texas Accessibility Standards (TAS) prepared and administered by the Texas Deportment of Licensing and Regulation (TDLR). TYPICAL ADA RAMP PLAN Concrete paver with truncated dome surface. 4' Min. thickness 4' Min. thickness 1' Sand cushion (Max.) SECTION 8-8 NOTE: No 'crodle' for bricks is required when using surface applied materials. PLATE NO. 24-86(H) Revised 3-08-06 MM Revised 6-12-08 MM Revised 3-04--09 MW NO SCALE SHFFT 2 nF 7 DUMMY GROOVE JOINTS EACH SIDE OF RAMP. TOP OF CURB A MAINTAIN GUTTER FLOWLINE. BITUMINOUS 3,40 EXPANSION JOINT (FULL DEPTH) LOCATED AS SHOWN. CURB TO RAMP DOWN IN 6' ON BOTH SIDES. RED CONCRETE PAVERS WITH TRUNCATED DOME SURFACE, PLACED OVER COMPACTED I'v SAND CUSHION (MAX.) /OR APPROVED TRUNCATED DOME, SURFACE APPLIED MATERIAL WITH APPROPRIATE TEXTURE AND COLOR APPLIED OVER 4- CONCRETE SLAB. V -.:7• RAMPS SHALL BE CENTERED IN C.& G. RADIUS t4-�f TO THE MAXIMUM EXTENT PRACTICABLE. IN RADIUS 1--4' Min. 0 B L 61 IN STRAIGHT C-& G. A 6* 4CI SAME NOTES APPLY AS RADIUS PLAN VIEW AT LEFT. PLATE NO. 24-86(H) TYPICAL ADA RAMP PLAN Revised 3-08-06 MW Revised 6-12-08 MW NO SCALE Revised 3-04-09 MW 'o-'^ %� 4w Aft. Aft qF !0%� .40 FOURi F00T°f S I t` ` CONSTt UC 'ION DETAILS t A t Prop Line r R, 3' MIN Mom. sloe !it 4$ s SldewalkV langlen .!. Expansion j of nts. joints a I anQ sidewalk 1'iJl'1. sd 3s' ; . r ; r' i r . !:'►• i • V PO q• ,r. �s' f fit& NT0111MIN., 111141 i POLES M. MINT "Avg VFAMSION .loulr + B MOTES Maintain oonstant _ IO'OGt 11HEIl Die,LOW Gutter fIowlIne. 1 E (No SCau) NOTES At I an joints to t» �� thick. NOTES See ORW 019+0 # for curb rasp dotal "Ia. SECTION A -A EgKm 1 on joint. Contract I on a rk1 nqs I,s wai t1r'axw slab of 4.1- Intervals. x I '!I ' t of slnd.' "l�ss t y SECTIONS B-B ` rl,• (RESJDENTIAL) _ 3'. Min._ Max. S I a" ` Varlablo �. 4' SidiwOlit Curb removed. . ', : �; ► i 4' alln. thiaknses. : 3' Mina (BUSINESS) lie Stow Variable 4d' Sidewalk iL r �►� y• tf�i i � � 1 ' NOTE: 4' min. thlokness on = Inner curb coffOArcial drlvwapt . as required. and sldMwlkt-ot driveway. j Exi 10/10 wire mesh Curb and outtsr aossslstsly osMered.in slab4 reeawf anf ocnrtruet a Iw s�0 .. MMAn To drlVss+gy.,, ` . J i � , NOTES $40 other Plates, for PLATE:, NO. 2-99—A tIVL UK SIX FUUF SIULWALK CUNSTRUCTION DETAILS 8 S'er s• SIdIMIk. PropwtX L iM / S' Min. Yaw. ............ • R1 ooe n .�i y from F.L. A A �' Ilk • Expansion joints. •• !• �! �• •• r, MM�� �l i i - IND SCALE) ; i ►;•� !. SEE FRONTAL VIEe !;'►. FIRIE NVOIWIT. ►OeER HALE. ETC - MOIST NAVE EVANSION JOINT WON 8 NOTE: Maintain constant ENCLOSED IN CONCIIETE. gutter •towline• Expansion Joints spaced 36' max. NOTES All expamtdo joints oIoOV sidewalk run. NOTE1See other pIotes for to be 4 thick. Curb romp details. SECTION A -A Expans 1 on joint. Contract t on work t ngs R2 wy through slab at 6' Intervals. e' win. thickness of aidewtk. SECTIONS 8-8 _r I IRS I DEPOT I AL I ` varies 3' Min. 3' Side lit .�- a 2% t Curb removed. I : �. •. i 1 e' win. thickness. `� ISUSINESS) vertu 3' win. i' Sidewalk ( + Max. S I 0pe 4' ' � �� �� � /�•Jl, i �� � � �.�• _. /lam +� � s- n •� ' Yak e' . • i MOTE: S' min. thickness On driveway r com elal Inner Curb ixi WOO wire moth arid sidewlk of driveway.' as required. 7 centered In slob. Curb era gwtter oaPlefely ruavoe as reconstruct ca..rere: ore butts" Property Line w��re - -. lagth of new Butter. �.�� •., . 11 dw Ik III vallen Book of Sidewalk p 7 L FRONTAL VIEW At PLATE NO. 24-86(F) f Revised 8-29-06 MW '••'' f (as per R.K.S. I