Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2024-R0333 - Public Works Contract 18144, With West Texas Paving, Inc - 07/23/2024
Resolution No. 2024-R0333 Item No. 6.17 July 23, 2024 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 18144 for Unpaved Roads Improvements C.O. Phase 4 as per RFP 24-18144-TF, by and between the City of Lubbock and West Texas Paving, hie. of Wolfforth, 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 July 23, 2024 MARK MCBRAYER, MA OR ATTEST: Y Courtney Paz, City Secret APPROVED AS TO CONTENT: Erik Rejino, Assistant City Manager APPROVED AS TO FORM: �-' hjl9i- elli Leisure, Senior Assistant City Attorney ccdocs/RES.Public Works Contract IS 144 Uipaved Roads Improvements C.O. Phase 4 06.24.24 PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: 06-20-2024 PROJECT NUMBER: RFP 24-18144-TF, Unpaved Roads Improvements C.O. Phase 4 Proposal of West Texas Paving, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for construction of the referenced project, 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. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 150 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 180 (to Final Completion) (not to exceed 150 consecutive calendar days to Substantial Completion / 180 consecutive calendar days to Final Completion). 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 150 Consecutive Calendar Days with final completion within 180 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $300 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 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 six 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. City of Lubbock, TX Public Works RFP 24-18144-TF Unpaved Roads Improvements C.O. Phase 4 West Texas Paving, Inc. of Wolfforth, TX Items North Mulberry Avenue, from Idalou Road to East Erskine #1-1 MOBILIZATION #1-2 SWPPP # 1-3 PREPARING OF RIGHT-OF-WAY #1-4 ASPHALT REMOVAL #1-5 CONCRETE REMOVAL # 1-6 24" COL TYPE A OR B CURB AND GUTTER CURB # 1-7 F X 1 RIBBON CURB #1-8 2" HMAC COL TYPE C #1-9 6" CONCRETE VALLEY GUTTER AND FILLET QTY Unit Extended +/- U/M Price Cost 1 1 11 100 100 LS $39,000.00 LS 10,000.00 STA 6,000.00 SY 25.00 SY 2300 LF 100 LF 3900 320 # 1-10 6" CONCRETE ALLEY RETURNS AND 75 #1-11 ADA RAMP 6 #1-12 MANHOLE / VALVE ADJUSTMENTS 3 #1-13 SIDEWALK 50 #1-14 DITCH GRADING 300 #1-15 TRAFFIC CONTROL 1 North Mulberry Avenue, from East 1st Street to East Baylor Street #2-1 MOBILIZATION 1 #2-2 SWPPP 1 #2-3 PREPARING OF RIGHT-OF-WAY 10 #24 ASPHALT REMOVAL 400 #2-5 CONCRETE REMOVAL 100 #2-6 24" COL TYPE A OR B CURB AND GUTTER CURB 3150 #2-7 1' X1 RIBBON CURB 100 #2-8 2" HMAC COL TYPE C 5800 #2-9 ' 6" CONCRETE VALLEY GUTTER AND FILLET 900 #2-10 6" CONCRETE ALLEY RETURNS AND 155 #2-11 ADA RAMP 16 #2-12 MANHOLE / VALVE ADJUSTMENTS 4 SY SY SY EA EA SY LF LS LS LS STA SY SY LF LF SY SY SY EA EA #2-13 SIDEWALK 20 SY #2-14 DITCH GRADING 400 LF #2-15 TRAFFIC CONTROL 1 LS East Erskine Street from Idalou Hwy to North Mulberry Avenue #3-1 MOBILIZATION 1 LS #3-2 SWPPP 1 LS #3-3 PREPARING OF RIGHT-OF-WAY 12.5 STA 50.00 24.00 24.00 42.00 100.00 100.00 2,500.00 1,500.00 85.00 55.00 7,500.00 58,000.00 10,000.00 6,000.00 25.00 50.00 24.00 24.00 42.00 100.00 100.00 2,500.00 1,500.00 85.00 55.00 7,500.00 28,000.00 10,000.00 6,000.00 39,000.00 10,000.00 66,000.00 2,500.00 5,000.00 55,200.00 2,400.00 163,800.00 32,000.00 7,500.00 15,000.00 4,500.00 4,250.00 16,500.00 7,500.00 58,000.00 10,000.00 60,000.00 10,000.00 5,000.00 75,600.00 2,400.00 243,600.00 90,000.00 15,500.00 40,000.00 6,000.00 1,700.00 22,000.00 7,500.00 28,000.00 10,000.00 75,000.00 #34 ASPHALT REMOVAL 24 SY 25.00 600.00 #3-5 CONCRETE REMOVAL 4 SY 50.00 200.00 93-6 24" COL TYPE A OR B CURB AND GUTTER CURB 1031 LF 24.00 24,744.00 #3-7 2" HMAC COL TYPE C 3445 SY 42.00 144,690.00 City of Lubbock, TX Public Works RFP 24-18144-TF Unpaved Roads Improvements C.O. Phase 4 #3-8 6" CONCRETE VALLEY GUTTER AND FILLET #3-9 6" CONCRETE ALLEY RETURNS AND #3-10 ADA RAMP #3-11 TRAFFIC CONTROL 100 SY 100.00 10,000.00 57 SY 100.00 5,700.00 4 EA 2,500.00 10,000.00 1 LS 7,500.00 7,500.00 Total (Items 1-1 through 1-15): 431,150.00 Total (Items 2-1 through 2-15): 647,300.00 Total (Items 3-1 through 3-11): 316,434.00 Total (Items 1-1 through 3-11): 1,394,884.00 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of 5°% GAB Dollars (S ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL 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 Date: 06-20-2024 r' Authorized Si;nat re Darrell Jarnagi (Printed or Typed Name) West Texas Paving, Inc. Company 10104 Alcove Avenue Address Wollforth Lubbock City, County Texas 79382 State Zip Code Telephone: (806) _ 833-2882 Fax: (806) _ 833-2884 Email: marshal@wtxpaving.com FEDERAL TAX ID or SOCIAL SECURITY No. 75-2028682 MINYBE Pine: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1. 2. 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2024-1184457 West Texas Paving, Inc Wolfforth, TX United states Date Filed: 07/08/2024 2 Name of governmental entity or state agency that is a party to the contract for which the forms being filed. City of Lubbock Date Acknowledged: 07/10/2024 3 Provide the identification number used by the governmental entity or state agency to track or identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. 18144 Unpaved Roads Improvements C.O. Phase 4 4 Name of Interested Party City, State, Country (place of business) Nature of Interest (check applicable) Controlling Intermediary 5. Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (may) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.078aba0 CERTIFICATE OF INTERESTED PARTIES FORM JL295 loft Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2024-1184457 West Texas Paving, Inc Wolfforth, TX United States Date Filed: 07/08/2024 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 18144 Unpaved Roads Improvements C.O. Phase 4 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. RI 6 UNSWORN DECLARATION My name is Marshal Jarnagin and my date of birth is 10/25/ 1985 My address is 10104 Alcove Ave Wolfforth , TX 79382 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Lubbock County, State of TX on the 8thday of July zo 24. (month) (year) l^ Signature of autYfarized agent of coKtracting busin s entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.078aba0 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: July 23, 2024 CITY OF LUBBOCK SPECIFICATIONS FOR Unpaved Roads Improvements C.O. Phase 4 RFP 24-18144-TF CONTRACT 18144 PROJECT NUMBER: 92712.9240.30000 Plans & Specifications may be obtained from hlt2s://ci-lubbock-tx.bonfirehub.com/ Ub City of bock TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank 1. 2. 3. 4. 5 6. 7. 8. 9. 10 11 12 13 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. PROPOSAL SUBMITTAL FORM 4-2. SUBMITTAL OF DOCUMENTS 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Pate Intentionally Left Blank City of :,Lubbock TEXAS RFP 24-18144-TF Unpaved Roads Improvements C.O. Phase 4 1. NOTICE TO OFFERORS 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in submitting an offer for the specified services. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 13 14 Avenue K, 9th Floor Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 2:00 PM on June 20, 2024, 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 above referenced. 1.3. After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: https://zoom.us/j/9759171012?pwd=bkFtRTN1cXVISkhWdkZiMDk4MXh2dzO9 Meeting ID: 975 917 1012 Passcode: 1314 1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. 1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all. If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of proposals, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made before RFP closing must be initialed by offeror guaranteeing authenticity. 1.8. Proposals are due at 2:00 PM on June 20, 2024 and should be addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider the proposals on July 9, 2024, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVFn_ 1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF THE CONTRACT BY THE LUBBOCK CITY COUNCIL. 1.10. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.11. 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 offeror 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 OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.12. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from https://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.13. It shall be each offeror'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. 2. PRE -PROPOSAL MEETING 2.10. 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 conference will be held at 10:00AM, June 11, 2024, via teleconference. The Zoom meeting information is as follows: Website: https://zoom.us/j/9759171012?pwd=bkFtRTN1cXV 1 SkhWdkZiMDk4MXh2dzO9 Meeting ID: 975 917 1012 Passcode: 1314 2.11. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.12. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 3. 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. 4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT Pate Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 1.2 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 FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: TKFlores2mylubbock.us Website: https://ci-lbbock-tx.bonfirehub.com/portal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 150 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. GUARANTEES 3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within One year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 3.2 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. 3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 3.4 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. 4. BASIS OF PROPOSALS AND SELECTION CRITERIA 4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 60 POINTS - 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 of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past experience with the contractor and the "Safety Record Questionnaire. The City may also interview the job superintendent at a time to be named after receipt of proposals. 4.1.3 Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications", any past experience with the contractor, and on safety record information submitted. The City may consider any incidence 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 base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed 4.1.4 The "Contractor's Statement of Qualifications" is a minimum. 4.1.4.1 You may provide additional pertinent information relevant to the project for which you are submitting this proposal in an appendix. 4.1.5 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 4.1.6 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, to discuss the individual scores of each evaluator. If the individual scores are similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. 4.1.7 Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $1,300,000.00. 4.3 Proposals shall be made using the forms provided. GENERAL INSTRUCTIONS TO OFFERORS (Continued) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at hiips://ci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the offeror, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/ 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 and Contract Management Office no later than five (5) calendar days before the proposal closing date. 5.3 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 and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that an offeror 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. 5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors 6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each offeror 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. 6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the offeror 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 offeror does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 7. PROPOSAL PREPARATION COSTS 7.1 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. 7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 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. 8.2 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(a) 8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. hLtps://Iubbocktx.govga.us/WEBAPP/_rs/(S(quiyirflbtihahjny^ cegwpcs),�pportHome.aspgovga.us/WEBAPP/_rs/(S(quiyirflbtihahjny^ cegwpcs),�pportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https://ci.lubbock.tx.us/pa�es/public-information-act 9. LICENSES. PERMITS. Taxes 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 11. CONFLICT OF INTEREST 11.1 The offeror 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. 11.2 By signing and executing this proposal, the offeror 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. 11.3It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: hLtps://www.ethics.state.tx.us/fonns/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.Iegis.state.tx.us/SOTWDocs/LG/htm/LG.176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 12. CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 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. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_ info_forml295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 13.2 A contract described by Subsection (b) of Government Code Section 2252.908 entered into by a governmental entity or state agency is voidable for failure to provide the disclosure of interested parties required by this section only if: (1) the governmental entity or state agency submits to the business entity written notice of the business entity 's failure to provide the required disclosure; and (2) the business entity fails to submit to the governmental entity or state agency the required disclosure on or before the loth business day after the date the business entity receives the written notice under Subdivision (1). 14. PLANS FOR USE BY OFFERORS 14.1 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. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 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. 17. MATERIALS AND WORKMANSHIP 17.1 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 proj ect. 18. PLANS FOR THE CONTRACTOR 18.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19. PROTECTION OF THE WORK 19.1 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 an offeror the following information: (a) The experience record of the offeror 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 offeror. (c) Equipment schedule. 20. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 2 1. 1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22. BARRICADES AND SAFETY MEASURES 22.1 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 24.1 The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26. LABOR AND WORKING HOURS 26.1 Attention of each offeror 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 offeror'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 offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 27.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars 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 28.1 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 offeror without being considered. 29. PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be chanted for the purpose of correcting an error in the bid price. 29.2If 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 Pursuant to Texas Local Government Code 252.043(2), a competitive sealed proposal that has been opened may not be chanted 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. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. 30.2If 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. 31. QUALIFICATIONS OF OFFERORS 31.1 The offeror 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 offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror'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 offeror 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 offeror (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub -contractors. (a) If no sub -contractors will be used please indicate so. 31.3 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. SELECTION 32.1 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. 32.2 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. 32.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 32.4In 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. 32.5A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, 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. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34. PROTEST 34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 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 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 GOVERNMENT CODE § 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In 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. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: 06-20-2024 PROJECT NUMBER: RFP 24-18144-TF, Unpaved Roads Improvements C.O. Phase 4 Proposal of West Texas Paving, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for construction of the referenced project, 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. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 150 TOTAL CONSECUTIVE CALENDAR DAYS: 180 (to Substantial Completion) (to Final Completion) (not to exceed 150 consecutive calendar days to Substantial Completion / 180 consecutive calendar days to Final Completion). 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 150 Consecutive Calendar Days with final completion within 180 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $300 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 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 six 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. City of Lubbock, TX Public Works RFP 24-18144-TF Unpaved Roads Improvements C.O. Phase 4 West Texas Paving, Inc. of Wolfforth, TX QTY Unit # Items +/- U�M Price Extended Cost North Mulberry Avenue, from Idalou Road to East Erskine 41-1 MOBILIZATION 1 LS $39,000.00 39,000.00 41-2 SWPPP 1 LS 10,000.00 10,000.00 41-3 PREPARING OF RIGHT-OF-WAY 11 STA 6,000.00 66,000.00 41-4 ASPHALT REMOVAL 100 SY 25.00 2,500.00 41-5 CONCRETE REMOVAL 100 SY 50.00 5,000.00 41-6 24" COL TYPE A OR B CURB AND GUTTER CURB 2300 LF 24.00 55,200.00 41-7 I'XI RIBBON CURB 100 LF 24.00 2,400.00 41-8 2" HMAC COL TYPE C 3900 SY 42.00 163,800.00 41-9 6" CONCRETE VALLEY GUTTER AND FILLET 320 SY 100.00 32,000.00 41-10 6" CONCRETE ALLEY RETURNS AND 75 SY 100.00 7,500.00 41-11 ADA RAMP 6 EA 2,500.00 15,000.00 41-12 MANHOLE / VALVE ADJUSTMENTS 3 EA 1,500.00 4,500.00 41-13 SIDEWALK 50 SY 85.00 4,250.00 41-14 DITCH GRADING 300 LF 55.00 16,500.00 41-15 TRAFFIC CONTROL 1 LS 7,500.00 7,500.00 North Mulberry Avenue, from East 1st Street to East Baylor Street 42-1 MOBILIZATION 1 LS 58,000.00 58,000.00 42-2 SWPPP 1 LS 10,000.00 10,000.00 42-3 PREPARING OF RIGHT-OF-WAY 10 STA 6,000.00 60,000.00 42-4 ASPHALT REMOVAL 400 SY 25.00 10,000.00 42-5 CONCRETE REMOVAL 100 SY 50.00 5,000.00 42-6 24" COL TYPE A OR B CURB AND GUTTER CURB 3150 LF 24.00 75,600.00 42-7 I'XI RIBBON CURB 100 LF 24.00 2,400.00 42-8 2" HMAC COL TYPE C 5800 SY 42.00 243,600.00 42-9 6" CONCRETE VALLEY GUTTER AND FILLET 900 SY 100.00 90,000.00 42-10 6" CONCRETE ALLEY RETURNS AND 155 SY 100.00 15,500.00 42-11 ADA RAMP 16 EA 2,500.00 40,000.00 42-12 MANHOLE / VALVE ADJUSTMENTS 4 EA 1,500.00 6,000.00 42-13 SIDEWALK 20 SY 85.00 1,700.00 42-14 DITCH GRADING 400 LF 55.00 22,000.00 42-15 TRAFFIC CONTROL 1 LS 7,500.00 7,500.00 East Erskine Street from Idalou Hwy to North Mulberry Avenue 43-1 MOBILIZATION 1 LS 28,000.00 28,000.00 43-2 SWPPP 1 LS 10,000.00 10,000.00 43-3 PREPARING OF RIGHT-OF-WAY 12.5 STA 6,000.00 75,000.00 43-4 ASPHALT REMOVAL 24 SY 25.00 600.00 43-5 CONCRETE REMOVAL 4 SY 50.00 200.00 43-6 24" COL TYPE A OR B CURB AND GUTTER CURB 1031 LF 24.00 24,744.00 43-7 2" HMAC COL TYPE C 3445 SY 42.00 144,690.00 City of Lubbock, TX Public Works RFP 24-18144-TF Unpaved Roads Improvements C.O. Phase 4 43-8 6" CONCRETE VALLEY GUTTER AND FILLET 43-9 6" CONCRETE ALLEY RETURNS AND 43-10 ADA RAMP 43-11 TRAFFIC CONTROL 100 SY 100.00 10,000.00 57 SY 100.00 5,700.00 4 EA 2,500.00 10,000.00 1 LS 7,500.00 7,500.00 Total (Items 1-1 through 1-15): 431,150.00 Total (Items 2-1 through 2-15): 647,300.00 Total (Items 3-1 through 3-11): 316,434.00 Total (Items 1-1 through 3-11): 1,394,884.00 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of 5% GAB 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(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. (Seal if Offeror is a Corporation) ATTEST: i Secretary Offeror acknowledges receipt of the following addenda Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: 06-20-2024 )aAUK Q r Authorized Si at re Darrell Jarnagi (Printed or Typed Name) West Texas Paving, Inc. Company 10104 Alcove Avenue Address Wolfforth Lubbock City, County Texas 79382 State Zip Code Telephone: (806) _ 833-2882 Fax: (806) _ 833-2884 Email: marshal@wtxpaving.com FEDERAL No. 75-2028682 TAX ID or SOCIAL SECURITY M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. 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. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and 4is acceptable ( ) is acceptable as noted Contractor Acknowledgement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms stated have been reviewed and approved. Company Name: West Texas Paving, Inc. Signed By: Print Name and Title: Madshal Jarnagin, CFO Date: 06-20-2024 Page Intentionally Left Blank Merchants Bonding Company P.O. BOX 26720 • AUSTIN, TX 78756-0720 KNOW ALL PERSONS BY THESE PRESENTS: That BID BOND PUBLIC WORK West Texas Pavini2. Inc. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to City of Lubbock (hereinafter called the Obligee) in the full and just sum of ($ 5% of GAB 5% of GAB Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 18th day of June 2024 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Unpaved Roads Inprovenlents according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed, Witness: Attest: CON O33 AU (9100) West Texas Paving,. Inc. F rincipal By aAJk/ MERCHANTS WNDING OMPANY (Mutual) By Michael T4. Rudberg, At -Fact MERCHANTS r BONDING COMPANY: POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Jill Schirru; Massimo Schirru; Michael N Rudberg; Tayler K Owen their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at leastthirty (30) days pnorto the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 22nd day of May 2019 10 !V gyp.�N p '.•�P jkpoR < �pL p Epp y •• MERCHANTS BONDING COMPANY (MUTUAL) -•.'-•..•lao• Ly,: G� �> '• y : �.'�,© �4�, MERCHANTS NATIONAL BONDING, INC. 2 2003 �: �- :a'� 1933 c; By '.,�.��•........• ��� .-•� �;' t•. President nr STATE OF IOWA •'''r,,",,• • .. • , COUNTY OF DALLAS ss. On this this 22nd day of May 2019 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ALICIA K. GRAM Commission Number767430 (~.ply Commission Expires �[ April 1, 202C !` Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr_, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In V mess Whereof, I have hereunto set my hand and affixed the seal of the Companies on this I8th day of June, 2024 , �' '. 2D03y'� 1933 =, ; Secretary POA 0018 (3/17) ,•�'•'••.,••,,••• Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process'? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: CONTRACTOR QUALIFICATIONS Contractor's General Information................................................................................ 3 Contractor's Organization Experience...................................................................... . . 4 Contractor's Key Proposed Personnel......................................................................... . . 5 AttachmentNo, 1.................................................................................................... . . 6 AttachmentNo, 2...................................................................................................... 6 Proposed Project Managers....................................................................................... 7 Proposed Project Superintendent................................................................................ 8 Proposed Project Safety Officer..................................................................................... 9 Proposed Project Quality Control Manager................................................................ 10 Contractor's Project Experience and Resources......................................................11 Attachment A; Projects Completed within the last 10 Years......................................12 Attachment B; Projects Showing Best Value for the Owner........................................19 Attachment C; Written Approach for Best Value.......................................................23 Financial Capability; Texas Dept, of Transportation Letter . ........................................25 Company Safety Program . . .. ....................................................................................... 26 Resumes of Key Personnel . . ......................................................................................... 30 Contractor's General Information Organization Doing Business As West Texas Paving, Inc. Business Address of Principal Office 10104 Alcove Ave Wolfforth, TX 79382 Telephone Numbers Main Number (806) 833-2882 Fax Number (806) 833-2884 Web Site Address www.wtxpavi .com Form of Business (Check One) I JA Corporation A Partnership An Individual If a Corporation Date of Incorporation April], 1985 State of Incorporation Texas Chief Executive Officer's Name Darrell Jarnagin President's Name Darrell Jarnagin Vice President's Name(s) None Secretary's Name Murleen Jarnagin Treasurer's Name Hof Murleen Jarnagin If a artnership Date Organization State whether partnership is general or limited If an Individual Name Business Address ldentif�v all indi,%,,iduals not previously named which exert a significant amount of business control over the organization None Indicatorsof i Average Number of Current Full Time 40 Employees Average Estimate of Revenue for the I S16,000,000 I Current Year Contractor's Organizational Experience Organization Doing Business As West Texas Paving, Inc. Business Address of Regional Office 10104 Alcove Ave Wolfforth, TX 79382 Name of Regional Office Mgr. Darrell G Jarnagin Telephone Numbers Main Number (806) 833-2882 Fax Number (806) 833-2884 Web Site Address www.wtxpavin,-.com Organization i List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Name of Organization From Date To Date Not applicable Not applicable Not applicable List of companies, firms or organizations that own any part of this organization. Name of companies, firms or organizations Percent Ownership Not applicable Not applicable Construction Years of experience in projects similar to the proposed project: As a General Contractor 143 IAs a Joint Venture Partner Not applicable Has this or a predecessor organization ever defaulted on a project or failed to complete any project awarded to it? No If yes provide full details in a separate attachment. See attachment No. Not applicable Has this or a predecessor organization been released from a bid or proposal in the past ten years? No If yes provide full details in a separate attachment. See attachment No. Not applicable Has this or a predecessor organization ever been disqualified as a bidder or proposer by any local, state, or federal agency within the last five years? No If yes provide full details in a separate attachment. See attachment No. Not applicable Is this organization or your proposed surety currently in any litigation or contemplating litigation No If yes provide full details in a separate attachment. See attachment No. Not applicable 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. Not applicable Contractor's Proposed Key Personnel Organization Doing Business As West Texas Paving, Inc. Proposed Pri g, i Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. I West Texas Paving, Inc. is organized into three divisions: Material, Equipment, and Project. The Project division handles the prosecution of all construction projects with work crews. The Material division operates our asphalt plants and aggregate quarries. The materials produced by this division are consumed by both the Project division and external customers. Finally, the Equipment division is responsible for maintaining and managing all Company equipment used by both the Material and Project divisions. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart as an attachment to this description. See attachment No. 2 The titles of project staff have been amended to fit the titles as notated in the following section. The project superintendent answers directly to the project manager. The project manager, safety officer, and quality control manager report directly to the CEO. The actions of these managers are coordinated directly through cooperation between both as well as the executive management team of West Texas Paving, Inc.. Experience of i Provide information on key personnel proposed for this project that will provide each of 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 of the 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 Ray Taylor Alfonso Sanchez Project Superintendent Alfonso Sanchez Patrick Stevens Project Safety Officer Patrick Stevens Robert Crow Quality Control Officer Robert Crow Donald Obregon 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. Ifthe individual is not to be devoted solely to this project, indicate how much time is to be divided between this project and other assignments. ATTACHMENT No. I CFO CEO Marshal Jarnagin Darrell Jarnagin Controller Project Manager Material Mgr Madison Stewart Ray Taylor Robert Crow Staff Accountant Project Engineer Plant Manager Jordan Olivas Alfonso Sanchez Ben Eshelman Earthwork Paving Foreman Crusher Foreman Foreman Patrick Stevens Tomas Hernandez Henry Maserang Compliance Officer Derek Jarnagin Equipment Mgr Pete Fernandez Mechanic Huzo Alcocer Plant Foreman Casey Harp Dirt Crew Paving Crew Crusher Crew Asphalt Plant Crew !iple Personnel Multiple Personnel I Multiple Personnel Multiple Personnel ATTACHMENT No. 2 CEO oject Safety Officer Darrell Jarnagin Patrick Stevens Project Manager Quality Control Mgr Ray Taylor Robert Crow Project Superintendent QC Mgr Alternate Alfonso Sanchez Donald Obregon Earth Foreman Paving Foreman Crusher Foreman Plant Foreman Henry Maserang Alfonso Sanchez Tomas Hernandez Casey Harp Proposed Project Managers Organization Doing Business As West Texas Paving, Inc. Primary Candidate Name of Individual Ray Taylor Years of Experience as Project Manager 18 Years of Experience with this organization 5 Number of similar projects as Project Manager 19 Number of similar projects in other positions 12 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 98th Street from Upland to Alcove Ave 50% August 2024 Reference Contact Information (listing names indicates approval for contacting the reference) Name Josh Flud Name Ben Lewis Title/Position Project Inspector Title/Position Principal Organization City of Lubbock Organization OJD Engineering Telephone (806) 548-4152 Telephone (806) 791-2300 E-Mail ud a m lubbock.us E-Mail ben. lewisnoldengineering.com Project 98th Street from Upland to Alcove Ave Project IDiamondhead Estates IV Project Role Alternate Project Manager JProject Role lProjectManager Candidate Name of Individual Alfonso Sanchez Years of Experience as Project Manager 22 Years of Experience with this organization 27 Number of similar projects as Project Manager 23 Number of similar projects in other positions 46 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 98th Street from Upland to Alcove Ave 25% August 2024 ' Name g names indicates approval Josh Weems for contacting the Name reference) Clayton Scales Title/Position Project Manager Title/Position Division Manager Organization Lee Lewis Construction Organization KSA Engineers Telephone (806) 797-8400 Telephone (806) 335-1600 E-Mail .weems a eelewis.com E-Mail claytonnksaeng.com Project 4ore Golf Complex Project Slaton Airport Taxiway Extension Project Role Project Manager Project Role Project Manager Proposed Project Superintendent Organization Doing Business As West Texas Paving, Inc. Primary Candidate Name of Individual Alfonso Sanchez Years of Experience as Project Superintendent 22 Years of Experience with this organization 27 Number of similar projects as Superintendent 24 Number of similar projects in other positions 46 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 98th Street from Upland to Alcove Ave 25% August 2024 Reference Contact Information (listing names indicates approval for contacting the reference) Name Benny Lybrand Name Joe Grimes Title/Position Professional Engineer Title/Position Principal Organization C. T. Brannon Corporation Organization Grimes and Associates Telephone (903) 597-2122 Telephone (806) 863-2462 E-Mail blybrandnbrannon corp. com E-Mail 'o a grimesengineerin .com Project I Terry County Airport Taxiway Project Southwest Lubbock Runway Project Role Alternate JProject Superintendent JProject Role Project Superintendent Candidate Name of Individual Patrick Stevens Years of Experience as Project Superintendent 8 Years of Experience with this organization 5 Number of similar projects as Superintendent 7 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 98th Street from Upland to Alcove Ave 20% August 2024 ' Name g names indicates approval Jeff Burns for contacting the Name reference) Mark Haberer Title/Position Superintendent Title/Position Principal, Director of Aviation Organization Texas Tech University Organization Parkhill Smith & Cooper Telephone (806) 834-1206 Telephone (806) 473-2200 E-Mail 'e .burns a tu.edu E-Mail mhaberer(a)team-psc.com Project 18th St & Hartford Ave Reconstruction Project LPSIA Perimeter Road Project Role Project Superintendent Project Role Project Superintendent Proposed Project Safety Officer Organization Doing Business As Primary Candidate West Texas Paving, Inc. Name of Individual Patrick Stevens Years of Experience as Project Safety Officer 7 Years of Experience with this organization 4 Number of similar projects as Safety Officer 6 Number of similar projects in other positions 29 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 98th Street from Upland to Alcove Ave 20% August 2024 Reference Contact Information (listing names indicates approval for contacting the reference) Name Tanner Lansford Name Alan Holly Title/Position Professional Engineer Title/Position Senior Associate Organization OJD Engineering Organization Parkhill Smith & Cooper Telephone (806) 791-2300 Telephone (806) 473-3528 E-Mail I tanner. lansford(dpidengineeri .com E-Mail ahollVna,team-psc.com Project IFrenship Mesa Estates Project I Cooper School Bond Improvements Project Role Alternate ISafety Officer Project Role ISafety Officer Candidate Name of Individual Robert Crow Years of Experience as Project Safety Officer 4 Years of Experience with this organization 7 Number of similar projects as Safety Officer 5 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 98th Street from Upland to Alcove Ave 10% August 2024 ContactReference Name 1 In (listing names indicates approval1 John Rantz 1reference) Name Charles Leatherwood Title/Position Principal Title/Position Director of Grounds Maintenance Organization R2M Engineering Organization Texas Tech University Telephone (806) 783-9944 Telephone (806) 834-5468 E-Mail 'rant a r2men .com E-Mail charles.leatherwood(a�ttu.edu Project IH 27 Plainview Interchange Project 2011 Street & Parking Lot Repairs Project Role Safety Officer Project Role Safety Officer Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual West Texas Paving, Inc. Robert Crow Years of Experience as Project Quality Manager 5 Years of Experience with this organization 4 Number of similar projects as Quality Manager 17 Number of similar projects in other positions 11 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 98th Street from Upland to Alcove Ave 10% August 2024 Reference Contact Information (listing names indicates approval for contacting the reference) Name Cole Hudson Name Daniel Cruz Title/Position Professional Engineer Title/Position Laboratory Supervisor Organization Pavetex Engineering Organization Texas Dept. of Transportation Telephone (806) 771-7283 Telephone (806) 748-4424 E-Mail cole.hudsonnpavetex.com E-Mail daniel.cruzPaOdot.,-ov Project Windstone Phase V Project TxDOT Maintenance Project Project Role IMaterials Manager Project Role Quality Control Manager �m Name of Individual Donald Obregon Years of Experience as Project Quality Manager 9 Years of Experience with this organization 3 Number of similar projects as Quality Manager 24 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 98th Street from Upland to Alcove Ave 15% August 2024 'approval Name Keith Munden for contacting Name the reference) Chris Cunningham Title/Position Maintenance Section Manager Title/Position Engineer Organization Texas Dept. of Transportation Organization Pavetex Engineering Telephone (806) 401-8472 Telephone (806) 771-7283 E-Mail keith.munden(atxdot.gov E-Mail chris.cunninzham(a�cmtenQ.com Project FM 2378 Reconstruction Project Windstone Phase V Project Role Material Engineer Project Role Materials Engineer Contractor's Project Experience and Resources Organization Doing Business As West Texas Paving, Inc. Projects Provide a list of major projects that are currently underway, or have been completed within the last ten years (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 organization's capability to provide the best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of key personnel. Provide a description of your organization's approach to completing this project to provide best value for the Owner. Include a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractorand suppliers 3. Time management 4. Cost control See Attachment C 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB/MWBE Participation Goal Equipment Provide a list of major equipment proposed for use on this project Attach Additional Information ifnecessary. Equipment Item Primary Use on Project Own Will Lease Buy Astec Asphalt Plant Pavement material production ✓ Caterpillar Wheel Loader Material loading, stockpiling ✓ Terex Backhoe Material transfer, demolition ✓ Dynapac Roller Material compaction ✓ Caterpillar Scraper Excavation, embankment ✓ Caterpillar Motor Grader Grading, subgrade preparation ✓ Caterpillar Milling Machine Pavement removal ✓ PowerCurber Curbing Machine Concrete curb and gutter ✓ Roadtec Paver Asphalt paving ✓ Broce Broom Surface Preparation ✓ Etnyre Asphalt Distributor Truck Prime coating, emulsion ✓ DivisionofWork between OrganizationSubcontractor What work will the organization complete using its own resources? West Texas Paving, Inc. intends to use internal resources to complete the entire scope of this project notwithstanding any previously disclosed information regarding a preliminary list of subcontractors as noted in this Request. What work does the organization propose to subcontract on this project? As mentioned above, West Texas Paving, Inc. intends to use internal resources to complete the full scope of this project. Any aforementioned exclusions are subject to qualifications to this statement. Attachment A (page 1) Current Projects and Project Completed within the last 10 Years Project Owner City ofLubbock Project Name ndiana Ave Reconstruction General Description of Project: Construct New Asphalt Road Contract Time P50 Calendar Days Project Cost 6,347,567.50 Date Project Complete P1412022 Key Project Personnel Project Manager Project Superintendent I Safety Officer I QC Manager Name Ray Taylor Alfonso Sanchez I Patrick Stevens JRobert Crow Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner Jessie Montes Buyer II City ofLubbock (806) 775-2164 'montes lubbock. us Designer Kyle Jackson Dir. of Transportation Parkhill (806) 473-3624 k'ackson arkhill.com Manager Bobby Stewart Inspector City ofLubbock (806) 441-0775 bstewartia»mylubbock.us Project Owner City ofLubbock Project Name I Wausau Ave from 82"d to US 62182 General Description of Project: Construct New Asphalt Road Contract Time 1120 Calendar Days Project Cost $635,305.50 Date Project Complete 195 Calendar Days (1111812021) Key Project Personnel Project Manager Project Superintendent ISafety Officer I QC Manager Name Ray Taylor Alfonso Sanchez atrick Stevens JRobert Crow Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Jessie Montes Buyer II City ofLubbock (806) 775-2164 jmontes(a)mylubbock. us Designer Katy Allen Civil Engr Assoc. I City ofLubbock (806) 775-2337 kaitl nallen lubbock.us Manager Bobby Stewart Inspector City ofLubbock (806) 441-0775 bstewaramylubbock.us Project Owner City ofLubbock Project Name MLK Street Mill & Relay General Description of Project: Reconstruct Asphalt Road Contract Time 90 Calendar Days Project Cost $664,294.89 Date Project Complete 30 Calendar Days (1012012021) Key Project Personnel Project Manager Project Superintendent Safety Officer I QC Manager Name Ray Taylor Alfonso Sanchez Patrick Stevens JRobert Crow Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) ame Title/Position Organization Telephone E-mail Owner essie Montes Buyer II City ofLubbock (806) 775-2164 'montes lubbock. us Designer City ofLubbock Manager hane Childers Sr. Constr. Inspector City ofLubbock (806) 775-3682 schilders(a)mylubbock.us Project Owner City ofLubbock Project Name I Unpaved Roads Phase IV General Description of Project: Construct New Asphalt Roads Contract Time 1270 Calendar Days Project Cost $1,297,081.00 Date Project Complete I Projected (71112022) Key Project Personnel Project Manager Project Superintendent ISafety Officer I QC Manager Name Ray Taylor Alfonso Sanchez IPatrick Stevens JRobert Crow Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Teofilo Flores. Sr. Buyer City ofLubbock (806) 775-2164 tkflores(dmylubbock.us Designer Katy Allen Civil Engr Assoc. I City ofLubbock (806) 775-2337 kaitl nallen lubbock.us Manager Bobby Stewart Inspector City ofLubbock (806) 441-0775 bstewaramylubbock.us Attachment A (page 2) Current Projects and Project Completed within the last 10 Years Project Owner City ofLubbock Project Name P016 Various Mill & Relay General Description of Project: Reconstruct Asphalt Road Contract Time 00 Calendar Days Project Cost 2,742,933.07 Date Project Complete 3 Calendar Days (121212016) Key Project Personnel Project Manager JProject Superintendent I Safety Officer QC Manager Name lijanielBuntoro JAyonso Sanchez I Derek Jarnagin Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner Teofilo Flores. Sr. Buyer City ofLubbock (806) 775-2164 tkflores(dmylubbock.us Designer City ofLubbock Manager Dwain Mitchell Sr. Project Mgr City ofLubbock (806) 775-3680 ditchell(dinail cidubbock.tx.us Project Owner City ofLubbock Project Name I Upland Ave Mill & Relay General Description of Project: Reconstruct Asphalt Road Contract Time 1120 Calendar Days Project Cost $2,218,585.99 Date Project Complete 1108 Calendar Days (612312016) Key Project Personnel Project Manager JProject Superintendent JSafety Officer I QC Manager Name Daniel Buntoro Alfonso Sanchez Perek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Teofilo Flores. Sr. Buyer City ofLubbock (806) 775-2164 tkflores(a)mylubbock.us Designer City ofLubbock Manager Dwain Mitchell Sr. Project Mgr City ofLubbock (806) 775-3680 ditchell(c mail cidubbock.tx.us Project Owner City ofLubbock Project Name 114th Street Mill & Relay General Description of Project: Reconstruct Asphalt Road Contract Time 90 Calendar Days Project Cost $1,862,730.00 Date Project Complete 53 Calendar Days (71312020) Key Project Personnel Project Manager =Project Superintendent Safety Officer I QC Manager Name Ray Taylor Alfonso Sanchez Patrick Stevens JKevin Trujillo Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) ame Title/Position Organization Telephone E-mail Owner essie Montes Buyer H City ofLubbock (806) 775-2164 'montes lubbock. us Designer City ofLubbock Manager wain Mitchell Sr. Project Mgr City ofLubbock (806) 775-3680 ditchell(a mail cidubbock.tx.us Project Owner City ofLubbock Project Name I Milwaukee Ave Mill & Relay General Description of Project: Reconstruct Asphalt Road Contract Time 1120 Calendar Days Project Cost $1,837,154.85 Date Project Complete 153 Calendar Days (811912018) Key Project Personnel Project Manager =Project Superintendent JSafety Officer I QC Manager Name Daniel Buntoro Alfonso Sanchez JDerek Jarnagin I Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Teofilo Flores Sr. Buyer City ofLubbock (806) 775-2164 tkflores(dmylubbock.us Designer City ofLubbock Manager Dwain Mitchell Sr. Project Mgr City ofLubbock (806) 775-3680 ditchell(dmail cidubbock.tx.us Attachment A (page 3) Current Projects and Project Completed within the last 10 Years Project Owner City of Lubbock Project Name outh University Mill & Relay General Description of Project: Reconstruct Asphalt Road Contract Time 00 Calendar Days Project Cost 2,742,933.07 Date Project Complete 3 Calendar Days (121212016) Key Project Personnel Project Manager JProject Superintendent I Safety Officer QC Manager Name I Daniel Buntoro Alfonso Sanchez I Derek Jarnagin Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner Teofilo Flores. Sr. Buyer City of Lubbock (806) 775-2164 tkflores(dmylubbock.us Designer City of Lubbock Manager Dwain Mitchell Sr. ProfectMgr City of Lubbock (806) 775-3680 ditchell(dmail.ci.lubbock.tx.us Project Owner City of Lubbock Project Name LPSIA Perimeter Road General Description of Project: Build New Roadways Contract Time 223 Calendar Days Project Cost 51,667,309.91 Date Project Complete 223 Calendar Days (10122114) Key Project Personnel Project Manager Project Superintendent FSafety Officer QC Manager Name Josue Palacios Alfonso Sanchez IDerek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner D'Ana Torres Buyer City ofLubbock (806) 775-2164 dtorres(&,mai1.ci.1ubbockJx.us Designer Mark Haberer Senior Associate PSC (806) 473-2200 mhaberer(&Jeam-psc.com Manager Project Owner Betenbough Homes Project Name Bell Farms Phases III thru VI General Description of Project: Build New Roadways Contract Time 690 Calendar Days total Project Cost 53,659,820.37 Date Project Complete 394 Calendar Days (6122119) Key Project Personnel Project Manager Project Superintendent JSafety Officer I QC Manager Name Darrell Jarnagin Alfonso Sanchez Perek Jarnagin I Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Title/Position Organization Telephone E-mail Owner Oaks Senior Manager Betenbough (806) 687-8787 kellyo(a)betenbou,-h.com Lame Designer Dulin Principal AMD Engineering (806) 771-5976 cdulin(a),amdeng.com Managerold Murray Developer Betenbough (806) 687-8787 haroldm(abetenboug-h.com Project Owner Region 17ESC Project Name Region 17Parking Expansion General Description of Project: Build New Parking Facility Contract Time 500 Calendar Days Project Cost 51,432,334.68 Date Project Complete 359 Calendar Days (8111117) Key Project Personnel Project Manager Project Superintendent I Safety Officer I QC Manager Name D'shana Gunarathna Alfonso Sanchez I Derek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Region 17ESC (806) 792-4000 info(a scl7.net Designer Robert Cameron Architect BGR Architects (806) 747-3881 info(dbgronline.com Manager Josh Weems Project Manager Lee Lewis Constr (806) 797-8400 jweemsWeelewis.com Attachment A (page 4) Current Projects and Project Completed within the last 10 Years Project Owner Terry County Project Name Terry County Airport Imp rov. General Description of Project: Build New Airport Taxiway Contract Time 80 Calendar Days Project Cost 1,028,065.70 Date Project Complete 03 Calendar Days (8128113) Key Project Personnel Project Manager =Project Superintendent I Safety Officer I QC Manager Name Alfonso Sanchez JDanny Torres I Derek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner Brad Tankersly Airport Manager Terry County (806) 543-9840 Designer Benny Lybrand Engineer CT Brannon (903) 597-2122 blybrand(dbrannoncorp.com Manager Neil Buckalew PR Buckalew Inc. (432) 553-0978 Project Owner Tortoise & Hare LLC Project Name Frenship Mesa Estates General Description of Project: Build New Roadways Contract Time 365 Calendar Days Project Cost $1,022,367.62 Date Project Complete 1346 Calendar Days (112912021) Key Project Personnel Project Manager Project Superintendent Safety Officer I QC Manager Name I Ray Taylor Alfonso Sanchez IDerek Jarnagin JKevin Trujillo Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Scott Cain Developer Tortoise & Hare (806) 239-6409 Scott.tortoiseandhareta'�mail.com Designer Tanner Lansford Engineer OJD Engineering (806) 791-2300 Manager Project Owner QuakerI146Investment Holdings Project Name Quaker Ave I30th to I46th St General Description of Project: Build New Thoroughfare Contract Time 270 Calendar Days Project Cost $931,070.00 Date Project Complete 262 Calendar Days (616119) Key Project Personnel Project Manager Project Superintendent JSafety Officer I QC Manager Name D'shana Gunarathna Alfonso Sanchez Perek Jarnagin I Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) ame Title/Position Organization Telephone E-mail obertMyers Developer Quaker/I46 (2I4) 350-6500 rmyers(dinyersfinancialcorp.com ory Dulin L Principal AMD Engineering (806) 771-5976 cdulinkamdeng.com Project Owner GRACO Real Estate Project Name I West End Phase III General Description of Project: Build New Parking Facility Contract Time 1365 Calendar Days Project Cost $799,820.00 Date Project Complete 1264 Calendar Days (6119118) Key Project Personnel Project Manager Project Superintendent I Safety Officer I QC Manager Name D'shana Gunarathna Alfonso Sanchez I Derek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner GRACO (806) 745-9718 marketin,-(&--racorealestate.com Designer Cory Dulin Principal AMD Engineering (806) 771-5976 cdulin(damdeng.com Manager Shannon Bright Project Manager Lee Lewis Constr (806) 797-8400 sbrighaleelewis.com Attachment A (page 5) Current Projects and Project Completed within the last 10 Years Project Owner City ofLubbock Project Name P014 Asphalt & Concrete H General Description of Project: Reconstruct Roadways Contract Time 75 Calendar Days Project Cost S791,074.12 Date Project Complete 98 Calendar Days (914115) Key Project Personnel Project Manager Project Superintendent Safety Officer QC Manager Name Alfonso Sanchez Tomas Hernandez Derek Jarnagin Daniel Buntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner David Gamboa Buyer City ofLubbock (806) 775-2164 d,-amboa(dmylubbock.us Designer City ofLubbock Manager Dwain Mitchell Sr. ProjectMgr City ofLubbock (806) 775-3680 dttchell(dmail.ci.lubbock.tx.us Project Owner Rip Griffin Companies Project Name Tulia Truck Stop General Description of Project: Build New Parking Facility Contract Time N/A Project Cost $778,411.00 Date Project Complete 77 Working Days (12123116) Key Project Personnel Project Manager Project Superintendent Safety Officer QC Manager Name D'shana Gunarathna Alfonso Sanchez Derek Jarnagin Daniel Buntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Dallas Musgrave Manager Rip Griffin Co. (806) 795-8785 dmusgrave(a)ripgrif in.com Designer Marshal Jarnagin Manager West Texas Paving (806) 833-2882 marshalCa)wtxpavin�.com Manager o Project Owner Tom Scarborough Trust Project Name 14ore Golf Complex General Description of Project: Build New Parking Facility Contract Time 365 Calendar Days Project Cost $760,844.00 Date Project Complete 339 Calendar Days (8126117) Key Project Personnel Project Manager Project Superintendent JSafety Officer QC Manager Name D'shana Gunarathna Alfonso Sanchez Perek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) ame Title/Position Organization Telephone E-mail Owner eanne Scarborough Trustee Scarborough Trust Designer odd Rauch Engineer Hugo Reed (806) 763-5642 trauch(a)hugoreed. com Manager hannon Bright Project Manager Lee Lewis Constr (806) 797-8400 sbrighaleelewis.com Project Owner City of Slaton Project Name ISlaton Airport Taxiway Ext. General Description of Project: Build New Airport Taxiway Contract Time 158 Calendar Days Project Cost $614,499.00 Date Project Complete 1158 Calendar Days (11121114) Key Project Personnel Project Manager== Project Superintendent I Safety Officer I QC Manager Name D'shana Gunarathna Alfonso Sanchez I Derek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Kathy Field Treasurer City of Slaton (806) 828-2000 kfield(a�cityo/slaton.com Designer Clayton Scales Division Manager KSA Engineers (806) 335-1600 clayton(a�ksaeng.com Manager Attachment A (page 6) Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University Project Name 8th & Hartford Reconstruction General Description of Project: Reconstruct Asphalt Road Contract Time 65 Calendar Days Project Cost S613,861.71 Date Project Complete P8 Calendar Days (8123119) Key Project Personnel Project Manager Project Superintendent I Safety Officer QC Manager Name Ray Taylor Alfonso Sanchez I Patrick Stevens Kevin Trujillo Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner Jeff Burns Superintendent Texas Tech (806) 834-1206 'e .burns u.edu Designer Sean Cudnoski Engineer Kimley Horn (806) 686-1080 sean.cudnoski"imley-horn.com Manager Project Owner Terry County Project Name ITerry County CERTZProject General Description of Project: Rehabilitate Asphalt Roads Contract Time 1180 Working Days Project Cost $593,821.99 Date Project Complete 1179 Working Days (6121116) Key Project Personnel Project Manager Project Superintendent Safety Officer I QC Manager Name Alfonso Sanchez I Tomas Hernandez Derek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Jan Hudson Treasurer Terry County (806) 637-3797 rfowler(&Jerrycounty.or� Designer Daniel Wetzel Owner Centerline Engr (806) 441-7183 Manager Project Owner Texas Tech University Project Name 2014 Campus Improvements General Description of Project: Rehabilitate Asphalt Roads Contract Time 65 Calendar Days Project Cost $575,705.33 Date Project Complete 46 Calendar Days (818114) Key Project Personnel Project Manager Project SuperintendeVvaro fety Officer QC Manager Name Alfonso Sanchez Derek Jarnagin Izeta JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner feffBurns Superintendent Texas Tech (806) 8344206 'e .burns u.edu Designer Texas Tech Manager Project Owner City of Lubbock Project Name JLPSIA Asphalt Repair H General Description of Project: Reconstruct Parking Contract Time 200 Working Days Project Cost $573,990.59 Date Project Complete 1200 Working Days (819113) Key Project Personnel Project Manager Project Superintendent Safety Officer QC Manager Name Alfonso Sanchez Derek Jarnagn Derek Jarnagin Rob Comey Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner D'Ana Torres Buyer City ofLubbock (806) 775-2164 dtorres(&,mai1.ci.lubbock.tx.us Designer Mark Haberer Senior Associate PSC (806) 473-2200 mhaberer{&Jeam-psc.com Manager Attachment A (page 7) Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech Universty Project Name 017 Campus Parking Repair General Description of Project: Reconstruct Parking Areas Contract Time 65 Calendar Days Project Cost S573,200.00 Date Project Complete 3 Calendar Days (8116117) Key Project Personnel Project Manager Project Superintendent Safety Officer QC Manager Name Alfonso Sanchez Derek Jarnagin Daniel Buntoro Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner Jeff Burns Superintendent Texas Tech (806) 834-1206 'e .burns u.edu Designer Texas Tech Manager Project Owner Texas Tech University Project Name Z-3 Parking Lot Expansion General Description of Project: Build New Parking Facility Contract Time 1120 Calendar Days Project Cost $571,189.00 Date Project Complete 1102 Calendar Days (312112) Key Project Personnel Project Manager Project Superintendent Safety Officer QC Manager Name Alfonso Sanchez Derek Jarnagin Derek Jarnagin Rob Comey Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Jeff Burns Superintendent Texas Tech (806) 834-1206 ieffburns(a»itu.edu Designer Todd Rauch Engineer Hugo Reed (806) 763-5642 trauch(dhugoreed.com Manager Project Owner Texas Tech Universty Project Name 2017 Campus Paving Improv. General Description of Project: Reconstruct Parking Areas Contract Time 65 Calendar Days Project Cost $524,500.00 Date Project Complete 60 Calendar Days (8112117) Key Project Personnel Project Manager Project Superintendent JSafety Officer I QC Manager Name D'Shana Gunarthna Alfonso Sanchez Perek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner feffBurns Superintendent Texas Tech (806) 8344206 'e .burns u.edu Designer Texas Tech Manager Project Owner City of Lubbock Project Name 12019 Various Mill & Inlay General Description of Project: Reconstruct Asphalt Roads Contract Time 130 Calendar Days Project Cost $517,500.00 Date Project Complete 19 Calendar Days (617119) Key Project Personnel Project Manager Project Superintendent I Safety Officer I QC Manager Name Ray Taylor Alfonso Sanchez I Patrick Stevens JKevin Trujillo Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Teofilo Flores. Sr. Buyer City of Lubbock (806) 775-2164 tkflores(dmylubbock.us Designer City of Lubbock Manager Dwain Mitchell Sr. Project Mgr City ofLubbock (806) 775-3680 ditchell(dinail cidubbock.txus Attachment B (page 1) Project Information Project Owner City ofLubbock lProjectName 11ndiana Ave from 130th to Woodrow Rd General Description of Project Reconstruction of'55,000 S'Yof'City and County major thoroughfare. Work involved establishing traffic control and safety plan, managing local residents' concerns, removing existing asphalt surface, reconstructing new widened roadway with sub -grade preparation, proof -rolling, flex base, Type 'B' HMAC, and surface course (Type 'C' HMAC). ProjectBudget and Schedule Performance Budget History I Schedule Performance Amount % of Amount Bid Date Days Bid 56,343,197.50 100.0% Notice to Proceed 05115121 Change Orders Contract Substantial Completion at Notice to Proceed 1120122 250 Owner Enhancements $811,022.65 12.7° Contract Final Completion Date at Notice to Proceed 2119122 280 Unforeseen Conditions Change Order Authorized Substantial Completion Date 5120122 90 Design Issues Change Order Authorized Final Completion Date 6119122 120 Total $811,022.65 12.7° Actual / Estimated Substantial Completion Date 4129122 349 Final Cost 57,154,220.15 112.7%1 Actual / Estimated Final Completion Date 5129122 379 ProjectKey Personnel Project Manager Project Sup Safety Officer QC Manager Name Ray Taylor Alfonso Sanchez Derek Jarnagin Robert Crow Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project 100% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A N/A N/A N/A Reason for change. I N/A N/A N/A N/A Referencenamesapproval Name Title/Position to contacting the names of the individuals Organization Telephone as a reference) E-mail Owner Jessie Montes Sr. Buyer City ofLubbock (806) 775-2164 tkflores(a�mylubbock.us Designer Kyle Jackson, PE Dir. Transportation Parkhill Smith Cooper (806) 473-3528 kjackson�parkhill.com Construction Mgr Bobby Stewart Sr. Inspector City ofLubbock (806) 775-3680 bstewart(ajnylubbock.us Surety Mike Rudberg Agent AAA Surety (92) 239-2663 mike(kaaasurety.com Issues / Disputes Number of Issues Resolved Resolved N/A or Pending Resolution by Arbitration, Total Amount involved in N/A Resolved Issues Litigation or Dispute umber of Issues rendin,, ReviewBoards N/A Total Amount involved in N/A Resolved Issues Attachment B (page 2) Project Information Project Owner City of Lubbock Project Name Upland Ave Mill and Relay General Description of Project Reconstruction of 59,000 SY of Upland Ave from 98th to I30th Street Work involved establishing traffic control and safety plan, milling existing road surface to a depth of up to II " and reconstructing road surface with sub grade preparation, proof - rolling, flex base, Type 'B' HMAC, and surface course (Type 'C%'D' HMAQ. Owner requested change order to build I0,000 SY new street construction for Upland Heights Elementary access road. Project Budgetand SchedulePerformance Budget Histo I Schedule Performance Amount % of Amount Bid Date Days Bid $1,755,248.00 100.0% Notice to Proceed 317116 Change Orders Contract Substantial Completion at Notice to Proceed 615116 90 Owner Enhancements $463,337.99 26.4% Contract Final Completion Date at Notice to Proceed 716116 121 Unforeseen Conditions Change Order Authorized Substantial Completion Date 815116 30 Design Issues Change Order Authorized Final Completion Date 915116 151 Total $463,337.99 26.4% 1 Actual / Estimated Substantial Completion Date 1 6116116 101 Final Cost 1$2,218,J85.99 126.4% Actual /Estimated Final Completion Date 6123116 108 ProjectKey Personnel Project Manager Project Sup Safety Officer QC Manager Name Daniel Buntoro Alfonso Sanchez Derek Jarnagin Wangyu Ma Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project 100% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A N/A N/A N/A Reason for change. I N/A N/A N/A N/A 'approval Name Title/Position to contacting the names of the individuals Organization Telephone as a reference) E-mail Owner Teofilo Flores Sr. Buyer City of Lubbock (806) 775-2164 tkflores(ajnylubbock.us Designer City of Lubbock Construction Mgr Dwain Mitchell Sr. Project Mgr. City of Lubbock (806) 775-3680 dmitchell*mylubbock.us Surety Mike Rudberg Agent AAA Surety (92) 239-2663 mike(a�,aaasurety. com Issues / Disputes Resolved Number of N/A Issues Resolved or Pending Resolution by Arbitration, �otal Amount involved in N/A esolved Issues Litigation or Dispute Number of Issues rendin,, ReviewBoards N/A Total Amount involved in N/A Resolved Issues Attachment B (page 3) Project Information Project Owner City of Lubbock lProjectName 1114th Street Mill and Relay General Description of Project Reconstruction of 37,000 SY of 114th Street from Ave P to Quaker Ave. Work involved establishing traffic control and safety plan, milling existing road surface to a depth of up to 8"and reconstructing road surface with sub grade preparation, proof - rolling, flex base, Type 'B' HMA C, and surface course (Type 'C%'D' HMA C). Owner requested change order to build additional lane construction at the intersection of 114th and Quaker Ave. Work was done with minimal disruption to traffic flow before Fourth of July holiday. Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Amount Bid Date Days Bid $1,517,730.00 100.0% Notice to Proceed 5111120 Change Orders Contract Substantial Completion at Notice to Proceed 819120 90 Owner Enhancements $345,000.00 22.7% Contract Final Completion Date at Notice to Proceed 919120 121 Unforeseen Conditions Change Order Authorized Substantial Completion Date 8123120 14 Design Issues Change Order Authorized Final Completion Date 9123120 135 Total $345,000.00 22.7% 1 Actual / Estimated Substantial Completion Date 1 6126120 46 Final Cost $1,862,730.00 122.7% Actual /Estimated Final Completion Date 713120 53 ProjectKey Project Manager Project Sup Safety Officer QC Manager Name Ray Taylor Alfonso Sanchez Steve Witt Kevin Trujillo Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project 100% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A N/A N/A N/A Reason for change I N/A N/A N/A N/A Referencenamesapproval Name Title/Position to contacting the names of the individuals Organization Telephone as a reference) E-mail Owner Jessie Montes Buyer H City of Lubbock (806) 775-2164 'montes*mylubbock. us Designer City of Lubbock Construction Mgr Dwain Mitchell Sr. Project Mgr. City of Lubbock (806) 775-3680 dmitchell*mylubbock.us Surety Mike Rudberg Agent AAA Surety (92) 239-2663 mike(a�waasurety.com Issues / Disputes Resolved Number of N/A Issues Resolved or Pending Resolution by Arbitration, Total Amount involved in N/A Resolved Issues Litigation or Dispute umber of Issues rendin,, ReviewBoards N/A Total Amount involved in N/A Resolved Issues Attachment B (page 4) Project Information Project Owner City of Lubbock Project Name Milwaukee Ave Mill and Relay General Description of Project Reconstruction of 47,500 SY of North Milwaukee Ave from Erskine to C.R. 6430. Work involved establishing traffic control and safety plan, milling existing road surface to a depth of up to 8" and reconstructing road surface with sub -grade preparation, roof -rolling, flex base, Type 'B' HMAC, and surface course (Type 'C%'D' HMAQ. Project Budgetand SchedulePerformance Budget Histo I Schedule Performance Amount % of Amount Bid Date Days Bid $1,917,985.00 100.0% Notice to Proceed 6127118 Change Orders Contract Substantial Completion at Notice to Proceed 10125118 120 Owner Enhancements <$80,830.15> 4.2 % Contract Final Completion Date at Notice to Proceed 11125118 151 Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A 0 Design Issues Change Order Authorized Final Completion Date N/A 0 Total <$80,830.15> 4.2 % Actual / Estimated Substantial Completion Date 8112118 46 Final Cost $1,837,154.85 95.8% Actual / Estimated Final Completion Date 8119118 53 ProjectKey Project Manager Project Sup Safety Officer QC Manager Name Daniel Buntoro Alfonso Sanchez Derek Jarnagin Wangyu Ma Percentage of Time Devoted to the Project 100 % 100 % 100 % 100 % Proposed for this Project 100 % 100 % 100 % 100 % Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A N/A N/A N/A Reason for change. I N/A N/A N/A N/A Reference Contact Information (listing names Name indicates approval Title/Position to contacting the names of the individuals Organization Telephone as a reference) E-mail Owner Teofilo Flores Sr. Buyer City of Lubbock (806) 775-2164 tkflores(amylubbock.us Designer City of Lubbock Construction Mgr Dwain Mitchell Sr. Project Mgr. City of Lubbock (806) 775-3680 dmitchell{q ylubbock.us Surety Mike Rudberg Agent AAA Surety (92) 239-2663 mike(!-�,aaasurety.com Issues / Disputes Number of Issues Resolved Resolved or Pending Resolution by N/A �otal Amount involved in esolved Issues Arbitration, N/A Litigation or Dispute Number of Issues rendin,, Review Boards N/A Total Amount involved in N/A Resolved Issues ATTACHMENT C Quality management is closely monitored in the field by our foremen. All West Texas Paving, Inc. foremen have numerous years of experience in building civil projects and are thereby well - qualified to conduct field-testing. Furthermore, our asphalt plant monitors all material that is imported from suppliers and exported for delivery to projects. With the combination of both field and facility testing, our company maintain a high standard of quality control. Ultimately, the project manager is responsible for overall quality control. In tandem with 's representative, our project manager oversees the quality and workmanship of our projects to match the expectations of the project owner. Project site safety is an important consideration for West Texas Paving. As such, we regularly enforce all OSHA guidelines and maintain an inventory of all relevant safety items, such as hard hats, medical kits, and stretchers. In the case of a subcontractor, our project manager interviews the onsite personnel to ascertain whether the subcontractor is obeying all OSHA guidelines and performing in a generally safe manner. Managing changes to the project follow the standard procedure adopted within the agreement between Owner and Contractor. A written change order request is produced by the requesting party and distributed to all project stakeholders. Discussion follows between Owner, Contractor, and/or Architect/Engineerto determine quantity and pricing. Once all matters have been addressed to the Owner's satisfaction, all parties will agree and sign to the specified change order and record the new document in the original contract. Equipment is managed through our mechanical shop personnel. Our servicemen will regularly service all pertinent equipment for fuel, oil, and grease (known by the acronym FOG). Such preventative maintenance helps ensure that mechanical breakdowns will very rarely occur. Should a breakdown occur, however, the company mechanic is dispatched to the field to conduct on -site repairs. If the project is constrainedto need immediate use of the broke -down machinery, a rental replacement is called and the broken machinery recalled to the mechanic shop for high- level repair. West Texas Paving, Inc. is committed to complying with all HUB/MWBE participation goals. We regularly use the services of several Texas HUBs as subcontractors even on projects that do not require HUB certification. If requested by the project owner, we can supply the necessary paperwork with little to no difficulty. For a list of projects that demonstrate our capabilities for providing the best value to the Owner, see all projects listed with named as the point reference. West Texas Paving, Inc. has been active in Lubbock's heavy civil construction industry since 1983. We have built all forms of transportation infrastructure ranging from military runways to highways. Evidence of our quality workmanship can be seen in any car drive through Lubbock and the surrounding communities. We have never defaulted on a project in all our over 30 years of business and maintain a high level of quality excellence in all work that we accomplish. Regarding contract administration, we will follow all necessary guidelines as specified in the contract to fulfill the obligations directed toward the Contractor for the Owner's satisfaction. All paperwork will be directed to Darrell G Jarnagin at our office at 10104 Alcove Ave, Wolfforth, TX 79382. Administration of the project ultimately lies with the cooperation between, West Texas Paving, Inc., and the Engineer. We are open to active cooperation and resolve disputes amicably among all stakeholders. All of West Texas Paving, Inc.'s suppliers and subcontractors are bound to fulfill their obligations through written contracts that have been formally signed and authorized by an officer of both West Texas Paving, Inc. and the respective party. We require Certificates of Insurance for all subcontractors and closely monitor their work for quality control, scheduling, and safety. Likewise, suppliers are required to submit MSDS reports on all potentially hazardous or dangerous materials prior to delivery to a project site. On materials subject to defects, such as aggregate, our company inspects each shipment prior to storage. Time management is crucial to the success of any project and no more so than in West Texas Paving, Inc.. Our company applies uses the BMI methodology to analyze the timeframe of the project. This enables the visualization of potential bottlenecks in the project's workflow and deadlines. Such scheduling is crucial in order to coordinate the application of resources and manpower to a project in an efficient and effective manner. Cost controls are held in place through a systematic purchase ordering system. This system is managed by our purchase manager. All purchases are approved and recorded by the purchase manager to ensure all materials and items are recorded into a comprehensive project budget. 11 Texas Department of Transportation 125 EAST 11TH STREET I AUSTIN, TEXAS 78701-2483 1 (512) 463-8588 1 WWW.TXDOT.GOV December 22, 2023 WEST TEXAS PAVING, INC. 10104 ALCOVE AVE WOLFFORTH, TX. 79382 RE: TxDOT Vendor Number 02452 Dear Contractor: Your Confidential Questionnaire is satisfactory and qualifies you to bid on Projects let by the Texas Department of Transportation (TxDOT) from the date of this letter through September 30, 2024. Your bidding capacity has been set at $54,147,000.00. You may request and receive bidding proposals for projects on which the engineer's estimate does not exceed your bidding capacity less any uncompleted work currently under contract with TxDOT. If we may be of further assistance, please contact our Pre -qualification Branch at 512/416-2584. Sincerely, IL A-lutX014, Greg Williams Director, Letting Management Section Construction Division OUR VALUES: People • A=untabiYty • Trust - Harresty OUR MISSION: Connecting You I+Yrith Texas Ar Equal Opportunity En plcpe COMPANY SAFETY PROGRAM Responsibility for Safety During Construction Accidents can be avoided. They do not just happen. It is important to West Texas Paving that accidents are prevented. Being totally committed to safety and working together, we can eliminate needless accidents and injuries. When we are successful, we all share the benefits of a safe, accident -free work environment. Personal Protective Equipment Hard hats must be worn at all times at the job -site location to prevent accidental injury from struck by hazards. All hard hats shall be in —6, compliance with ANSI/Standard Z89.1- 1986. Eye protection appropriate to the hazard must be worn. As a minimum safety glasses must be worn where the MSDS dictates their use, and other ` operations where eye injuries may result. When performing welding operations, shaded eye protection must be worn that meets the graded shade requirements for the type of welding being performed. Hearing Protection, such as ear plugs or ear muffs, will be provided and worn on all jobs where the noise level exceeds OSHA permissible noise exposure limit. This includes using or working nearby heavy equipment, jackhammers, etc. Safety vests will be worn that is suitable for both the weather and work. A Shirts and long pants are required. All employees will wear reflective safety vests. Workers performing welding and oxy-acetylene burning operations are encouraged to use all cotton material clothing, Man-made fibers are discouraged. Appropriate glove protection is required when welding, grindingand working with hazardous substances where the MSDS dictates their use. Mandatory use of safety -toe -work boots in good condition are required while working or walking on the jobsite. Tennis shoes, running shoes, sandals or opened toe shoes are not allowed to be worn by employees on ~� this project. Subcontractor Management All subcontractors on site are directly responsible for their employee safety, work production, and product quality while on the West Texas Paving, Inc. Ak job -site. The subcontractor's superintendentand the West Texas Paving, Inc. Project Manager will coordinate their work in accordance with the West Texas Paving, Inc. project schedule, reviewed in the weekly schedule coordination meetings. The West Texas Paving, Inc. Safety Officer will inspect the ongoing work of the subcontractorsand enforce safety requirements through communication with the subcontractor safety representatives. The subcontractor safety representatives will be appointed upon arrival to job -site. Subcontractors are individually responsible for the implementation of their Safety Program and must be part of the project's Safety Culture. All Subcontractors must inform their employees to report any unsafe acts and accidents immediately. Subcontractors must notify West Texas Paving, Inc. immediately upon knowledge of any accidents or incidents at the jobsite. Substance Abuse It is the policy of West Texas Paving to provide a workplace free of alcohol and substance abuse and to take responsible and proper actions to insure that employee alcohol and substance abuse does not jeopardize the safety and the health of our employees, the public, the success of our operations or the Company. All employees are responsible for reporting to work and remaining at work in a proper condition to perform assigned duties free from the influence of alcohol and drugs. For prescription or over-the-counter drugs, it is each individual's responsibility to consult with his or her prescribing physician and/or to p review relevant dosing instructions to determine whether the use of a �( medication could cause impairment in light of the employee's job duties. It _ is the employee's responsibility to determine if their prescription medication would inhibit their ability to perform their current responsibilities and if so to immediately notify their supervisor. Substance abuse is prohibited. Any employee who engages in substance abuse during working hours will be terminated. Emergency Notification Procedure 1. West Texas Paving will notify the Owner and the Engineer in writing at least seventy- two (72) hours in advance of any work that may close or affect an emergency rescue and fire -fighting routes, pipelines, or fire hydrants that will be out of service. 2 West Texas Paving will immediately notify all personnel in case of fire, accidents or other emergency evacuation and collectively proceed with evacuation, if necessary. 3 The Safety Officer shall be notified immediately thereafter by the Project Superintendent. The Safety Officer will initiate Emergency reporting procedures to the corporate office. 4 Emergency Escape procedures and emergency escape routes shall be initiated to ensure employee and property safety. S All affected employees shall cease operations, turn off equipment and secure work areas prior to evacuation and immediately proceed out of area to the nearest designated emergency gathering area. b Each foreman shall individually account for his employees and immediately report this accounting to the Project Manager. Every individual on site must be accounted for. 7 Report should be done by 2-way radio or phone. Subcontractors shall follow procedure and report employee accounting to the Project Manager. 8 Visitors shall be accounted by the host employee/subcontractor. 9. Site supervisory staff is CPR and First Aid Certified and shall endeavor to assist where possible until medical help arrives. Other(s) who are also trained should inform the Project Manager in order to allow maximum availability of assistance. 10 Emergency call shall be placed to the City of Lubbock's 911 Emergency System. 11. Employees shall be stationed at various project locations to quickly and safely direct emergency vehicles to emergency area. Evacuation of affected work areas shall be by the most expeditious means whether it is vehicular or non -vehicular in nature. In the process of evacuation, measures should be taken to ensure free and clear access for emergency vehicles. Medical Support • Yearly training on First Aid and CPR Training is conducted to ensure that Vim West Texas Paving, Inc. employees receive the prompt and professional first aid care as required. First aid kits will be located inside company owned vehicles, foremen vehicles and the project office. All injuries will be reported. The injuries will be reported to each foreman and corrective action will be taken immediately by the foreman to prevent reoccurrence. A legible sign listing all emergency phone numbers (medical, fire, police, etc.) will be placed in all project office. Debris and Dust Management Materials capable of creating debris will be continuously removed during the construction project by either mechanical sweeping or manual removal methods. At the direction of the Engineer, ground watering, siltation fencing, sandbags, and other erosion control will be employed to l�J contain material that can be carried by wind into active traffic � environments. Construction will not leave or place debris on or near active vehicle movement areas. Additionally, all trucks carrying material that can be r carried by wind will require tarp coverings. All loose items will be either covered or entirely removed from the project site. Trash such as garbage and food waste will be stored in lidded metal containers and removed from the construction site on a regular basis. Safety Education Training Each new employee (current West Texas Paving, Inc. or new hire employees) arriving at the project site will be instructed on the site -specific requirements to be adhered to throughout the project. This Instruction will cover site specific West Texas Paving, Inc. safety and health regulations and policies that will be required of each employee participating on this project. New Hire All new hires to the company will attend the West Texas Paving, Inc. New Orientation Hire Orientation prior to setting foot in the project. The New Hire Orientation Training provides the new employee with West Texas Paving policies and procedures including minimum fall protection, excavation and trenching, hazard communication, fire protection, equipment and vehicle hazards, P.P.E, electrical hazards, etc. Mandatory Mandatory weekly safety meetings will continue to be held on the first Meetings workday of the week before the start of work. Each employee on the project will be present. Project management staff (Project Manager, Safety Officer, Project Foremen) will present a safety topic at each meeting. Safety Rules A posting of the project Safety Program will be posted at the bulletin Posting boards located in the Employee Parking Area. RAY TAYLOR Project Manage r Involved in the construction industry for multiple years with positions being contract manager, engineering inspector, crew leader, contractor, and heavy equipment operator. Having been on public and private side of construction, a unique understanding and knowledge has been gained of how each operates, as well as how to communicate and interact with sides to produce intended results and establish working relationships. • EXPE RIENCE Texas Tech University, 2019 - Present Chemical Engineering, 1999- Project Superintendent ■ Project Management ■ West Texas 2002, (no degree) Paving 2008 - 2019 Contract Manager ■ Streets Dept. ■ City of Lubbock 2002 - 2008 Project Manager ■ Contractor ■ South Central Mountain RC&D Supervise operators, laborers, field personnel. Manage time, production schedule, and project progression. Confirm grades, check depths, validate subgrade and material. Certificates Computer literate, civil • Certified Work Zone Traffic Control and surveying, budget Flagging management, contract • ACI Concrete Strength Test Technician compilation, works well with • ACI Concrete Field Testing Technician deadlines, open to new ideas • MSHA Safety Certifcate [Available upon request.] ALFONSO SANCHEZ Superintendent Over 30 years of project management, asphalt paving, road construction, and heavy equipment experience. Reliable professional with exceptional organizational and people skills. Strong personal ethics and integrity. Works well under pressure and deadlines. Highly organized team -builder with strong leadership experience. EDUCATION Universidad Mexico, 1985, (no degree) KEY SKILLS — Ability to conduct field surveys. Manages a road construction crew up to 25 employees including loaders, motor graders, rollers, and trucks. [Available upon request.] 1995 - Present Project Superintendent ■ Construction Projects ■ West Texas Paving Monitors work crewmen in field. Conducts field survey by both instrument and GPS rover systems. Manages production and daily task progression. Establishes grades, coordinates delivered materials, and final placement. • MSHA Safety Certificate PATRICK STEVENS Safety Officer Seasoned management professional with proven capability in multidiscipline leadership in the heavy construction industry. Strengths include safety compliance, leadership, coaching, motivation, and team development. These strengths have been demonstrated and refined in various construction projects associated with private contractors as well as the Texas Department of Transportation. EDUCATION Lubbock Cooper High School, 2005 KEY SKILLS — Responsible for paving and worksite safety and compliance while under operation. Manages a road construction crew up to 10 employee. [Available upon request.] 2020 -Present Shop and Safety Manager West Texas Paving Oversee paving operation ■ 2018 - 2020 Equipment Operator ■ Oversee plant operation ■ Caprock Waste, Lubbock, TX 2011 - 2018 Lead Operator ■ Maintain safety and compliance, oversee paving operation ■ Texas Department of Transportation, Lubbock, TX Provide safety management, advice, monitoring, and reporting in the workplace, and engage staff in programs • MSHA Safety Certificate ROBERT CROW Quality Contr of Officer Qualified graduate in Engineering with broad experience working in both manufacturing as well as research environments. Capable to be productive in a fast -paced work environment that requires communication and attention to detail. EDUCATION — Colorado School of Mines, B.S. Metallurgical and Material Engineering, 2016-2020 KEY SKIL LS Responsible for production quality control using both field and laboratory samples. Proven capability in creating asphalt mix designs approved by both TxDOT and City of Lubbock civil engineers. [Available upon request.] 2020 - Present Material Mgr. ■ Quality control lab ■ West Texas Paving 2018 - 2018 Inspector ■ Pipeline and equipment audits ■ ARAMCO, Houston, TX Oversee daily testing of asphalt and aggregate materials in compliance with TxDOT specification requirements for asphalt plant, rock quarry, and construction site materials • MSHA Safety Certificate • TxHMAC Level 2 Mix Design Specialist • TxHMAC Level 1 A Asphalt Technician • TxHMAC AGG 101 Aggregate Technician DONALD OBREGON Lab Manager Experienced civil engineer with over 10 years experience designing roadways and infrastructure projects. Strong work ethic with and ability to problem -solve in ever -changing work environments. EDUCATION Caprock High, B.S. 2022 - Present Mechanical Engineering, Lab Manager ■ Quality control lab ■ West Texas Paving 2015-2019 2010 - 2018 Civil Engineer ■ City of Managua ■ Managua, Nicuragua Oversee daily production of asphalt plant facility to meet the needs of both Company and customers. Ensures plant production meets specifications. Certificates Responsible for asphalt hot mix production facility. Ensures raw material . TxHMAC Level 2 Mix Design Specialist inventories are managed . TxHMAC Level 1 A Asphalt Technician properly and outgoing . TxHMAC AGG 101 Aggregate Technician product meets demands of the customer. �ZE F E r [Available upon request.] City of Lubbock, TX Purchasing and Contract Management 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 incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO 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 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. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO 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. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Sig aturc CFO Title NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY Marshal Jarnagin being first duly sworn, on his/her oath, says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any firm on the above work or supplies to put in a sham , or any other person or corporation to refrain from a statement of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. West Texas Paving, Inc. Firm Marshal Jarnagin Name Onature CFO Title Subscribed and sworn to before me this 20th day of June 2024 My Commission Expires: 09-26-2027 7�111 ',...'iC `:I'°.. 1"at Irx.36 .oj71r11. �f1 O+h k y L]ot3r'r ICl 132`'4.. NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided Q&O Concrete Shallowater, TX Concrete finishing Minoritv Owned Yes No N/ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: West Texas Paving, Inc. (PRINT NAME OF COMPANY) Pate Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. FINAL LIST OF SUB -CONTRACTORS Company Name Location Services Provided Q&O Concrete Shallowater, TX Concrete finishing SUBMITTED BY: West Texas Paving, Inc. (PRINT NAME OF COMPANY) Minority Owned Yes No V ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Pate Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that West Texas Paving, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Three Hundred Ninety -Four Thousand Eight Hundred Eighty -Four Dollars ($1,394,884.00) 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 23rd day of July, 2024, to RFP 24-18144-TF, Unpaved Roads Improvements C.O. Phase 4 and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2024. Surety *By (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: Approved as to form: City of Lubbock By: City Attorney (Title) * 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. Page Intentionally Left Blank PERFORMANCE BOND Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that West Texas Paving, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Three Hundred Ninety -Four Thousand Eight Hundred Eighty -Four Dollars ($1,394,884.00) 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 23rd day of July, 2024, to RFP 24-18144-TF, Unpaved Roads Improvements C.O. Phase 4 and said Principal under the law is required before commencing the work provided for in said contract to execute and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2024. Surety By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an 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. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY LJ Commercial General Liability General Aggregate $ LJ Claims Made Products-Comp/Op AGG $ LJ Occurrence Personal & Adv. Injury $ LJ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY LJ Any Auto Combined Single Limit $ LJ All Owned Autos Bodily Injury (Per Person) $ LJ Scheduled Autos Bodily Injury (Per Accident) $ LJ Hired Autos Property Damage $ LJ Non -Owned Autos LJ GARAGE LIABILITY LJ Any Auto Auto Only - Each Accident $ LJ Other than Auto Only: Each Accident $ Aggregate $ LJ BUILDER'S RISK LJ 100% of the Total Contract Price $ LJ INSTALLATIONELOATER $ EXCESS LIABILITY LJ Umbrella Form Each Occurrence $ Aggregate $ LJ Other Than Umbrella Form $ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY The Proprietor/ LJ Included Statutory Limits Partners/Executive LJ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) ma Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation 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 of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (n) 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. The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 18144 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 23'd day of Julv, 2024 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 West Texas Pavin�. Inc. of the City of Wolfforth, 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 24-18144TF Unpaved Roads Improvements C.O. Phase 4 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. West Texas Paving. Inc.'s proposal dated June 20. 2024, 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. CONTRACTOR: Nest T� s Paving, Inc. 3y:� 'RINTED TTLE: � :OMPLETE ADDRESS: .Vest Texas Paving, Inc. 10104 Alcove Avenue r'�'olfforth, TX 79382 Y OF LUBBOC TEXAS (OWNER): By: _ �~ ark McBrayer, Ma or __ ATT T: sr� Courtney Paz, City Secretary � TTEST: _ .�,�'�"� ,. 3' te Secreta APPROVED AS TO CON ENT: Public Works Representative #�'t �� G. yC�.�..K,�.... � ��-�� Name (Printed) Date A ROVED S TO FORM: � � elli Leisure, Senior Assistant City Attorney Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 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 West Texas Paving, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Mike Keenum, P.E., CFM, Division Director of Engineering/City Engineer, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Response, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished five copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons 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 workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all 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 documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the 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 22 23 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. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. hi 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 in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is 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 workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind 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. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. Commercial General Liability Requirements: $ 1 M occurrence / $2M aggregate (can be combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Automatically add an excess liability of $4M. Commercial General Liability Heavy Equipment Endorsement: Heavy equipment endorsement is required Automobile Liability Requirements: $1M/occurrence is needed Professional Liability Requirements: $IM occurrence / $2M aggregate Workers Compensation Requirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license.. Employer Liability ($1M) is required with Workers Compensation. • The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. • Waivers of Subrogation are required for CGL, AL, and WC. • To Include Products of Completed Operations endorsement. • Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment. • Carriers must meet a A.M. Best rating of A- or better. • Subcontractors must carry same limits as listed above 1. Definitions Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 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 (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 proj ect; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who 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. (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 proj ect. (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 proj ect; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point 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.tastate.tmus) 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 aproject, 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 proj ect; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and 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 obj ects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. 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 permanently from Contractor's total compensation, the sum of $300 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall 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. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, 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. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, 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 not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less: (i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within fifteen (15) calendar days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. 45 Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 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 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 persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then - current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https://ci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. 70. GOVERNMENT CODE 2251.0521 UNSIGNED CHANGE ORDER (a) A contractor or subcontractor may elect not to proceed with additional work directed by a governmental entity if: (1) the contractor or subcontractor has not received a written, fully executed change order for the governmental entity -directed additional work; and (2) the aggregate actual or anticipated value of the additional work plus any previous governmental entity -directed additional work for which the contractor or subcontractor has not received a written, fully executed change order exceeds 10 percent of the contractor 's or subcontractor 's original contract amount. (b) contractor or subcontractor who elects not to proceed with additional work as provided by this section is not responsible for damages associated with the election not to proceed. DAVIS BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A Page Intentionally Left Blank "General Decision Number: TX20240002 01/05/2024 Superseded General Decision Number: TX20230002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). JIf the contract is entered into on or after January 30, 12022, or the contract is renewed or extended (e.g., an loption is exercised) on or after January 30, 2022: �. Executive Order 14026 generally applies to the contract. �. The contractor must pay all covered workers at least $17.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2024. JIf the contract was awarded onl. for between January 1, 2015 andl January 29, 2022, and the contract is not renewed or �. lextended on or after January 130, 2022: 1 Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $12.90 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2024. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2024 SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 13.55 ** ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 ** Structures ..................$ 13.52 ** LABORER Asphalt Raker ...............$ 12.28 ** Flagger.....................$ 9.30 ** Laborer, Common .............$ 10.30 ** Laborer, Utility............$ 11.80 ** Work Zone Barricade Servicer....................$ 10.30 ** POWER EQUIPMENT OPERATOR: Asphalt Distributer.........$ 14.87 ** Asphalt Paving Machine......$ 13.40 ** Broom and Sweeper...........$ 11.21 ** Crane, Lattice Boom 80 Tons or Less ................$ 16.82 ** Crawler Tractor Operator....$ 13.96 ** Excavator, 50,000 lbs or less ........................$ 13.46 ** Front End Loader Operator, Over 3 CY...................$ 12.77 ** Front End Loader, 3CY or less ........................$ 12.28 ** Loader/Backhoe..............$ 14.18 ** Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 ** Motor Grader, Rough........$ 16.15 ** Motor Grader, Fine..........$ 17.49 Pavement Marking Machine....$ 16.42 ** Reclaimer/Pulverizer........$ 12.85 ** Roller, Asphalt .............$ 10.95 ** Roller, Other ...............$ 10.36 ** Scraper .....................$ 10.61 ** Spreader Box ................$ 12.60 ** Servicer .........................$ 13.98 ** Steel Worker (Reinforcing).......$ 13.50 ** TRUCK DRIVER Lowboy -Float ................$ 14.46 ** Single Axle .................$ 12.74 ** Single or Tandem Axle Dump..$ 11.33 ** Tandem Axle Tractor with Semi ........................$ 12.49 ** ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.20) or 13658 ($12.90). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAW"' denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" Page Intentionally Left Blank EXHIBIT B & C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standards Act. Pate Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank Ch of Lubbiock UNPAVED ROADS IMPROVEMENTS C.O. PHASE 4 Cite ()f" #r ub oc TEXAS TECHNICAL SPECIFICATIONS MAY 2024 Seal Sheet _4CC4ti1\ZN 1 0000, r * 11 :... r Z(--TAN FEKETE r r............................... 00 95663 01, ONA�- 05/22/2024 Lubbock Unpaved Road Improvements CO Ph 4 Seal Sheet - 2 May 22, 2024 Ch of Lubbiock TABLE OF CONTENTS CITY OF LUBBOCK UNPAVED ROADS IMPROVEMENTS C.O. PHASE 4 DIVISION 01 GENERAL REQUIREMENTS...................................................................... 4 SECTION 01 11 00 SUMMARY OF WORK...............................................................................5 SECTION 01 14 00 WORK RESTRICTIONS............................................................................8 SECTION 0122 00 MEASUREMENT AND PAYMENT.............................................................11 SECTION 0126 63 CHANGE ORDER...................................................................................15 SECTION 0129 00 PAYMENT PROCEDURES.......................................................................18 SECTION 0131 00 PROJECT MANAGEMENT AND COORDINATION......................................20 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULES...............................................22 SECTION 0132 33 PHOTOGRAPHIC DOCUMENTATION.......................................................24 SECTION 0133 00 SUBMITTAL PROCEDURES....................................................................26 SECTION 0140 00 QUALITY REQUIREMENTS.....................................................................30 SECTION 0145 29 TESTING LABORATORY SERVICES.........................................................34 SECTION 0156 23 BARRICADES, SIGNS, AND TRAFFIC HANDLING.....................................37 SECTION 0157 23 TEMPORARY STORM WATER POLLUTION CONTROL...............................38 SECTION 0160 00 PRODUCT REQUIREMENTS...................................................................42 SECTION 0177 00 CONTRACT CLOSEOUT.........................................................................45 DIVISION 02 EXISTING CONDITIONS........................................................................ 47 SECTION 02 40 00 DEMOLITION AND STRUCTURE MOVING...............................................48 SECTION 02 41 13.13 PAVING REMOVAL............................................................................52 SECTION 02 42 00 REMOVAL AND DIVERSION OF CONSTRUCTION MATERIALS ..................54 SECTION 02 83 33.13 LEAD -BASED PAINT REMOVAL AND DISPOSAL..................................56 DIVISION 03 CONCRETE............................................................................................. 71 SECTION 03 30 00 CAST -IN -PLACE CONCRETE...................................................................72 DIVISION 09 FINISHES............................................................................................... 82 SECTION 09 96 00 HIGH PERFORMANCE COATINGS...........................................................83 SECTION 09 97 13 COATING FOR REHABILITATING STEELWATER TANK STRUCTURE ........ 100 DIVISION 26 ELETRICAL........................................................................................... 111 SECTION 26 05 33.13 CONDUIT FOR ELECTRICAL SYSTEMS.............................................112 DIVISION 31 EARTHWORK....................................................................................... 114 SECTION 3100 00 EARTHWORK......................................................................................115 SECTION 3123 00 EXCAVATION AND BACKFILL FOR UTILITIES.......................................122 SECTION 3123 19 DEWATERING.....................................................................................132 SECTION 3123 23.13 BACKFILL......................................................................................135 SECTION 3125 24.03 TIED CONCRETE BLOCK EROSION CONTROL MATS .........................140 SECTION 3150 00 EXCAVATION SUPPORT AND PROTECTION..........................................143 DIVISION 32 EXTERIOR IMPROVEMENTS................................................................ 146 SECTION 32 92 00 TURF AND GRASSES...........................................................................147 REFERENCES City of Lubbock Engineering Minimum Design Standards and Specifications Unpaved Roads Change Out PH. 6 Table of Contents - 3 May 22, 2024 Ch of Lubbiock DIVISION 01 GENERAL REQUIREMENTS Unpaved Road Improvements CO Ph 4 Division 01 General Requirements - 4 May 22, 2024 SECTION 01 1100 SUMMARY OF WORK 1. GENERAL Cih of Lubbock 1.1. SUMMARY A. This section covers the description of the Work to be completed under these Specifications. B. The OWNER is the City of Lubbock. 1) The Owner's Representative: Mike Keenum, P.E. Division Director of Engineering/City Engineer City of Lubbock O: (806) 775-2393 2) The Project Manager: Sarah Davis Civil Engineering Associate City of Lubbock O: (806) 775-3157 C. Section includes: 1) Definitions 2) Project descriptions 3) Permits and licenses 4) Access to site 5) Contractor's use of the premises 6) Project schedule 7) Security Procedures 8) Coordination requirements 9) Pre -construction meetings 10) Warranty 1.2. DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. 1.3. PROJECT DESCRIPTION A. The purpose of this project is to improve existing unpaved roads with asphalt pavement, curb and gutter throughout various locations around The City. roads to be paved are certain segments of N. Mulberry Ave from Idalou Road to E. Erskine St., N. Mulberry Ave from E. 1st St. to E. Baylor St., and E. Erskine from Idalou Hwy. to N. Mulberry Ave in Lubbock, TX. B. Major work items are: 1) Installation of approximately 13,500 square yards of asphalt pavement, Unpaved Road Improvements CO Ph 4 Section 01 1100 - 5 May 22, 2024 Cih of Lubbock 2) approximately 6,700 linear feet of curb and gutter, 3) approximately 1,650 square yards of concrete valley gutters, fillets, and driveways. C. The Contractor shall furnish all labor, equipment, and materials required for the complete construction of the work as shown on the drawings and specified herein. D. All work shall be performed in accordance with the most recent City of Lubbock Design Standards for Water and Sanitary Sewer construction. E. A maximum of 500 feet of trench open at a time. 1.4. Work shall also include restoration or replacement of all removed or damaged pavement, curb, sidewalk, gutter, shrubbery, fence, sod or other disturbed surfaces or structures in a condition equal to that before the work began to the satisfaction of the Engineer. 1.5. PERMITS AND LICENSES A. Contractor shall provide qualifications to the Owner upon request to display evidence of competency and authority to perform required work. B. Contractor shall be responsible for obtaining all required permits. C. Contractor shall submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the Owner. 1.6. ACCESS TO SITES A. Contractor shall limit access to the site to authorized personnel only. B. Contractor shall adequately barricaded open excavations and construction material and equipment as to prevent unauthorized personnel from accessing. C. The Owner shall locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. D. Contractor shall coordinate with the City Solid Waste Services to maintain trash pickup schedules when working with in the alley right of way. 1.7. CONTRACTOR'S USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with the Owner. B. The contractor shall ensure that any disturbed area is left in a condition equal to or better condition before finishing construction in the area. 1.8. PROJECT SCHEDULE A. The Work summarized above shall be substantially completed within 150 calendar days from the date of the Notice to Proceed. B. There will be a $200.00 per day liquidated damages for each day that exceeds the 150-calendar day limit. C. Within five (5) business days after the date of the Substantial Completion Certificate, the Engineer shall issue a Final Punch List of items to be corrected prior to Final Completion. Unpaved Road Improvements CO Ph 4 Section 01 1100 - 6 May 22, 2024 Lubbock TEXAS D. Punch list items shall be complete within 30 calendar days from the date of the Final Punch List. There shall be $100 per day liquidated damages assessed for each day that exceeds the 30-calendar day limit. 2. PRODUCTS Not used. 3. EXECUTION 3.1. SECURITY PROCEDURES A. Contractor shall limit access to the site to persons involved in the work. B. Contractor shall provide secure storage for materials for which the owner has made payments and which are stored on site. C. Contractor shall secure completed work as required to prevent loss or damage. D. Contractor shall secure sites by means of fencing, security guards, or other means to prevent damage, theft, safety hazards, or other problems on the site. E. The use of security personnel shall be cleared with the Owner. 3.2. COORDINATION REQUIREMENTS A. Contractor shall inform the Owner when coordination of the work is required. B. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. C. Coordinate shop drawings prepared by separate entities. D. Show installation sequence when necessary for proper installation. 3.3. PRE -CONSTRUCTION MEETING A. A pre -construction meeting will be held at City Hall within ten (10) days of the date of Notice to Proceed and prior to any construction taking place. 3.4. WARRANTY A. Contractor shall warrant 100% of the proj ect for one (1) year after the date of substantial acceptance of the work. B. On the eleventh (11) month from the date of final acceptance, an Owner's representative will schedule an inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. C. Any work that is considered defective by the Owner's representative will be repaired. D. The Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 01 1100 - 7 May 22, 2024 Cih of Lubbock SECTION 01 14 00 WORK RESTRICTIONS 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Use Of Premises 2) Special Scheduling Requirements 3) Working Period 4) Utility Cutovers and Interruptions 5) Noise Restrictions 6) Advance Notice 7) Water For Construction 8) Work Area Limits 1.2. USE OF PREMISES A. Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. B. Confine construction operations to within the limits of Right of Way, Alley Easements and Manhole locations, as shown on plans. C. Keep driveways and entrances serving premises clear and available to tenants, residents, and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. D. Schedule construction to minimize obstruction of driveways and entrances. 1.3. SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the Work. B. Permission to interrupt utility service shall be requested in writing a minimum of fourteen (14) calendar days prior to the desired date of interruption. 1.4. WORKING PERIOD A. Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (8) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. 1) Saturday work shall be restricted to those activities that do not require observation by the Owner. 2) The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. B. No work shall be performed on the following holiday periods or days: 1) New Year's Day 2) Good Friday Holiday 3) Memorial Day Holiday 4) Independence Day Holiday 5) Labor Day Holiday Unpaved Road Improvements CO Ph 4 Section 01 14 00 - 8 May 22, 2024 Lubbock TEXAS 6) Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. 7) Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. C. Work outside regular working hours requires Owner's approval. 1) Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. 2) Based on the justification provided, the Owner may approve work outside regular hours. 3) During periods of darkness, the different parts of the Work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. D. The Drawings contain specific requirements that affect certain areas of the Work. 1.5. UTILITY CUTOVERS AND INTERRUPTIONS A. Sanitary sewer flow shall not be interrupted upstream of the Work. Bypass pumping of sanitary sewer flow upstream of the Work shall be the responsibility of the Contractor. B. Water service connections shall be re -connected in a timely manner following installation of the new water pipe. 1.6. NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. The Contractor shall keep on -site a hand portable sound measurement device for both the Owner's and the Contractor's use for measuring noise levels. 1.7. ADVANCE NOTICE A. The Contractor shall provide a minimum of five (5) days advance written notice of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single page flyer to be placed by hand by the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at each route building. C. The text for the advance written notice will be approved by the Owner. D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. F. Single page flyers shall be of a paper or post card color other than white to direct the recipient's attention to the information. Unpaved Road Improvements CO Ph 4 Section 01 14 00 - 9 May 22, 2024 Cih of or Lubbock G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). 1.8. WATER FOR CONSTRUCTION A. Obtaining water for construction is the Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. 1) The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. 2) The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. 3) The City will not furnish potable water free of charge for the construction work. 4) The Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. 2. PRODUCTS Not used. 3. EXECUTION 3.1. WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. B. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. C. Monuments and markers shall be protected before construction operations commence. D. Where construction operations are to be conducted during darkness, the markers shall be visible at all times. E. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 01 14 00 - 10 May 22, 2024 Cih of Lubbock SECTION 0122 00 MEASUREMENT AND PAYMENT GENERAL I.I. SCOPE A. The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. 1.2. MOBILIZATION A. The cost for mobilization shall be limited to no more than 10% of the Contract amount for construction items (materials and labor) bid for this project. B. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. 1.3. TRAFFIC CONTROL A. A traffic control plan must be maintained for the duration of the project. This includes supplying and designing a traffic control plan as well as any coordination with adjacent property tenants regarding any changes that may impact operations, parking, etc... The unit price bid shall include furnishing and placing all materials and signage necessary to implement the traffic control plan provided. 1.4. STORM WATER POLLUTION PREVENTION PLAN A. Payment will be made on a lump sum basis for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plan. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, sandbags, diversion swales and any other measure and/or incidentals required for compliance with NPDES Permit. Unpaved Road Improvements CO Ph 4 Section 0122 00 - 11 May 22, 2024 *Lub�io'A TE%AS 1.5. PREPARING OF RIGHT-OF-WAY A. Measurement will be made on the 100-foot centerline stations. Payment will be made at the unit price bid per centerline station of right-of-way preparation. The unit price shall include labor, equipment, and incidentals necessary to clear, grub and remove all items that are in conflict with proposed improvements that are not called out to remain and are not included in the bid items. This work shall include, but not limited to, removal of landscaping features, trees, stumps, bushes, vegetation, roots, shrubs, edging, fences, miscellaneous stone, existing utilities to be abandoned, relocation of mailboxes, etc. No separate payment will be made for disposing of excess material. Any existing improvement shown to remain on the plans, which is damaged or destroyed by these operations, shall be replaced at the contractor's expense. All work shall be performed in accordance with City of Lubbock Minimum Design Standards and Specifications and TxDOT Specification Item 100. 1.6. ASPHALT REMOVAL A. Measurement will be made of the area, in square yards, of existing pavement structure asphalt actually removed. Existing pavement structure will be considered all layers of material between existing roadway surface and top of existing subgrade. Payment will be made at the unit price bid per square yard of existing asphalt pavement structure removed. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of pavement surface prior to removal. If the pavement surface is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include sawing, separating for salvage, legal disposal, labor and equipment, and any incidental asphalt paving repair. 1.7. CONCRETE REMOVAL A. Measurement will be made of the area, in square yards, of existing concrete pavement, valley gutters, foundations, sidewalks, driveways, curb and gutter and other appurtenances actually removed. Existing concrete pavement and valley gutters will be considered all layers of material between existing roadway surface and top of existing subgrade. Payment will be made at the unit price bid per square yard of concrete removed. The contractor shall ensure that the Owner has the opportunity to measure the square yards of concrete prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include sawing, separating for salvage, legal disposal, labor and equipment, and any incidental concrete repair. 1.8. 24" COL TYPE A CURB AND GUTTER A. Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, forming, finishing, jointing, and all incidentals necessary to complete the work. B. Removal, replacement and relocation of mailboxes as indicated on the plans shall be considered subsidiary to this bid item and will not be paid for directly. 1.9. COL TYPE B CURB AND GUTTER A. Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter will be paid for at the unit price bid per linear foot. The unit price Unpaved Road Improvements CO Ph 4 Section 0122 00 - 12 May 22, 2024 Lubbock TEXAS bid shall include furnishing and installing all materials, forming, finishing, jointing, and all incidentals necessary to complete the work. B. 5-foot curb and gutter transitions as shown in the plans will be paid as Type B Curb and Gutter. C. Removal, replacement, and relocation of mailboxes as indicated on the plans shall be considered subsidiary to this bid item and will not be paid for directly. 1.10. 2" HMAC COL TYPE C A. Measurement will be made of the area, in square yards, of hot mix asphalt pavement actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all pavement structure layers including subgrade densification and caliche base according to City of Lubbock standards, tack and prime coats, compaction, testing and all incidentals necessary to complete the work. B. All excavation and embankment needed to construct the roadway improvements to grade will be subsidiary to this item. C. Any unsuitable material shall be removed and replaced by the contractor will be subsidiary to this bid item. 1.11. 6" CONCRETE VALLEY GUTTER AND FILLETS A. Measurement will be made of the area, in square yards, of fillets and valley gutters actually constructed. Fillets and valley gutters will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, utility valve adjustments and all incidentals necessary to complete the work. 1.12. 6" CONCRETE ALLEY RETURNS AND DRIVEWAYS A. Measurement will be made of the area, in square yards, of Concrete alley returns and driveways actually constructed. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.13. ADA RAMPS A. Measurement will be paid for at the unit bid price per each ADA ramp. ADA ramp consists of the ramp, landing, adjacent flares or side curb, and detectable warning surface as shown on the plans. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, truncated domes, and all incidentals necessary to complete the work. 1.14. MANHOLE AND VALVE BOX ADJUSTMENT A. A count will be made of manholes and valve boxes of various type and sizes to be adjusted. These structures will be paid for at the unit bid price per each manhole and valve box adjusted. This price is full compensation for all materials, backfill as required, excavation, tools, equipment, labor and incidentals per each manhole adjusted. 2. PRODUCTS Not used. 3. EXECUTION Unpaved Road Improvements CO Ph 4 Section 0122 00 - 13 May 22, 2024 Not used. END OF SECTION Ch of Lubbiock Unpaved Road Improvements CO Ph 4 Section 0122 00 - 14 May 22, 2024 Cih of Lubbock SECTION 0126 63 CHANGE ORDER 1. GENERAL 1.1. SUMMARY A. This section covers the procedures to be followed for a change in Contract price or time. B. Section Includes: 1) Submittals 2) Documentation Of Change in Contract Sum/Price And Contract Time 3) Change Procedures 4) Construction Change Authorization 5) Stipulated Price Change Order 6) Unit Price Change Order 7) Time And Material Change Order 8) Execution Of Change Orders 9) Correlation Of Contractor Submittals 1.2. SUBMITTALS A. Submit the name of the individual authorized to receive change documents and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.3. DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Contractor shall maintain detailed records of work done on a time and material basis. B. Provide full information required for evaluation of proposed changes and to substantiate costs of changes in the Work. C. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. D. On request, provide additional data to support computations, including but not limited to: 1) Quantities of products, labor, and equipment. 2) Taxes, insurance, and bonds. 3) Overhead and profit. 4) Justification for any change in Contract Time. 5) Credit for deletions from Contract, similarly documented. E. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1) Origin and date of claim 2) Dates and times work was performed, and by whom. 3) Time records and wage rates paid. 4) Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.4. CHANGE PROCEDURES Unpaved Road Improvements CO Ph 4 Section 0126 63 - 15 May 22, 2024 Cih of Lubbock A. Changes to Contract Sum/Price or Contract Time can only be made by issuance of an official Construction Change Authorization or Contract Change Order. Discussions in the field or by phone or email, without proper documentation, do not authorize Contractor to perform tasks outside the scope of Work. Changes must be authorized as described in this Section. B. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. C. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications. The Contractor shall prepare and submit an estimate within seven (7) days, or as specified in the Proposal Request. Estimate shall include the proposed change's full effect on the Work and the effect on the Contract Sum/Price and Contract Time, with full documentation and a statement describing the effect on Work by separate or other contractors. D. The Contractor may request clarification of Drawings, Specifications, or Contract documents or other information by submitting a Request for Information to the Engineer. Engineer may request a Proposal Request in response to a Request for Information. 1.5. CONSTRUCTION CHANGE AUTHORIZATION A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work and will designate the method of determining any change in Contract Sum/Price or Contract Time. C. The Contractor shall promptly execute the change in the Work. 1.6. STIPULATED PRICE CHANGE ORDER A. Based on accepted Proposal Request. 1.7. UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.8. TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on a Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.9. EXECUTION OF CHANGE ORDERS Unpaved Road Improvements CO Ph 4 Section 0126 63 - 16 May 22, 2024 Ch of Lubbiock A. The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.10. CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents 2. PRODUCTS 3. EXECUTION Not used. Not used. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 0126 63 - 17 May 22, 2024 Cih of Lubbock SECTION 0129 00 PAYMENT PROCEDURES 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to the work of this section. 1.2. SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1) Format 2) Preparation of Applications 3) Payment Retainage 1.3. RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices B. General Conditions: Progress Payments and Final Payment. C. Section 0122 00 — Measurement and Payment. D. Section 0126 63 - Change Order Procedures: Procedures for changes to the Work. E. Section 01 33 00 - Submittal Procedures. F. Section 01 77 00 - Contract Closeout. 1.4. FORMAT A. EJCDC No. 1910-8-E - Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5. PREPARATION OF APPLICATIONS (Schedule of Values) A. Present required information in typewritten form or computer generated Excel Spreadsheet. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 0177 00. 1.6. SUBMITTAL PROCEDURES A. Submit two (2) copies of each Application for Payment. B. Submit an updated construction schedule, materials received, and manifest with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Monthly, submit application for payment on or about the loth day of each month. D. Submit the following along with the application for final payment. 1) The documentation for the completed project Unpaved Road Improvements CO Ph 4 Section 01 29 00 - 18 May 22, 2024 Cof Vub�iot%ck 2) Signed affidavit from a Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor have been paid. 3) One (1) year Contractor Warranty for work performed, signed and sealed by a Notary Public. 1.7. SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. 2. PRODUCTS Not used. 3. EXECUTION Not used. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 01 29 00 - 19 May 22, 2024 Cih of Lubbock SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Coordination 2) Field Engineering 3) Pre -Construction Meeting 4) Progress Meetings 1.2. COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and cleanup of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.3. FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Verify set -backs and easements; confirm drawing dimensions, and elevations. C. Provide field engineering services. D. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.4. PRE -CONSTRUCTION MEETING A. Schedule meeting within ten (10) days of date of Notice to Proceed. B. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, RFIs, proposal request, Change Orders and Contract closeout procedures. C. Tentative agenda: 1) Use of premises by Owner and Contractor. 2) Distribution of executed Contract Documents. 3) Submission of list of Subcontractors, list of products and progress schedule. 4) Designation of personnel representing the parties in Contract and the Engineer. 5) Owner's requirements. 6) Construction facilities and controls provided by Owner. 7) Survey and layout. 8) Security and housekeeping procedures. 9) Schedules. 10) Procedures for testing. 11) Procedures for maintaining record documents. Unpaved Road Improvements CO Ph 4 Section 01 31 00 - 20 May 22, 2024 �Lub�io"�k TEXAS 12) Inspection and acceptance of products put into service during construction period. D. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. 1.5. PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Tentative agenda: 1) Review minutes of previous meetings. 2) Review of Work progress. 3) Field observations, problems, and decisions. 4) Identification of problems which impede planned progress. 5) Review of submittals schedule and status of submittals. 6) Review of off -site fabrication and delivery schedules. 7) Maintenance of progress schedule. 8) Corrective measures to regain projected schedules. 9) Planned progress during succeeding work period. 10) Coordination of projected progress. 11) Maintenance of quality and work standards. 12) Effect of proposed changes on progress schedule and coordination. 13) Other business related to Work E. Record minutes and distribute copies within five (5) days after meeting to Engineer, participants, and those affected by decisions made. 2. PRODUCTS Not used. 3. EXCUTION Not used. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 01 31 00 - 21 May 22, 2024 WLubbock TEXAS SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULES 1. GENERAL 1.1. SUMMARY A. Section Includes: 1. Format 2. Content 3. Revisions To Schedules 4. Submittals 5. Distribution 1.2. FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches D. Submit only if requested by the Engineer or Owner at preconstruction or coordination meeting. E. Maintain monthly updates to schedule. 1.3. CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification Section number. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. E. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from the Engineer. Indicate decision date for selection of finishes. 1.4. REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5. SUBMITTALS A. Submit initial Schedules within ten (10) days after date established in Notice to Proceed. After review, resubmit required revised data within ten (10) days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which the Contractor requires, plus two (2) copies which will be retained by the Engineer. 1.6. DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. Unpaved Road Improvements CO Ph 4 Section 0132 16 - 22 May 22, 2024 2. PRODUCTS 3. EXECUTION Not used. Not used. END OF SECTION Ch of Lubbiock Unpaved Road Improvements CO Ph 4 Section 0132 16 - 23 May 22, 2024 Lubb o of SECTION 0132 33 PHOTOGRAPHIC DOCUMENTATION GENERAL 1.1. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 General Requirements apply to work of this section. 1.2. SECTION INCLUDES A. This Section includes administrative and procedural requirements for the following. B. Preconstruction photographs. C. Periodic construction photographs. D. Preconstruction videotapes. E. Periodic construction videotapes. 1.3. RELATED SECTIONS A. Section 01 33 00 - Submittal Procedures for submitting construction photographs 1.4. SUBMITTALS A. Submit two (2) complete sets of preconstruction photographs or videotape to Engineer. All three sets will be retained by the Owner and the Engineer. B. Identification: On back of each print, videotape, or CD, provide an applied label or rubber-stamped impression with the following information: C. Name of Project. D. Name and address of photographer. E. Name of Engineer. F. Name of Contractor. G. Date photograph was taken. H. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. I. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. 1.5. PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 1.6. CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. B. Take photographs to show existing conditions adjacent to the property before starting the Work. C. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. D. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 1.7. CONSTRUCTION VIDEOS, GENERAL Unpaved Road Improvements CO Ph 4 Section 01 32 33 - 24 May 22, 2024 Cof WLubbio'� ck A. Narration: Describe scenes on video by audio narration by microphone while video is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, and direction (by compass point). 1.8. CONSTRUCTION VIDEOS A. Preconstruction Video: Before starting construction, record video of Project site and surrounding properties from different vantage points, or as directed by Engineer. B. Show existing conditions on and adjacent to Project site before starting the Work. C. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. D. Existing condition videos shall cover the entire project route. E. Show protection efforts by Contractor. F. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, video the area in question and provide to Engineer. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 01 32 33 - 25 May 22, 2024 Cih of or Lubbock SECTION 0133 00 SUBMITTAL PROCEDURES GENERAL 1.1. SUMMARY A. Section includes: 1) Submittal Procedures 2) Re -Submittal Requirements 3) Action Submittals 4) Proposed Products List 5) Shop Drawings 6) Information Submittals 7) Contractor's Review 8) Owner And Engineer Action 1.2. SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address, and phone number. B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings sheet and detail number(s), and specification Section number, as appropriate. C. Schedule submittals to expedite the Project and coordinate submission of related items. D. The Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. E. Submittals may be delivered to the Engineer at the City of Lubbock. F. Allow enough time for submittal review, including time for re -submittals, as follows. 1) Time for review shall commence on the Owner or Engineer's receipt of submittal. 2) Allow fifteen (15) days for initial review of each submittal. 3) Allow additional time if processing must be delayed to permit coordination with subsequent submittals. 4) The Owner or Engineer will advise the Contractor when a submittal being processed must be delayed for coordination. 5) If more than five (5) submittals are transmitted for review within any five (5) day period, the time allowed for review will be increased to twenty-one (21) days. 6) Where concurrent review of submittals by the Engineer, Owner, or other parties is required, allow twenty-one (21) days for initial review of each submittal. 7) If intermediate submittal is necessary, process it in same manner as initial submittal. 8) Allow fifteen (15) days for processing each resubmittal G. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. H. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Unpaved Road Improvements CO Ph 4 Section 0133 00 - 26 May 22, 2024 Cih of Lubbock I. Provide space for Contractor and Engineer review stamps. J. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. K. Use only final submittals with mark indicating action taken by Owner or Engineer in connection with the construction. L. Submittals not requested will not be recognized or processed. 1.3. RE -SUBMITTAL REQUIREMENTS A. Revise initial submittal as required and re -submit to meet requirements as specified. B. Identify all changes made since previous submittal. C. Mark as RESUBMITTAL. D. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal (ie. 0001-A). 2. PRODUCTS 2.1. ACTION SUBMITTALS A. Prepare and submit Action Submittals required by individual Specification Sections. B. Submit three (3) copies of each submittal, unless otherwise indicated. 1) The three (3) copies will be retained by the Owner's representative. 2) Any additional copies that the Contractor may need for his operations will be in addition to the three (3) copies required. 2.2. PROPOSED PRODUCTS LIST A. Within fifteen (15) days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model or catalog designation, and reference standards. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. C. Collect information into a single submittal for each element of construction and type of product or equipment. D. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Proj ect. E. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. F. Include notation of special coordination requirements for interfacing with adjacent work. G. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01 77 00 — Contract Closeout. 2.3. SHOP DRAWINGS A. Prepare Project specific information, drawn accurately to scale. B. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. C. Include the following information, as applicable: 1) Dimensions 2) Identification of products 3) Fabrication and installation drawings 4) Schedules Unpaved Road Improvements CO Ph 4 Section 0133 00 - 27 May 22, 2024 Cih of Lubbock 5) Design calculations 6) Compliance with specified standards 7) Notation of coordination requirements 8) Notation of dimensions established by field measurement D. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. E. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus three (3) copies which will be retained by Engineer. F. Drawing size shall be minimum of 8'/z x I I inches and a maximum of 24 x 36 inches. G. Draw details to a minimum size of/z inch equal to 1 foot. H. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposed described in Section 0177 00 — Contract Closeout. 2.4. INFORMATION SUBMITTALS A. Manufacturer's Instructions: 1) When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. 2) Identify conflicts between manufacturers' instructions and Contract Documents. 3) Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. B. Manufacturer's Certificates 1) When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. 2) Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. 3) Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. C. Insurance Certificates and Bonds: 1) Prepare written information indicating current status of insurance or bonding coverage. 2) Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. EXECUTION 3.1. CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. B. Note corrections and field dimensions. C. Mark with approval stamp before submitting to the Owner or Engineer. 1) Stamp each submittal with a uniform approval stamp. 2) Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and Unpaved Road Improvements CO Ph 4 Section 0133 00 - 28 May 22, 2024 Cih of Lubbock statement certifying that the submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2. OWNER AND ENGINEER'S ACTION A. The Owner or Engineer will not review submittals that do not bear the Contractor's approval stamp and will return them without action. B. The Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. C. The Owner or Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: 1) No exception taken 2) Make correction noted 3) Revise and resubmit 4) Rej ected D. The submittal stamp by the Owner or Engineer will also contain the following: 1) Checking is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. 2) Any action shown is subject to the requirements of the plans and specifications. 3) The Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing the Work in a satisfactory manner. E. The Owner or Engineer will review each submittal and will not return it, or will reject and return it, if it does not comply with the requirements. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 0133 00 - 29 May 22, 2024 Cih of Lubbock SECTION 0140 00 QUALITY REQUIREMENTS 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Definitions 2) Testing Requirements 3) Submittals 4) Quality Control 5) Repair and Protection 1.2. DEFINITIONS A. Quality Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. 1.3. TESTING REQUIREMENTS A. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. B. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. C. Specified tests, inspections, and related actions do no limit the Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.4. SUBMITTALS A. Qualification Data: 1) For individuals employed by the Contractor who will perform testing as required by the various specification Sections, submit at least fourteen (14) days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. 2) For outside testing agency employed by the Contractor, submit at least fourteen (14) days prior to being used on the project the name, address, and manager of such testing agency and the types of tests that the agency will perform. a) Such testing agency shall be acceptable to the Owner prior to being used on the project. B. Reports: 1) Prepare and submit written reports within fourteen (14) days following the date of the test that include the following: a) Date of issue. b) Project title and number. Unpaved Road Improvements CO Ph 4 Section 0140 00 - 30 May 22, 2024 Cih of Lubbock c) Name, address, and telephone number of testing agency. If the individual is employed by the Contractor, use Contractor's name, address, and telephone number. d) Dates and locations of samples and test. e) Names of individuals making tests. f) Description of the work and test method. g) Identification of material, product, and specification Section. h) Complete test or inspection data. i) Test results and interpretation of test results. j) Ambient conditions at time of sample taking and testing. k) Comments and opinion on whether tested Work complied with the Contract Document requirements and the applicable specification Section. 1) Name and signature of individual performing the test if employee of the Contractor, or name and signature of testing agency responsible person. m) For failing tests, recommendations on retesting unless specification Sections provide procedure for retesting. C. Professional Engineer Qualifications: 1) Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Test Agency Qualifications: 1) An agency with the experience and capability to conduct testing indicated, as documented by ASTM E 548, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: 1) Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. 2) The Contractor shall not perform preconstruction testing except through a third party testing agency. F. Testing Agency Responsibilities: 1) Submit certified written report of each test and similar Quality Assurance service to the Contractor. 2) Interpret tests and state in each report whether tested work complies with or deviates from the Contract Document requirements. 1.5. QUALITY CONTROL A. Owner Responsibilities: 1) Where quality control services are indicated as Owner or Engineer's responsibility, such services may be performed by the Owner's forces or by a qualified testing agency to perform these services. 2) The Owner or Engineer will furnish the Contractor with names, addresses, and telephone numbers of testing agencies engaged by the Owner. B. Contractor Responsibilities: 1) Provide quality control services required in the various specification Sections. Unpaved Road Improvements CO Ph 4 Section 0140 00 - 31 May 22, 2024 �Lub�io'A TE%AS 2) Where third party testing is engaged by the Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 3) The Contractor shall not engage the same testing agencies as the Owner, unless Owner agrees in writing to such engagement. 4) Where testing is indicated as the Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by the Contractor's personnel or Contractor engaged testing agency. 5) Such reports shall include failing tests and retests. 6) Testing requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. 7) Where the Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. 8) Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: 1) Regardless of whether original tests were the Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: 1) Cooperate with the Engineer and Contractor in performance of duties. 2) Provide qualified personnel and necessary equipment to perform required tests and inspections. 3) Notify the Engineer or Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 4) Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements. 5) Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. 6) Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 7) Do not perform any duties of the Contractor. E. Associated Services: 1) Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. 2) Notify agency sufficiently in advance of operations to permit assignment of personnel. 3) Provide the following: a) Access to the Work. b) Incidental labor and facilities necessary to facilitate tests and inspections. c) Adequate quantities of representative samples of materials that require testing and inspecting. Unpaved Road Improvements CO Ph 4 Section 0140 00 - 32 May 22, 2024 Cih of Lubbock d) Assist agency in obtaining samples. e) Facilities for storage and field curing of test samples. f) Additional associated services required of the Contractor for testing access are listed in the specification Sections. g) Delivery of samples to testing agencies. h) Preliminary design mix proposed for use for material mixes that require control by testing agency. i) Security and protection for samples and for testing and inspecting equipment at Project site. 2. PRODUCTS Not used. 3. EXECUTION 3.1. REPAIR AND PROTECTION A. On completion of testing, inspecting, sample taking, and similar services, repair damaged construction, and restore substrates and finishes. B. Provide materials and comply with installation requirements specified in other Sections of these Specifications. C. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. D. Protect construction exposed by or for quality control service activities. E. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 0140 00 - 33 May 22, 2024 Cih of ot Lubbock SECTION 0145 29 TESTING LABORATORY SERVICES 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Selection and Payment 2) Quality Assurance 3) Laboratory Responsibilities 4) Laboratory Reports 5) Limits on Testing Laboratory Authority 6) Contractor Responsibilities 7) Schedule of Inspections and Tests B. References: 1) ANSUASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. 2) ANSUASTM E329 — Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.2. SELECTION AND PAYMENT A. An independent firm, provided at the Contractor's expense, will perform inspection, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non- compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. D. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for operations requiring services. E. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. F. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. G. The cost associated with compliance testing shall be paid by the Contractor. H. Re -testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. I. Payment for re -testing will be paid by the Contractor. 1.3. QUALITY ASSURANCE A. Comply with requirements of ANSUASTM D3740R and ANSUASTM E329. B. Testing laboratory shall maintain a full time registered Engineer on staff to review services. Unpaved Road Improvements CO Ph 4 Section 0145 29 - 34 May 22, 2024 1.4. 1.5. 1.6. 1.7. Ch of Lubbiock C. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. C. Cooperate with the Engineer and Contractor in performance of services. D. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. E. Ascertain compliance of materials and mixes with requirements of Contract Documents. F. Promptly notify Engineer and Contractor of observed irregularities or non- conformance of Work or Products. G. Perform additional inspections and tests required by the Engineer. LABORATORY REPORTS A. After each inspection and test, promptly submit three (3) copies of laboratory report to the Engineer and to the Contractor. B. Laboratory test reports shall include: 1) Date issued 2) Project title and number 3) Name of inspector 4) Date and time of sampling or inspection 5) Identification of product and Specification Section 6) Location in the Project 7) Type of inspection or test 8) Date of test 9) Results of tests 10) Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. SCHEDULE OF INSPECTIONS AND TESTS Unpaved Road Improvements CO Ph 4 Section 0145 29 - 35 May 22, 2024 A. As indicated in individual Specification Sections. 2. PRODUCTS 3. EXECUTION Not used. Not used. END OF SECTION Ch of Lubbiock Unpaved Road Improvements CO Ph 4 Section 0145 29 - 36 May 22, 2024 Ch of Lubbiock SECTION 0156 23 BARRICADES, SIGNS, AND TRAFFIC HANDLING 1. GENERAL 1.1. SUMMARY A. This item shall govern for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights, and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. B. Section Includes: 1. Description 2. Construction Methods 3. Traffic Control Plans 4. Maintenance 2. PRODUCTS 2.1. CONSTRUCTION METHODS A. All barricades, signs, and other types of devices shall conform to details shown on the plans or those indicated in the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). B. All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. EXECUTION 3.1. TRAFFIC CONTROL PLAN A. The Contractor shall propose his own Traffic Control Plan (TCP) as necessary for phased construction. B. This plan must be approved in writing by the Engineer or Owner in order to be used. C. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on this project site or in the immediate area to insure compliance with the TCP. 3.2. MAINTENANCE A. All retro-reflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing, or a combination thereof such that during darkness and rain the retro-reflective characteristics shall equal or exceed the retro-reflective characteristics of traffic industry standard reflective panels. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 0156 23 - 37 May 22, 2024 Ch of Lubbiock SECTION 0157 23 TEMPORARY STORM WATER POLLUTION CONTROL GENERAL 1.1. SUMMARY A. Section Includes: 1) Contractor Responsibilities 2) Erosion and Sediment Controls 3) Components for Silt Fences 4) Components for Straw Bales 5) Storm Water Pollution Prevention Plan 1.2. CONTRACTOR RESPONSIBILITIES A. The Contractor shall implement, maintain, and update the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner, which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit NoJXRI50000. B. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assess by TCEQ or the EPA for failure to comply with any part of the permit requirements. C. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. D. Fines leveled against the Owner by the TCEQ or the EPA for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. 1.3. EROSION AND SEDIMENT CONTROLS A. General 1) Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. 2) Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1) Stabilized access to and from the construction site will be installed by the Contractor as soon as practical and in accordance with the SWP3. 2) In all cases, the Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. 3) The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms Unpaved Road Improvements CO Ph 4 Section 0157 23 - 38 May 22, 2024 Cih *Lubbo�k TE%AS 1) The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. 2) Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g., clearing and grubbing, excavation, embankment, and grading.) 3) Silt Fences/Diversion Berms shall be kept in good and functional condition for as long as they are required and until they are removed from the site. D. Sand/Gravel Bags 1) The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. 2) Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). E. Site Stabilization 1) The Contractor shall disturb the least amount of site area as possible. 2) Stabilization measures to be implemented by the Contractor may include any of the following measures a) Temporary or permanent seeding or sodding b) Mulching c) Geotextiles d) Vegetative buffer strips e) Paving 0 Stabilization measures shall be implemented in accordance with the SWP3. 2. PRODUCTS 2.1. COMPONENTS FOR SILT FENCES A. Filter Fabric 1) The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments, which are formed into a stable network such that filaments retain their relative positions. 2) The filament shall consist of a long -chain synthetic polymer composed of at least eight -five (85) percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. 3) Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six (6) months of expected usable construction life at a temperature range of 0 to 120 degrees Fahrenheit. 4) The filter fabric shall meet the following requirements: Unpaved Road Improvements CO Ph 4 Section 0157 23 - 39 May 22, 2024 Cih of Lubbock FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30 % max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec-1 AOS U.S. Std. Sieve ASTM D 4751 20 — 100 B. Silt Fence Stakes and Posts 1) The Contractor may use either wooden stakes or steel posts for fence construction. 2) Wooden stakes utilized for silt fence construction shall have a minimum cross section of two (2) inches by two (2) inches when hardwood is used and two (2) inches by four (4) inches when pine is used, and shall have a minimum length of four (4) feet. 3) Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of four (4) feet. C. Identification, Storage, and Handling 1) Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873. 2.2. COMPONENTS FOR STRAW BALES A. Straw Bales 1) The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition. 2) The bales shall have a standard cross section of fourteen (14) inches by eighteen (18) inches. All bales shall be either wire -bound or string -tied. 3) The Contractor may use either wooden stakes or #3 rebars to secure the straw bales to the ground. 4) Wooden stakes utilized for this purpose shall have minimum dimensions of two (2) inches by two (2) inches in cross section and shall have a minimum length of three (3) feet. 5) Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch and a minimum length of three (3) feet. EXECUTION 3.1. STORM WATER POLLUTION PREVENTION PLAN A. Storm Water Pollution Prevention Plan will be provided by the Contractor. B. The Contractor must keep a copy of the SWP3 on site at all times. C. A completed Notice of Intent (NOI) form must be submitted a minimum of forty- eight (48) hours prior to start of construction. D. No work will be permitted until NOI is filed. E. The SWP3 shall be continually updated as necessary to reflect current and changing conditions on site. F. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. Unpaved Road Improvements CO Ph 4 Section 0157 23 - 40 May 22, 2024 Cih of Lubbock G. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. H. The Contractor shall furnish the Owner with a copy of the NOI and NOT. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 0157 23 - 41 May 22, 2024 Cih of Lubbock SECTION 0160 00 PRODUCT REQUIREMENTS 1. GENERAL I.I. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2. SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3. RELATED SECTIONS A. Information to Bidders: Product options and substitution procedures. B. Section 0140 00 - Quality Requirements. 1.4. PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.5. PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. B. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. D. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. E. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. F. For exterior storage of fabricated products, place on sloped supports, above ground. G. Provide off -site storage and protection when site does not permit on -site storage or protection. H. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. I. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. Unpaved Road Improvements CO Ph 4 Section 01 60 00 - 42 May 22, 2024 Cih of Lubbock J. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. K. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. L. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Owner. M. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6. PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7. SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: E. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. F. Will provide the same warranty for the Substitution as for the specified product. G. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. H. Waives claims for additional costs or time extension which may subsequently become apparent. I. Will reimburse Owner for review or redesign services associated with re -approval by authorities. J. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. K. Substitution Submittal Procedure: L. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. M. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. N. The Engineer will notify Contractor, in writing, of decision to accept or reject request. Unpaved Road Improvements CO Ph 4 Section 01 60 00 - 43 May 22, 2024 Ch of Lubbiock END OF SECTION Unpaved Road Improvements CO Ph 4 Section 01 60 00 - 44 May 22, 2024 Cih of Lubbock SECTION 0177 00 CONTRACT CLOSEOUT GENERAL 1.1. SUMMARY A. Section Includes: 1) Closeout Procedures 2) Final Cleaning 3) Adjusting 4) Project Record Documents 5) Warranties 6) Spare Parts and Maintenance Materials 1.2. CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Should the Engineer consider the work incomplete or defective: 1) The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. 2) The Contractor shall take immediate steps to remedy the stated deficiencies and submit a second written certification that the work is complete. 3) The Engineer will re -inspect the Work. C. Provide submittals to the Engineer that are required by governing or other authorities. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3. FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site, sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch, and touch-up marred surfaces to match adjacent finishes. 1.4. ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.5. PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1) Contract Drawings 2) Specifications 3) Addenda 4) Change Orders and other Modifications to the Contract 5) Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. Unpaved Road Improvements CO Ph 4 Section 0177 00 - 45 May 22, 2024 Cih of Lubbock D. Specifications: 1) Legibly mark and record at each Product section description of actual Products installed, including the following: a) Manufacturer's name and product model and number. b) Product substitutions or alternates utilized. c) Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: 1) Legibly mark each item to record actual construction including: a) Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. b) Measurements shall be survey grade and shall include state plain coordinates. c) Field changes of dimension and detail. d) Details not on original Contract Drawings. e) Changes made by Addenda and Modifications. 1.6. WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.7. SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. 2. PRODUCTS 3. EXECUTION Not used. Not used. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 0177 00 - 46 May 22, 2024 Lubbock DIVISION 02 EXISTING CONDITIONS Unpaved Road Improvements CO Ph 4DIVISION 02 EXISTING CONDITIONS - 47 May 22, 2024 WLubbock TEXAS SECTION 02 40 00 DEMOLITION AND STRUCTURE MOVING 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. SECTION INCLUDES B. Disconnecting and capping of identified utilities. 1.2. RELATED SECTIONS A. Section 01 31 00 — Project Management and Coordination. B. Section 01 60 00 —Product Requirements. C. Section 01 70 00 —Closeout Procedures. 1.3. JOINT INSPECTION A. Prior to demolition, a j oint inspection by the Owner, Engineer and Contractor will be made to determine condition of existing structures adjacent to items being demolished. Adjacent structures damaged by demolition operations must be restored satisfactorily at no expense to the Owner. 1.4. PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01 70 00 — Closeout Procedures. B. Accurately record actual locations of capped utilities and subsurface obstructions. 1.5. QUALIFICATIONS A. Experience in performing the Work of this Section. 1.6. DISPOSITION OF MATERIALS AND EQUIPMENT A. Ownership of Material and Equipment. B. Certain materials and equipment may be designated for reuse or salvage and will remain the Owner's property. If the designated items are damaged during demolition, handling or storage, the items must be restored satisfactorily at no expense to the Owner. C. Materials and equipment not designated for reuse or salvage become the Contractor's property. D. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of by the Contractor at no expense to the Owner. E. Reuse. Other items may be designated for reuse as directed by the Owner's Representative. 1.7. REGULATORY REQUIREMENTS A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, runoff control and disposal. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks or hydrants without permits. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.8. SCHEDULING Unpaved Road Improvements CO Ph 4 Section 02 40 00 - 48 May 22, 2024 Cih of Lubbock A. Schedule work under the provisions of Section 01 3100 — Project Management and Coordination. B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. 1.9. PREPARATION A. Provide, erect, and maintain temporary barriers and security devices. B. Protect existing landscaping materials, appurtenances and structures which are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. 1.10. PROTECTION OF PERSONS AND PROPERTY A. The Contractor is responsible for providing protection of persons and property, including safe working conditions throughout work progress. B. Minimize the spread of dust and flying particles. Execute demolition in a manner to prevent damage from falling debris or other sources to Owner's property or adjacent property. C. Do not interfere with use of adjacent structures; maintain free and safe access at all times. Guard against movement or settlement of adjacent structures. The Contractor is responsible for safety and integrity of adjacent structures and, consequently, is liable for any movement or settlement and any resulting injuries or damage. Provide proper bracing and shoring necessary for support. If safety of adjacent buildings appears to be endangered, cease operations. Do not resume demolition until proper protective measures have been taken. 1.11. DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon or limit access to their property. E. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 1.12. UTILITY SERVICES A. Seal abandoned storm or sanitary sewers with concrete or by another approved method. B. When temporary interruption of utility service to an occupied building is required by the work, properly coordinate the outage to prevent untimely or damaging interruptions. 1.13. DEMOLITION A. Disconnect, remove and cap designated utilities within demolition areas. B. Remove foundation walls and footings to a minimum of four feet below finished grade 10 feet beyond area of new construction. C. Remove concrete slabs on grade. Unpaved Road Improvements CO Ph 4 Section 02 40 00 - 49 May 22, 2024 Cih of Lubbock D. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect in accordance with requirements of Section 0160 00 — Product Requirement. E. Rough grade and compact areas affected by demolition to maintain site grades and contours. F. Remove demolished materials from site. G. Do not burn or bury materials on site. Leave site in clean condition. H. Remove all temporary work. 1.14. GENERAL WORK ITEMS A. Contractor may use equipment and materials necessary to properly complete the demolition. Operational procedures are at the Contractor's option but must not interfere with the execution of other work. Materials or equipment designated for reuse or salvage shall be carefully removed, transported and stored in approved storage areas. B. Structures. Remove structures entirely, including footings, contents, attachments and improvements. Carefully remove and lower structural steel. C. Removing and Replacing Concrete. Use these procedures where existing concrete must be removed to facilitate operations but will be replaced subsequently. D. Make initial cut with a concrete saw exercising care to avoid cutting reinforcement. E. After removing concrete, cut cross bars at center of breakout and bend back. F. Before replacing concrete, bend bars back to the original position and provide a splice bar for each cut bar. Splice bars must be the size of cut bars and of a length to lap each cut end a minimum of 20 diameters of the bar, unless restricted by the job conditions. G. Immediately before placing new concrete, thoroughly clean old concrete and apply a heavy coat of bonding agent. H. Replace concrete as specified in Division 3 — Concrete. I. Backfill holes or other hazardous openings resulting from demolition with an approved material to the density of adjacent soil as specified in the section describing Earthwork. J. Backfilling with rubbish or burying on the site is not permitted. K. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment that are not for reuse of salvage must be removed from the site daily, unless otherwise approved. 1.15. MECHANICAL WORK ITEMS A. Remove existing mechanical work items to the extent necessary to accommodate new work. 1.16. MECHANICAL WORK ITEM A. Remove existing mechanical work items to the extent necessary to accommodate new work. 1.17. ELECTRICAL WORK ITEMS A. Unless otherwise noted, remove all electrical materials and equipment from areas indicated for demolition and from site. B. Remove existing conduit to the extent necessary to accommodate new work or to a minimum of 5 feet beyond area indicated for demolition, whichever is greater. Unpaved Road Improvements CO Ph 4 Section 02 40 00 - 50 May 22, 2024 Ch of Lubbiock C. Remove all wiring from abandoned conduit. D. Seal abandoned conduits. E. Existing electrical services and controls to items being removed must be disconnected. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 02 40 00 - 51 May 22, 2024 �rLubbock SECTION 02 4113.13 PAVING REMOVAL 1. GENERAL 1.1. SUMMARY A. This section of the specifications covers the removal of existing pavements, including, but not limited to, concrete paving, brick paving, asphaltic paving, concrete curb and/or gutter, and concrete sidewalks. B. Section Includes: 1) Regulatory Requirements 2) Preparation 3) Protection 4) Removals 5) Backfill 6) Disposal 1.2. REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 02 42 00 — Removal and Diversion of Construction Materials. B. Coordinate removal work with utility companies. 2. PRODUCTS Not used. 3. EXECUTION 3.1. PREPARATION A. Obtain advance approval from the Engineer for dimensions and limits of removal work. B. Identify known utilities below grade. C. Paint, stake and flag locations. 3.2. PROTECTION A. Protect the following from damage or displacement: 1) Adjacent public and private property. 2) Trees, plants, and other landscape features designated to remain. 3) Utilities not designated to be removed. 4) Pavement and utility structures not designated to be removed. 5) Benchmarks, monuments, and existing structures not designated to be removed. 3.3. REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. B. Do not use a drop hammer near existing underground utilities. C. Minimize amount of earth loaded during removal operations. D. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. E. Do not break concrete pavement or base with drop hammer. F. Where street and driveway saw cut locations coincide or fall within three (3) feet of existing construction or expansion joints, break out to existing joint. Unpaved Road Improvements CO Ph 4 Section 02 41 13.13 - 52 May 22, 2024 CL')t bbCityof ock TEXA! G. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction j oint. H. Any existing concrete, which is damaged or destroyed beyond the neat lines so established, shall be replaced at the Contractor's expense. I. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat, clean appearance. 3.4. BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 3123 00 — Excavation and Backfill as applicable to the specific portion of the Work. 3.5. DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 02 42 00 — Removal and Diversion of Construction Materials. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 02 41 13.13 - 53 May 22, 2024 CL')t bbCityof ock TEXA! SECTION 02 42 00 REMOVAL AND DIVERSION OF CONSTRUCTION MATERIALS 1. GENERAL 1.1. SUMMARY A. Section Includes: 1) Submittals 2) Salvageable Material 3) Excess Material 1.2. SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. B. Submit a copy of written permission from property owner, along with a description of property, prior to disposal of excess material adjacent to the Project. C. Submit a written and signed release from property owner upon completion of disposal work. D. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas as the entities to be held harmless in any subsequent legal proceeding. E. Both property permissions and signed releases shall be attested to by a notary public. 2. PRODUCTS Not Used. 3. EXECTION 3.1. SALVAGEABLE MATERIAL A. Asphalt Pavement and Asphalt Stabilized Base shall conform to requirements of Section 02 41 13.13 — Paving Removal. 3.2. EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess material may be disposed at the WTRDF at no additional cost to the Owner. 1) There will be a tipping fee per ton for construction debris and for excess uncontaminated soil. 2) There will also be a fee per load for every truck that is not covered properly when coming to the landfill. 3) For a complete list of fees associated with the WTRDF, please call or go to the City's website at https:Hci.lubbock.tx.us/departments/solid-waste- management/faqs. 4) All tipping fees shall be considered to be included in the Contractor's bid prices. C. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the property owner. Unpaved Road Improvements CO Ph 4 Section 02 42 00 - 54 May 22, 2024 City of Lubbock TEXAS D. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 02 42 00 - 55 May 22, 2024 CL')t bbCityof ock TEXA! SECTION 02 83 33.13 LEAD -BASED PAINT REMOVAL AND DISPOSAL 1. GENERAL I.I. SCOPE A. The Contractor shall be responsible for furnishing all supervision, labor, supplies, safety and monitoring devices, materials, tools and equipment necessary to handle, remove and contain existing potentially existing hazardous waste material. Lead - based paint and tank residue shall be the responsibility of the contractor to remove from the site and exposed of at an approved EPA landfill or recycling plant. B. It shall be the responsibility of the contractor to provide and prepare all necessary permits and notifications required as specified herein. C. This specification covers the requirements for worker protection, environmental protection and handling of debris generated when removing lead based painting, and it will be the responsibility of the Contractor to implement and maintain programs and procedures which comply with all federal, state, local laws, OSHA, and EPA standards and regulations whether referenced herein or not. 1.2. RELATED SECTIONS A. Section 01 11 00 - Summary of Work B. Section 0130 00 — Submittal Procedures C. Section 09 97 13- Steel Coatings 1.3. REFERENCE SPECIFICATIONS AND STANDARDS A. Code of Regulations (CFR): 1) AS29 CFR 1910.134 Respiratory Protection 2) 29 CFR 1910.1025 Lead, General Industry 3) 29 CFR 1910.94 Ventilation 4) 29 CFR 1910.145 Specifications for Accident Prevention Signs &Tags 5) 29. CFR1910.146 Permit Required Confined Spaces 6) 29 CFR 1926 Safety and Health Regulation for Construction 7) 29 CFR 1926.33 Access to Employee Exposure and Medical Records 8) 29 CFR 1926.51 Sanitation 9) 29 CFR 1926.59 Hazard Communication 10) 29 CFR 1926.62 Lead 11) 29 CFR 1926.103 Respiratory Protection 12) 29 CFR 1926.451 Scaffolding 13) 29 CFR 1926.501-503 Fall Protection 14) 40 CFR, Part 50 National Ambient Air Quality 15) 40 CFR 60 Standards of Performance for new Stationary Sources 16) 40 CFR 117 Determinations of Reportable Quantities for Hazardous Substances 17) 40 CFR 261 Identification and Listing of Hazardous Waste 18) 40 CFR 262 Standards Applicable to Generators of Hazardous Waste Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 56 May 22, 2024 CL')t bbCityof ock TEXA! 19) 40 CFR 263 Standards Applicable to Transports of Hazardous Waste 20) 40 CFR 264 Standards for Owners and Operators of Hazardous Waste Treatment, Storage, and Disposal Facilities 21) 40 CFR 265 Interim Status Standards for Owners and Operators of Hazardous Waste Treatment, Storage, and Disposal Facilities 22) 40 CFR 268 Land Disposal Restrictions 23) 40 CFR 302 Designation Reportable Quantities and Notification B. American National Standards Institute (ANSI) Publications: 1) Z88.2.80 Practice for respiratory Protection C. U.S. Department of Labor, Occupation, safety, and Health Administration (OSHA) 1) Publications 3126 Working with lead in Construction Industry D. National Institute for Occupational Health and Safety, NIOSH Method 7082- Lead E. American Society for Testing and Materials, ASTM D3335, - Test Method for low Concentrations for Lead, Calcium, and Cobalt in paint by Atomic Absorption Spectroscopy. F. EPA (Environmental Protection Agency) Publications: 1) SW-846 Test Methods for evaluation Solid Waste- Physical and Chemical Methods. 2) EPA Method 3050 Acid Digestion of Sediments, Sludge's and Soils. 3) EPA Method 6010 Inductively coupled plasma Atomic Emission Spectroscopy. G. Steel Structures Painting Council. 1) SSPC-Guide 6 Guide for Containing Debris Generated during Paint Removal. 2) SSPC-Guide 7 Guide for the Disposal of Lead -Contaminated Surface Preparation. 3) SSPC-Guide 94-18 Industrial Lead Paint Removal Handbook, Volume 2 H. Texas Commission on Environmental Quality(TCEQ) 1) 31 TAC Chapter 101 General Rules 2) 31 TAC Chapter I I I Control of Air Pollution from Visible Emissions and Particulate Mater 3) 31 TAC Chapter 330 Municipal Solid Waste 4) 31 TAC Chapter 335 Industrial Solid Waste and Municipal Hazardous Waste 1.4. REMOVAL AND DISPOSAL A. Definitions: 1) Area Monitoring: Sampling of lead concentrations within the lead control area and outside the lead control area which is representative of the airborne lead concentrations which may reach the breathing zone of personnel potentially exposed to lead. 2) Lead: means the metallic lead, inorganic lead compounds, and organic lead soaps. According the TCEQ Standard 31 TAC 111.135 Emissions from water Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 57 May 22, 2024 City of Lubbock TEXAS storage tanks which have lead in concentrations of one percent (1%) or greater by weight in the coating is consider hazardous waste. 3) Lead Control Area: An area where lead containing paint removal operations are preformed which is isolated by physical boundaries to prevent unauthorized entry of personnel, and where lead -in -air measurements are taken at the boundary for monitoring of compliance with environmental regulations. Barriers to prevent the spread of lad dust, paint chips, or debris may be located at or within the boundaries of the lead control area. 4) Lead Permissible Exposure Limit (PEL): The limit is 50 micrograms per cubic meter of air as an 8-hour time weighted average as determined by 29 CFR 1910.1025. 5) Lead Containing Paint: A paint is classified as lead -containing if it contains 600 ppm of lead or greater. Containment is required if the paint is containing 1.0% or greater lead. 6) Action Level: Employee exposure, without regard to the use of respirators, to an airborne concentration of lead of 30 micrograms per cubic meter or air averaged over an 9-hour period. 7) High Efficiency Particulate Air (HEPA) Filter Equipment: HEPA filtered vacuuming equipment with a UL 586 filter system capable of collection and retaining lead containing paint dust. 8) Personal Monitoring: Sampling of lead concentrations within the breathing zone of an employee to determine the 8-hour time weighted average concentration in accordance with 29 CFR 1910.1025. The samples shall be representative of the employee's work tasks. The breathing zone shall be considered an area within 12 inches of the nose or mouth of an employee. 9) E-hour Time Weighted Average (TWA): The 8 hour TWA is the airborne concentration of lead averaged over an 8-hour workday to which an employee is exposed. 10) Hazardous Waste: Paint debris will be classified as hazardous if, after testing by the Toxicity Characteristic Leaching Procedure (TCLP) the leachate contains any of the listed metals in concentrations greater than that listed below: i. Chromium — 5mg/l ii. Lead — 5mg/l Other elements and characteristics can cause a waste to be hazardous as defined in 40 CFR 261 and must be taken into consideration. All TCLP value testing necessary for licensed landfill disposal shall be provided by the Contractor and results copied to the Project Manager prior to removing any material from site. Lead levels having a TCLP value between 1.5 and < 5 mg/l are classified as Class 1, non -hazardous waste by TCEQ and require special handling and documentation procedures. Regardless of the TLCP results a TCEQ Form 0152 "Request for Authorization for Disposal of Special Waste" will be required to be completed before removing waste from the site. A TCEQ form 0757 "One -Time shipment request for Texas waste code for shipment of Class 1,2,3 and EPA hazardous waste" can be competed for one time Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 58 May 22, 2024 CL')t bbCityof ock TEXA1 shipments of waste. In proceeding with these methods a temporary EPA number and solid waste registration number is assigned by TCEQ. It will be the responsibility of the Contractor to determine if the landfills have the proper lining system to dispose of Hazardous waste, and find a proper disposal site. The contractor must submit a disposal site prior to removing any lead based paint. Costs for lawfully disposing of any Hazardous Waste resulting from the work performed on this project will be the responsibility of the Contractor. 11) Containment and Ventilation Systems: Includes the containment structure, ventilation system, and dust collection. When self-contained vacuum blasters are used this term refers to the complete vacuum blasting system including debris collection, sealing systems and paint removal systems. B. DESCRIPTION OF WORK: 1) The work covered by this section included procedures and equipment required to remove the lead containing paint of protective coatings and to limit occupational and environmental exposure to lead when lead containing paint is removed. The work includes the disposal of the removed paint chips, abrasive media and associated waste. Perform work in accordance to with 29 CFR1910.1025 and the requirements specified herein. C. WASTE DISPOSAL: 1) Waste materials and debris resulting from paint removal work shall be disposed by the Contractor. Following all TCEQ and EPA rules and regulations. D. PROTECTION OF EXTENSION WORK TO REMAIN: 1) Perform paint removal work without damage or contamination of adjacent areas. Where such work is damaged or contaminated, restore work to original condition or better. E. RESPIRATORY PROTECTION PROGRAM: 1) The Contractor shall establish and implement a respiratory protection program as required by ANSI Z88.2, 29 CFR1910.134, and 29 CFR 1910.1025. F. MONITORING: 1) The Contractor shall measure and control lead dust outside of initial containment site but within the project site to less than 30ug/m" 3 (micrograms/cubic meter) at all times. In addition, the controlled work area within the project site shall meet this criterion prior to release for unrestricted access. G. SAFETY AND HEALTH COMPLIANCE: 1) In addition to the detailed requirements of this specification, the Contractors shall comply with all laws, ordinances, rules, and regulations of federal, state, and local authorities regarding handling, storing, and transporting, and disposing of lead waste materials. H. SIGNS: 1) The Contractor shall post the following warning sign in each work area where the lead permissible exposure limit is exceeded for airborne lead. WARNING LEAD WORK AREA Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 59 May 22, 2024 CL')t bbCityof ock TEXA! "POISON" NO SMOKING OR EATING City of Lubbock, Painting Steel Tanks (Note: This legend shall be readily visible) 1.5. REQUIRED SUBMITTALS A. The Contractors shall submit to the Project Manager the following for prior to commencing any paint removal work. B. Removal, Containment, and Ventilation Plan: The Contractor shall provide a written plan for the methods to be employed for surface preparation, containment, ventilation, and collection of debris. The system established by the Contractor shall recognize the load bearing capacity and integrity of the structure to be painted. The ventilation and containment plan shall be designed and sealed by a Texas licensed professional engineer. At a minimum the submittal shall contain the following information. 1) Calculated flow rates for the system(s) necessary to comply with the standards of SSPC — Guide 6, for Class 1 containment. 2) Equipment cut sheets clearly indicating their adequacy relevant to the Contractor's proposed containment and ventilation plan. 3) A statement that the system(s) do indeed meet the standards of SSPC Guide 6 for Class 1 containment. 4) Provide a detailed structural analysis for the containment and/or paint removal equipment clearly illustrating live/dead loads and their effects on the structural integrity of the tanks. Include any and all temporary supports that will fasten to the structure in the report showing the effects of the support system. 5) Contractors that are proposing steel surface cleaners that attach to the tank shall be included in the structure analysis and a report that will either confirm or deny the loading on the tank is acceptable. 6) Any analysis requiring calculations shall be sealed by a Texas licensed professional engineer. C. Protection Programs: The Contractor shall submit the testing and evaluation program that will be used to conform that the work and environment does not violate federal, state, and local regulations. All protection programs shall be designed and sealed by a Texas licensed professional engineer. At a minimum the submittal shall conation the following information: 1) Regulated Areas using Area monitor: The Contractor shall submit a plan that will identify all the areas that will be regulated area. 2) Worker Protection Program: The Contractor shall submit a plan that conforms to 29 CFR 1926.62 for worker protection program. 3) Handling and Site Storage: The Contractor shall submit a plan that will address the handling and site storage of hazardous waste conforming to 40 CFR 262 and 40 CFR 265. The Contractor will be responsible for obtaining and EPA identification number as necessary, if paint debris is found to be hazardous. An EPA identification number may not be necessary if TCEQ form 0757 "One -Time shipment request for Texas waste code for shipment of Class 1,2,3 and EPA hazardous waste" is acceptable. Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 60 May 22, 2024 �LubbCfoty& TEXAS 4) Transportation: Written confirmation that the debris will be transported according with the requirements of 40 CFR 263, including the name, physical address, and license number of the transporter. 5) Disposal: Written confirmation that the debris will be treated and disposed of in according with 40 CFR 264 and 40 CFR 268. This program shall provide assurance that the debris is handled properly from production of waste to final disposal. The Contractor shall provide the name, address, phone number, and license number of the hazardous waste treatment facility and for the licensed solid waste landfill that will be receiving the waste product for final disposal. 6) Clearance Testing: The contractor shall provide documentation of containments, structures, equipment, and reusable items during construction and prior to removal from the project site, or if the proper testing and disposal of the materials, if decantation is not possible or desirable. 7) Reportable Releases: CERCLA release, the Contractor shall submit a plan for reportable release in accordance with 40 CFR 300 and 302. 8) Air Monitoring: The Contractor shall be responsible for providing a written program for providing perimeter personal air monitoring, testing, and reporting. All laboratory performing test on sensors and any other testing shall be submitted at the cost of the Contractor and the test results will be sent to the Owners Representative upon completion for project compliance. 1.6. QUALITY ASSURANCE A. General: Quality assurance procedures and practices shall be utilized to monitor all phases of surface preparation, application and inspection throughout the duration of the project. Procedures or practices not specifically defined herein may be utilized provided they meet recognized and accepted professional standards and are approved by the Project Manager with direction from the Owner's Representative. B. Surface Preparation: Surface preparation will be based upon comparison with: "Pictorial Surface Preparation Standards for Painting Steel Structures: SSPC-VIS 1- 89 and ASTM Designation D2200, "Standards Methods of Evaluation Degree of Rusting on Painting Steel Surfaces" SSPC-VIS 2 and ASTM Designation D610; "Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand Abrasive". C. Application: No coating shall be applied when the surrounding air temperature or the temperature of the surface to be coated or painted is below the minimum surface temperature for the products specified herein; or in rain, snow, fog or mist; when the temperature is less than 5°F above the dew point; when the air temperature is expected to drop below 40°F within six hours after application of coating. Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables. If the above conditions are prevalent, coating or painting shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. D. Illumination: Adequate illumination shall be provided while work is in progress, including explosion -proof lights and electrical equipment. Conform with all applicable rules and regulations from OSHA. Whenever required by the Project Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 61 May 22, 2024 CL')t bbCityof ock TEXA! Engineer, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The Project Engineer shall determine the level of illumination for inspection purposes. E. Temporary Ladders and Scaffolding: The Contractor shall conform to all Federal, State, and local rules and safety requirements pertaining to temporary ladders and scaffolding. Erect where requested by the Project Engineer to facilitate inspection and move by the Contractor to locations requested by the Project Engineer. 2. MATERIALS 2.1. ABRASIVE BLASTING A. Abrasive blasting material of either metallic grits or sands are allowed but must be fracture, no spherical shot grit will be allowed. Cleaning shall be performed to the degree specified and in accordance with the Steel Structures Painting Council Surface Preparation Specification for cleaning. B. The selection of abrasive size and type shall be based on the type, grade, and surface conditions of the steel to be cleaned. The blast cleaning abrasive shall be dry and free from oil, grease, and other harmful materials that could affect the boding of the coating system. 2.2. ABRASIVE ADDITIVES AND PRE -BLAST APPLICATIONS A. Use of any of the listed products does not relieve the Contractor from the proper disposal of waste generated regardless of whether the waste is found to be hazardous or not. It will be the responsibility of the Contractor to provide a safe and clean construction site at all times. B. Rust inhibitors may be used provided they are compatible with the primer. The Contractor shall submit information for any inhibitor that will be used on the project to the Owners Representative for review and approval. The submittal shall include documentation from the paint supplier ant the product will not reduce the performance of the coating system specified herein. C. The TDJ Group, Inc products Blastox which, when added to abrasive at the appropriate percent by weight and properly mixed, may render the spent abrasives and paint, of a lead paint coating, debris non -hazardous. D. NexTec, Inc. produces PreTox 2000 which, when applied at the appropriate mil thickness to lead based paint contains prior to removal operations, may render the spent abrasive and paint debris non -hazardous. E. Hoffer's Inc, coating division produces Envrio-Prep which, when applied at the appropriate mil thickness to lead based paint coatings prior to removal operations, may render the spent abrasives and paint debris non -hazardous. 2.3. CHEMICAL REMOVAL A. Existing substrate profile is unknown and may requires additional preparation before application of the primer. Prior to beginning chemical removal, a fifty (50) square foot area will be used as a test patch. Results will be reviewed j ointly by the Owners Representative, Contractor, Inspector, and Owner to establish required adjustments before proceeding. The Contractor shall be required to produce the specified level of surface preparation indication in Section 09 97 13 — Steel Coatings regardless of chemical cleaning results. 2.4. CONTAINMENT SYSTEMNENTILATION/DUST COLLECTION Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 62 May 22, 2024 CL')t bbCityof ock TEXA! A. When paint removal is being performed, on the exterior of the tank, the Contractor shall provide a containment system and ventilation system that conforms with SSPC-Guide 6, publication No. 97-21, as follows: 1) Abrasive blast cleaning - Class IA 2) Water blasting/water jetting - Class 1W 3) Chemical Stripping - Class 1C.Retention B. Shrouds shall comply with the minimum requirements of TCEQ, Chapter I I I and that of SSPC-Guide 6 except as modified herein. The shroud shall have overlapping seams to prevent leakage of particulates, shall be hooded and shall have a shade factor of 95% or a control factor of 95% of particles, 100 grit or greater. A shade factor is defined as the percent of area impermeable to particles or sunlight. The stricter requirement at SSPC-Guide 6 or TCEQ shall be utilized. C. Containment system(s) shall be designed to be capable of withstanding wind gusts that pertain to this area, when fully deployed, without damage to the tank or shroud. D. Impermeable ground covers with joints and seals impermeable will be placed in all areas where hazardous waste is collected, contained and/or stored. E. Minimize containment support which attach to the tank and repair any damage done to tank including cleaning and repainting on the tank interior. All supports attached to the tank shall be removable. Areas where supports are removed shall be blasted and painted as specified for the tank; any damage done during the application of the containment system will be at the expense of the contractor for repairs. F. Design of containment systems must not adversely affect the structured integrity of the tank. G. A sufficient factor of safety shall be used in the design of all containment systems as they relate to the effects on the tank and shall account for the highly variable climatological conditions in the region. Scaffolding, if used, shall conform to 29 CFR 1926.451 including requirements for cables and platforms. H. Weather days will not be allowed for episodes of wind that do not produce frequent wind gusts equal to or greater than that specified for the design requirement of the shrouding system. I. Provide and pay for a ventilation and dust collection filtration system conforming with the requirements of 29 CFR 1910 and 1926 -OSHA rules and regulations. The ventilation and dust collection system shall be sized commensurate with the containment system to produce the necessary air flow and air changes per hour to comply with stated regulations and performance criteria sighted herein. Dust collection/ventilation equipment used for the interior of the tank shall produce a minimum of three (3) air changes per hour. A sufficient enough number of air changes shall be designed into the system(s) to adequately clean the air allowing good visibility from anywhere inside the tank. Air horns and dust socks are unacceptable methods of dust collection for either the exterior or interior of the tank. All air filters used in dust collectors for use during removal of lead -based paint will use HEPA filters which will be changed or cleaned daily unless operations require more frequent changing. J. Top exterior surfaces with angles from vertical of 20 degrees or more will require a cross draft of 100 fpm. The area requiring the cross draft is from the point of Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 63 May 22, 2024 CL')t bbCityof ock TEXA1 blasting to a point where the surface is more than 19 degrees from vertical. Contractor will provide instrumentation to verify cross draft velocity. K. Contractor shall take necessary steps (i.e. cover anode hand holes, hatch, vent, etc.) to minimize contamination of the tank interior during removal of lead -based paint. 2.5. VACUUM ASSISTED MECHANICAL BLAST UNITS A. Vacuum blasters shall use steel grit or other approved abrasive to produce the profile and tooth pattern specified for the steel surface to adhere to the proposed coating system. Spherical shaped shot is unacceptable. The Contractor shall submit blasting material prior to starting construction for approval by the Owners Representative. The vacuum blasters shall be equipped with a fully contained blast mouth ratio produce a consistent degree of removal and a dust free process. The used of vacuum blaster shall not relieve the Contractor of the requirements of the specifications. Requirements for visible emissions and safeguards to reduce possible contamination shall be exercised at all times. EXECUTION 3.1. PAINT REMOVAL A. All exterior paint material shall be removed by wet abrasive blasting, vacuum blasting or chemical stripping in an approved emissions control containment system. B. The interior may be dry abrasive blasted, regardless of lead content, provided visible emissions are controlled to meet the requirements of TCEQ, Chapter 111. An approved dust collector shall be in operation at any time blasting is being done and shall continue to run after blasting has been discontinued until the air has cleared sufficiently to allow non -aided breathing, i.e. fresh air hood, dusk mask, etc. C. All paint chips, water, spent blast media, and debris removed from the tank shall be contained and recovered for lawful disposal. D. Compressed air used for dry abrasive blasting shall be clean, oil free, and dry. Moisture separators, oil separators, traps and/or other equipment shall be used as necessary to achieve air of superior quality. 3.2. CRITERIA FOR EXTERIOR CONTAINMENT SYSTEMS A. The Contractor shall thoroughly examine the structure to be contained to verify its ability to support the containment system including the wind loads that can be impacted by such a system on the tank. Containment drawings shall be submitted for Engineer review. Vacuum blasting obviously will preclude some of the following requirements. However, the general intent of the specifications shall be sustained. B. It shall be the Contractors sole responsibility to operate, position and maintain the containment system. Containment shall not be lowered until the contained volume, after clean up, has cycled through five (5) air changes. Vacuum blasters shall not be removed until a sufficient amount of time has elapsed to clear the hose and the mouth of the machine of paint debris. C. During the tank surface preparation, materials may accumulate at the tank base. Contractor shall contain all materials collected at the tank base including any spent media used to remove the paint. Construction of containment berms are allowed, if necessary. The berms shall be located as close to the tank base area as possible with no berms being constructed on any paved areas surrounding the tank. Regardless of Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 64 May 22, 2024 C !w bbCity of Luock TEXAS whether berms are utilized all containment shrouding material on or within two (2) feet of the ground will be impermeable. All joints and seams of ground containment shall also be impermeable. D. The Contractor shall design a containment system for the work area that is appropriate for the Class specified relative to the method of removal. The containment shall control environmental emissions, and control the working environment within the containment according to the criteria specified. 3.3. DECONTAMINATION AREA A. The entrance to the shrouded area will also be used as the exit. A decontamination area will be designated for workers exiting the shrouded area. The decontamination area must adjoin the shrouded area. B. Workers will be required to remove as much as possible all lead containing dust from outer clothing in the decontamination area before they are allowed to exit the shrouded area. All the dust collected in the decontamination area will be properly disposed of along with the rest of the waste generated on this project. A decontamination trailer with changing area and showers for all workers entering the regulated area will be provided by the Contractor should the Contractor deem it necessary. 3.4. CONTROLS OF EMISSIONS A. Ambient Air Quality for Particulate Matter (40 CFR 50) will not be monitored. Imperial monitoring of both particulate matter and total suspended particulate (TSP) for lead have verified that if TSP for lead exceeds the requirements, then particulate matter requirements will also be exceeded. This fact shall be used in the analysis of TSP air monitoring as it applies to this project. B. Ambient Air -Quality - Visible Emissions: 1) Unacceptable visible emissions shall be cause for project shut down until corrections to the containment are made. Contractor will not receive additional contract time or compensation if the project is shut down due to emissions. 2) Project will remain shut down until reason for emission is determined and corrective actions are taken. 3) Visible emissions shall be determined in accordance with SSPC-Guide 6 (97), Method A, General Surveillance and shall not exceed Level 2 Emissions. Level 2 Emissions are defined as random emissions of a cumulative duration of no more than 5% of the work day (e.g., 24 minutes in an eight -hour work day). The Owner's Engineer or his representative shall determine if visible emissions are exceeded and his decision will be final. 4) A weekly report noting time and date of all visual emissions in excess of Level 2, during the past week with cause and remedy noted will be provided to Engineer. Repeated visual emissions violation with the same cause will require adjustment in Contractor operation. 5) Regardless of the method used to control emissions, no discharge from any source whatsoever, in such concentration and of such duration as are or may tend to be injurious to or adversely affect human health or welfare, animal life, vegetation, bodies of water or property are permitted. C. Ambient Air Quality - Lead Emissions: Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 65 May 22, 2024 CL')t bbCityof ock TEXA! 1) Emissions of lead shall be assessed by Ambient Air Quality for TSP Lead by the Contractor. 2) Emissions of lead in excess of 4.3 Fg/m3 for work days where blasting time does not exceed 10 hours is considered failing. Monitoring for this level shall be accomplished personal air monitors in accordance with 40 CFR 50. Due to time delay in receiving test results for TSP monitors, the following procedure will be followed if a failing test is reported. a) After Owner receives a failing test report, all lead removal operations will be halted until an additional report is received. b) Contractor can begin lead removal operations provided the next report is passing. If the next report fails, Contractor will make the necessary changes to containment prior to beginning lead removal operations. c) Until such time as Contractor receives a passing report, lead removal operation will proceed with one day of blasting then wait for test results. d) Failing reports for four (4) consecutive days during lead removal on the tank will result in a reduction of payment for containment as listed in the schedule of values of 5 percent for each occurrence. e) The reduction in payment is a penalty for not performing the work required of these specifications and does not constitute payment for damages. Any delays in Contractor's progress due to failing TSP requirements will not be cause for additional time or compensation. 3) Three days of baseline monitoring shall be taken prior to project lead removal operations start-up to determine pre-existing conditions. If baseline monitoring has lead concentrations greater than 2.8 Fg/m3 then the maximum allowable lead is 1.5 Fg/m3 above the baseline level instead of the 4.3 Fg/m3 listed in part 2. above. 4) Monitors will be operated during the entire work day when any lead removal operations (blasting, blow down, clean up, handling of waste debris, etc.) occur. Should test results on paint debris samples indicate the waste is non- hazardous, monitoring during handling will not be required. D. Ambient Air Quality - Area Monitoring to Establish Regulated Areas 1) The Contractor shall establish a regulated area surrounding activities where lead exposures could exceed the OSHA Action Level for lead and chromium. This includes the paint removal area, dust collection equipment, abrasive recycling equipment, and any locations where potentially hazardous lead - containing debris is handled or transferred to storage containers. 2) The regulated area shall be demarcated by ropes, tape, walls, or other similar means, and the contractor shall control access to only those persons properly trained and protected when lead removal activities are in progress. 3) Contractor shall install personal air monitoring samplers at locations around the Contractor demarcated regulated area to monitor area emissions for lead. If any of the results from periodical monitoring around the regulated area are above the action level, the regulated are will be enlarged and emission control devices modified. E. Soil Quality: Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 66 May 22, 2024 L066o C''i[1 of k 1) The Contractor shall not contaminate the soil with lead. Samples of the soil shall be removed and tested for total lead content by the Owner at specific locations determined by Owner and Engineer. Soil samples shall be taken as described under PD/LEAD Method SI in reference 1.2.5,c. 2) Laboratory analysis shall be conducted in accordance with EPA Method 3050, Method 6010 or approved equivalent. 3) The Contractor shall return the soil to back ground levels by methods acceptable to the Owner and/or applicable regulatory authority, if the analysis upon project completion shows an increase in soil lead levels. 4) Soil samples in the near field will be considered having increased lead levels if the geometric mean pre -project concentration increases above the post project concentration when compared by the paired student T-test at the 95 percent confidence level. Engineer will determine whether increased lead levels exist. Should tests performed by the Owner indicate areas of elevated lead, Contractor at his own cost, will conduct additional testing through the same firm used by the Owner, to establish the extent and limits of contamination. 5) A soil sample in the far field will be considered increased if the post-proj ect concentration is greater than or equal to 100 parts per million (ppm) above the pre -project concentration. Typically, if TSP air monitoring near the far field soil samples indicates no elevated lead concentrations, no post project soil sample will be taken near the appropriate air monitor. Post blast testing is entirely at the discretion of the Engineer. 6) Regardless of the method listed above to review soil samples for elevated concentrations, if any hazardous materials are spilled directly onto the soil it will require cleaning. Contractor will have to clean up the spill to the satisfaction of the Owner and will be required to provide test results documenting soil lead levels are below 400 ppm regardless of initial concentration. 7) All clean up shall be at Contractor's expense. F. Water/Sediment Quality: 1) The Contractor shall prohibit the release of hazardous or non -hazardous lead into bodies of water or storm sewers. Work shall be halted if spills or emissions are observed entering into bodies of water, or found in areas where storm water run-off could carry the debris into bodies of water or storm sewers. 2) The Contractor is advised that discharges of lead into the water or in locations where it could be carried by rain water into storm sewers or bodies of water are strictly prohibited and shall be considered a violation of the Clean Water Act. 3) The Contractor shall protect all drains. Paint debris shall not be allowed to enter into drainage or storm sewer systems. 4) The Contractor will be solely responsible for all clean-up costs in the event of a spill. 3.5. CRITERIA FOR CONTROLS OVER WORKER PROTECTION A. OSHA requirements for the protection of workers shall be in accordance with 29 CFR 1926.62. Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 67 May 22, 2024 City of Lubbock TE%AS B. A written program addressing compliance with each of the items below shall be provided. Analysis of personnel air monitoring filters shall be performed by an AIHA accredited laboratory for metals analysis. Blood lead testing shall be conducted by an OSHA approved laboratory. Note also that the requirements listed below are in addition to other OSHA safety and health requirements of the project. 1) Action level Lead 30Fg/m3 Chromium 250 Fg/m3 (Divalent, Trivalent) 25 Fg/m3 (Hexavalent) 2) Permissible Exposure Limit: Lead 50Fg/m3 Chromium 500 Fg/m3 (Divalent, Trivalent) 50 Fg/m3 (Hexavalent) 3) Protective work clothing and equipment must be provided by Contractor. 4) Housekeeping will include a mandatory daily job site inspection by a contractor employed competent person. A copy of the job site inspection will be provided to the Owner. 5) Hygiene facilities and practices will include daily showering when leaving the regulated area and provide handwashing facilities near any eating areas within the regulated area. 6) Employee information and training will note the content of Chromium in the paint to be removed. 7) Contractor will provide respirators approved by NIOSH for use in atmospheres containing lead dust to any employee requesting a respirator or at a minimum to all employees assumed exposed above the PEL (50 Fg/m3). Respirator fit tests and training must meet requirements of 29 CFR 1910.1025 8) Employee blood lead levels shall be conducted on all employees prior to participating in any lead removal operation on this project to establish a baseline blood lead level. At the completion of lead removal operations or prior to the transfer of an employee from this project conduct blood lead level checks to establish a post lead removal blood lead level. Submit baseline blood lead and post lead removal levels to Owner and Engineer for review. 3.6. SOLID WASTE HANDLING, DISPOSAL AND UN -AUTHORIZED RELEASES A. The Contractor is responsible for the handling and disposal of all waste on this project. Any testing required prior to disposal of materials other than spent abrasives and paint debris is the sole responsibility of the Contractor. A copy of all reports for this testing will be provided to Owner and Engineer. Contractor, through execution of this contract, is responsible for implementing the handling and disposal of hazardous waste and/or special waste (as defined by TCEQ) created on this project. B. Sampling and testing of debris will be the responsibility of the Contractor. After approximately 4 hours of blasting areas with lead based paints, twelve (12) random samples of blast debris will be collected. Four samples will be tested and an evaluation of the test results will be used to establish whether the generated waste is hazardous. Any additional testing, due to change in methods or other reasons, shall be at the Contractor's expense. Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 68 May 22, 2024 fL')t bbCityof ock TEXA! 1) Representative samples of the debris shall be selected in accordance with the requirements of SW846, and tested by TCLP in accordance with Appendix IIof 40 CFR 261. 2) In the case of wet methods of preparation, the use of chemical strippers, or containerized hygiene water, all liquids and sludge shall be tested, including pH to determine corrosively, if appropriate. C. The Contractor is advised that no waste stabilization will be performed on the project site. Waste stabilization shall be performed by and at a Contractor, Owner and Engineer agreed upon permitted Storage, Treatment and Disposal (STD) facility. D. If the tests of the debris in paragraph 3.6.13 of this section show the waste to be hazardous, the following requirements shall apply. Until tested as described above, all waste generated during lead removal operations are assumed hazardous. 1) Site Storage and Handling: a) The contractor shall adhere to the requirements of 40 CFR 262 and 40 CFR 265 for the on -site handling of debris. b) Special attention shall be given to the time of storage, amount of material stored at any one time, use of proper containers, personnel training, and the Contractor shall obtain an EPA identification number as necessary. c) Paint debris shall not be placed on the unprotected ground and shall be shielded to prevent dispersion of the debris by wind or rain water. d) The contractor shall provide preparedness, prevention, and contingency plans (PPCP) in accordance with 40 CFR 265 Subpart C and Subpart D for the steps to be taken in the event of an unplanned release or emergency. e) Any evidence of improper storage shall be cause for immediate shut down of the project until corrective action is taken. f) Contractor shall complete EPA form 8700-12, Notification of Regulated Waste Activity and file with EPA. Copy Engineer with said completed form. g) Contractor shall complete all forms required by TCEQ and file with same. Copy Engineer with all correspondence including completed forms and permits. 2) Transportation and Disposal of Debris: a) The contractor shall arrange to have the debris transported from the site in accordance with the requirements of 40 CFR 263, and disposed of properly in accordance with 40 CFR 264 and 40 CFR 268. b) Only licensed transporters and disposal facilities shall be used. Provide a list of the companies to be used for Owner approval in advance. c) Signed manifests shall be returned to the Owner to verify that all steps of the handling and disposal process have been completed properly. d) Provide name, address, phone number and license number of the final TCEQ approved solid waste landfill. E. The Contractor shall thoroughly vacuum, wash, or otherwise decontaminate containments, structures, equipment, and reusable items throughout the period of Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 69 May 22, 2024 fL')t bbCityof ock TEXA1 construction and prior to removal from the project site until such time as the waste is classified non -hazardous. Simply blowing down the potentially contaminated items will not be sufficient. Items include, but are not limited to, equipment, containment materials, ground covers, scaffolding, and change and shower facilities. If adequate cleaning is not possible, the materials shall be treated as waste and tested and disposed of properly at the expense of the Contractor. F. Reportable Releases: 1) CERCLA Release: The Contractor is advised that the discharge of 10 or more pounds of lead debris into the atmosphere, water, or soil within a 24-hour period is considered a reportable release in accordance with 40 CFR 300 and 40 CFR 302. 2) In the event of a spill requiring release notice, Contractor will also notify the Owner and Engineer, and follow the Preparedness, Prevention and Contingency Plan (PPCP). G. Non -hazardous Waste: All waste from the project classified as non -hazardous and which a Municipal Solid Waste Landfill will accept shall be disposed of there at the Contractor's expense. In any case, the Contractor shall dispose of the waste at a TCEQ licensed landfill. Transportation from tank site to Landfill is at Contractor's expense. Costs for disposal of all waste products shall be included in the bid item for solid waste disposal. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 02 83 33.13 - 70 May 22, 2024 L066- c C''i[1 of k DIVISION 03 CONCRETE Project Name Division 03 Concrete - 71 May 22, 2024 1 s. City of Lubbock TEXAS SECTION 03 30 00 CAST -IN -PLACE CONCRETE 1. GENERAL 1.1. SUMMARY A. This Section includes, but is not limited to cast -in -place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Section Includes: 1) Definitions 2) Submittals 3) Quality Assurance 4) Deliver, Storage and Handling 5) Form -Facing Materials 6) Steel Reinforcement 7) Reinforcement Accessories 8) Concrete Materials 9) Admixtures 10) Curing Materials 11) Repair Materials 12) Concrete Mixes 13) Fabricating Reinforcement 14) Concrete Mixing 15) Formwork 16) Embedded Items 17) Removing and Reusing Forms 18) Shores and Reshores 19) Steel Reinforcement 20) Joints 21) Concrete Placement 22) Miscellaneous Concrete Items 23) Concrete Protecting and Curing 24) Field Quality Control 1.2. DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash or other pozzolans, ground granulated blast - furnace slag, and silica fume. 1.3. SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. B. Design Mixes: For each concrete mix, include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Indicate amounts of mix water withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. 1.4. QUALITY ASSURANCE Unpaved Road Improvements CO Ph 4 Section 03 30 00 - 72 May 22, 2024 fL')t bbCityof ock TEXA! A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. C. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: 1) ACI 301 — Specification for Structural Concrete 2) ACI 117 — Specifications for Tolerances for Concrete Construction and Materials. 1.5. DELIVERY, STORAGE AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Avoid damaging coatings on steel reinforcement. 2. PRODUCTS 2.1. FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable size to minimize number of joints. B. Plywood, metal, or other approved panel material. C. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum.A E. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. F. Formulate form -release agent with rust inhibitor for steel form -facing materials. G. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber - reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. H. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. I. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. J. Furnish ties with integral water -barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2. STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. Unpaved Road Improvements CO Ph 4 Section 03 30 00 - 73 May 22, 2024 CL')t bbCityof ock TEXA! 2.3. REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. B. Manufacture bar supports according to CRSI's Manual of Standard Practice from steel wire, plastic, and as follows: 1) For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 3) Wood, concrete, or clay blocks are not permissible C. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4. CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Fly Ash: ASTM C 618, Class C. C. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: D. Class: Moderate weathering region, but not less than 3M. E. Water: Potable and complying with ASTM C 94. 2.5. ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. G. Moisture Retaining Film: Dayton Superior — Sure Film J-74. 2.6. CURING MATERIALS A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. B. Curing blankets approved by the Engineer. 2.7. REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at the edges to match adjacent elevations. B. Cement Binder: ASTM C 150, Portland Cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. C. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. Unpaved Road Improvements CO Ph 4 Section 03 30 00 - 74 May 22, 2024 City of Lubbock TEXAS D. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch, or coarse sand as recommended by underlayment manufacturer. E. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. 2.8. CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field data bases, as follows: 1) Proportion normal -weight concrete according to ACI 211.1 and ACI 301. 2) Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: 3) Compressive Strength (28 days): 3000 psi 4) Type I cement 5) Fly Ash: Allow up to 25% of cementitious material 6) Minimum Slump: 4 inches 7) Maximum Slump: 6 inches 8) Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2 to 4 inch slump. 9) Maximum Water/Cementitious Materials Ratio: 0.55 10) Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of five (5) to seven (7) percent, unless otherwise indicated. B. Cementitious Materials: 1) For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements. 2) Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: a) Fly Ash: 20 percent b) Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. c) Admixtures with chloride ions are prohibited. C. Admixtures: 1) Use admixtures according to manufacturer's written instructions. 2) Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. 3) Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 2.9. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water/cementitious materials ratio below 0.50. 2.10. FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's Manual of Standard Practice. 2.11. CONCRETE MIXING Unpaved Road Improvements CO Ph 4 Section 03 30 00 - 75 May 22, 2024 �LubbCfoty& TEXAS A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and as specified. 2.12. When air temperature is between 85 degrees Fahrenheit and 90 degrees Fahrenheit, reduce mixing and delivery time from ninety (90) minutes to seventy-five (75) minutes, and when air temperature is above 90 degree Fahrenheit, reduce mixing and delivery time to sixty (60) minutes. EXECUTION 3.1. FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: 1) Class B, 1/4 inch 2) Construct forms tight enough to prevent loss of concrete mortar. 3) Fabricate forms for easy removal without hammering or prying against concrete surfaces. 4) Provide crush or wrecking plates where stripping may damage cast concrete surfaces. 5) Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. 6) Do not use rust -stained steel form -facing material. 7) Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. 8) Provide and secure units to support screed strips, use strike -off templates, or compacting type screeds. 9) Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10) Chamfer exterior corners and edges of permanently exposed concrete. 11) Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 12) Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13) Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 14) Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2. EMBEDDED ITEMS Unpaved Road Improvements CO Ph 4 Section 03 30 00 - 76 May 22, 2024 fL')t bbCityof ock TEXA! A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. B. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. C. Install anchor bolts, accurately located, to elevations required. 3.3. REMOVING AND REUSING FORMS A. Formwork, for sides of beams, walls, columns and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degree Fahrenheit for 52 hours after placing concrete provided concrete is hard enough to not be damaged by form -removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joist, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: 1) At least 70 percent of 28-day design compressive strength. C. Determine compressive strength of in -place concrete by testing representative field or laboratory cured test specimens according to ACI 301. D. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. E. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4. SHORES AND RESHORES A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5. STEEL REINFORCEMENT A. Comply with CRSI's Manual of Standard Practice for placing reinforcement. B. Do not cut or puncture vapor retarder. Repaid damage and reseal vapor retarder before placing concrete. C. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. D. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6. JOINTS A. Construction joints true to line with faces perpendicular to surface plane of concrete. B. Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. Unpaved Road Improvements CO Ph 4 Section 03 30 00 - 77 May 22, 2024 fL')t bbCityof ock TEXA! C. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. D. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. E. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam - girder intersection. F. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. G. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. H. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. I. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: 1) Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8 inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. 2) Curb and Gutter Joints: Curbs and gutter shall be constructed with an expansion joint at the tangent point on each return at intersections and at the end of each day's concrete pour. a) A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. b) Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's Representative. c) All joints shall be perpendicular to the surface of the concrete and to the axis of the section. d) The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. e) Expansion joint material shall be an approved preformed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick, and shaped to the section of the curb and gutter or other work. 3) Sidewalk Joints: Space contraction joints at 4 feet and expansion joints every 20 feet. Expansion joints shall be placed between existing and new setting of concrete. 4) Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. Unpaved Road Improvements CO Ph 4 Section 03 30 00 - 78 May 22, 2024 fL')t bbCityof ock TEXA! a) Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7. CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by the Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI301. D. Do not add water to concrete after adding high -range water -reducing admixtures to the mix. E. Water may not be added beyond the limit of water withheld from the plant. F. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. G. If a section cannot be placed continuously, provide construction joints as specified. H. Deposit concrete to avoid segregation. I. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. J. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 1) Do not use vibrators to transport concrete inside forms. Inset and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. 2) Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. 3) Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. 4) At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. K. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. L. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. M. Maintain reinforcement in position on chairs during concrete placement. N. Screed slab surfaces with a straightedge and strike off to correct elevations. O. Slope surfaces uniformly to drains where required. P. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. Unpaved Road Improvements CO Ph 4 Section 03 30 00 - 79 May 22, 2024 CL')t bbCityof ock TEXA! Q. Cold Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1) When air temperature has fallen to or is expected to fall below 40 degree Fahrenheit, uniformly heat water and aggregates before mixing to obtain a concrete mix temperature of not less than 50 degrees Fahrenheit and not more than 80 degrees Fahrenheit at point of placement. 2) Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3) Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. R. Hot Weather Placement: Place concrete according to recommendations in ACI 350R and as follows, when hot weather conditions exist: S. Cool ingredients before mixing to maintain concrete temperature below 90 degrees Fahrenheit at time of placement. T. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. U. Using liquid nitrogen to cool concrete is Contractor's option. V. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. W. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8. MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. B. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.9. CONCRETE PROTECTION AND CURING A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cured formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. 1) Leave forms in place for a minim of 3 days. 2) Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. 1) Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: D. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. 1) No work will be permitted on the slab during wet curing. Unpaved Road Improvements CO Ph 4 Section 03 30 00 - 80 May 22, 2024 fL')t bbCityof ock TEXA! E. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. F. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. G. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spry or roller according to manufacturer's written instructions. 3.10. FIELD QUALITY CONTROL A. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device will be permitted by the Engineer. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 03 30 00 - 81 May 22, 2024 L066- c C''i[1 of k DIVISION 09 FINISHES Unpaved Road Improvements CO Ph 4 Division 09 Finishes - 82 May 22, 2024 SECTION 09 96 00 HIGH PERFORMANCE COATINGS 1. GENERAL 1.1. WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to apply protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of coatings. 1.2. ABBREVIATIONS A. The following abbreviations are used in this Section: 1) ANSI American National Standards Institute 2) AWWA American Water Works Association 3) FRP Fiberglass Reinforced Plastic 4) MDFT Minimum Dry Film Thickness 5) MDFTPC Minimum Dry Film Thickness Per Coat 6) mil Thousandths of an Inch 7) MIL-P Military Specification - Paint 8) OSHA Occupational Safety and Health Act 9) PSDS Paint System Data Sheet 10) SFPG Square Feet Per Gallon 11) SFPGPC Square Feet Per Gallon Per Coat 12) SP Surface Preparation 13) SSPC Steel Structures Painting Council 1.3. SUBMITTALS A. Product Data: Furnish the following Data Sheets: 1) For each paint system used herein, furnish a Paint System Data Sheet (PSDS), Technical Data Sheets, and paint colors available (where applicable) for each product used in the paint system, except for products applied by equipment manufacturers. A sample PSDS form is appended at the end of this Section. 2) The required information shall be submitted on a system -by -system basis. 3) The Coatings Contractor shall also provide copies of the paint system submittals to the coating applicator. 4) Indiscriminate submittal of manufacturer's literature only is not acceptable. B. Where ANSI/NSF Standard 60 and 61 approval is required, submit ANSI/NSF certification letter for each coating in the system indicating product application limits on size of tank or piping, dry film thickness, number of coats, specific product tested, colors certified, and approved additives. C. Provide TCLP test data for lead and other regulated heavy metals in non -recyclable, slag type abrasive blast media to be used on the Project. Acceptable abrasive test data shall indicate the abrasive manufacturer, location of manufacture, and media gradation and type. Surface preparation will not be permitted to begin until acceptable test data has been submitted. D. Colors charts of each paint system. E. Quality Control Submittals: Furnish the following: 1) Applicator's Experience: List of references substantiating the requirements as specified. 2) Factory Applied Coatings: Manufacturer's certification stating factory applied coating systems meets or exceeds requirements specified herein. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 83 May 22, 2024 3) If the manufacturer of finish coating differs from that of shop primer, provide both manufacturers' written confirmation that materials are compatible. 1.4. QUALITY ASSURANCE A. The paint manufacturer shall provide a representative to visit the j obsite at intervals during surface preparation and painting as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions and the Contract Documents, and as may be necessary to resolve field problems attributable to, or associated with, the manufacturer's products furnished under this Contract. B. Applicator's Experience: Minimum of 5 years practical experience in application of specified products. Submit a list of recent projects and names of references for those projects. The Engineer will waive the requirement for 5 years' experience, when at the discretion of the Engineer, the applicators' experience and capabilities meet the intent of the experience requirement. C. Continuity of Contractor: Coatings Contractor's Site supervisor shall be coordinated with the Engineer. Any replacement of the supervisor on site will require notification of Engineer 72 hours in advance, and will be subj ect to approval by the Owner. D. Inspection: 1) Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of paint manufacturer whose product is to be applied. 2) Provide Engineer minimum 3 days' advance notice prior to start of surface preparation work or coating application work. 3) Perform work only in the presence of Engineer, unless Engineer grants prior approval to perform such work in Engineer's absence. Approval to perform work in the Engineer's absence is limited to the current day unless specifically noted to extend beyond the completion of the work day. 4) Inspection by the Engineer, or the waiver of inspection of any particular portion of the Work, shall not be construed to relieve the Coatings Contractor of responsibility to perform the Work in accordance with the Contract Documents. 1.5. PAINT DELIVERY, STORAGE, AND HANDLING A. Deliver paint to the Site in unopened containers that plainly show, at the time of use, the designated name, manufacturer date, color, and name of manufacturer. B. Store paints in a suitable protected area that is heated or cooled as required to maintain temperatures within the range recommended by the paint manufacturer. C. Shipping: 1) Where pre -coated items are to be shipped to the jobsite, protect coating from damage. Batten coated items to prevent abrasion. 2) Use nonmetallic or padded slings and straps in handling. 3) Items will be rejected for excessive damage. 1.6. WARRANTY A. A. The Coatings Contractor and coating manufacturer shall jointly and severally warrant to the Owner and guarantee the Work under this Section against defective Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 84 May 22, 2024 workmanship and materials for a period of 2 years commencing on the date of final acceptance of the Work. B. B. A warranty inspection shall be conducted 1 month prior to expiration of the warranty period. Any defective Work discovered at this date shall be corrected by the Coatings Contractor in accordance with the Contract Documents at no additional cost to the Owner. Other corrective measures may be required during the 2 year warranty period. 1.7. PAINT AND COATINGS MANUFACTURERS A. A manufacturer letter code as follows will be found following the generic descriptions of materials outlined in this Section. Address is that of the general offices. Contact these offices for information regarding the location of representative nearest the project site. B. Manufacturer Code A — Coatings manufacturers (able to supply most heavy-duty industrial coatings and architectural paints): 1) Ameron Protective Coatings, Brea, CA. 2) Carboline Coatings Company, St. Louis, MO. 3) ICI Devoe Coatings Company, Louisville, KY. 4) Dupont Chemical Co., Wilmington, DE. 5) International Coatings, Louisville, KY. 6) Sherwin Williams, Cleveland, OH. 7) Tnemec Coatings, Kansas City, MO. 8) Wasser Coatings, Seattle, WA. C. Manufacturer Code E — Fusion bonded coating applicators: D. 3M Co., St Paul, MN. 2. PRODUCTS 2.1. PAINT MATERIALS A. Products shall meet federal, state, and local requirements limiting the emission of volatile organic compounds. Specific information may be secured through the local office of the Air Pollution Control Officer. B. Materials Including Primer and Finish Coats: Produced by same paint manufacturer. C. Thinners, Cleaners, Driers, and Other Additives: As recommended by paint manufacturer of the particular coating. Where coatings are required to meet ANSI NSF Standard 60 and 61, addition of thinners, driers, and other paint additives not approved under the ANSI NSF certification letter will not be permitted without written approval from the Engineer. D. Paint products are listed according to their approximate order of appearance in the paint systems. The letter designating the manufacturer code refers to the codes in Paragraph 1.07. E. Product Definitions 1) Polyamide Epoxy, High Solids: Polyamide or polyamine cured epoxy, capable of 4 to 8 MDFT per coat, percent of volume solids 70% minimum, suitable for immersion or buried service. MANUFACTURER CODE: A 2) Moisture Cured Zinc Primer: Single component, moisture cured urethane based, 12 lbs. metallic zinc content per gallon minimum, unlimited recoat period. MANUFACTURER CODE: A Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 85 May 22, 2024 3) Moisture Cure Urethane: Single component, moisture cured urethane intermediate and top coat, suitable for high humidity and condensation, unlimited recoat period. MANUFACTURER CODE: A 4) Inorganic Zinc Primer: Solvent or water based, 14 lbs. metallic zinc content per gallon minimum; follow manufacturer's recommendation for top coating. MANUFACTURER CODE: A 5) Polyurethane Enamel: Two -component, aliphatic or acrylic based polyurethane; high gloss finish, high build. MANUFACTURER CODE: A 6) Rust -Inhibitive Primer: Single -package steel primers with anti -corrosive pigment loading; may be alkyd, vinyl, epoxy ester, chlorinated rubber. MANUFACTURER CODE: A 7) Alkyd Enamel: Optimum quality, gloss finish, medium long oil. MANUFACTURER CODE: A 8) Wash Primer: Vinyl butyral acid. MANUFACTURER CODE: A 9) Polyurethane: Self -priming, plural component, 100 percent solids, non - extended polyurethane, suitable for burial or immersion, and shall be one of the approved products as specified in Section 09 97 13 "Pipeline Coatings and Linings." 10) Fusion Bonded Coating: 100% solids, thermosetting, fusion bonded, dry powder epoxy or polyurethane resin, suitable for this intended service. MANUFACTURER CODE: E 2.2. COLORS A. Provide as selected by the Owner or Engineer. Provide custom color if required to match this color when coatings provided by another manufacturer. B. Formulated with colorants free of lead, lead compounds, or other materials which might be affected by the presence of hydrogen sulfide or other gas likely to be present at the Project. C. Proprietary identification of colors is for identification only. Any authorized manufacturer may supply matches. D. Equipment Colors: 1) 1. Equipment shall be meant to include the machinery or vessel itself plus the structural supports and fasteners and attached electrical conduits. 2) Paint non -submerged portions of equipment in the same color as the process piping it serves, except as itemized below: a) Non -Submerged Portions Color b) Dangerous parts of equipment and machinery OSHA Orange c) Fire protection equipment and Apparatus OSHA Red d) Radiation hazards OSHA Purple e) Physical hazards in normal operating area OSHA Yellow 3) Fiberglass reinforced plastic (FRP) equipment with an integral colored gel coat does not require painting, provided the color is as specified. 2.3. INSPECTION TEST EQUIPMENT A. Provide a magnetic type or electronic dry film thickness gauge to test coating thickness specified in mils, as manufactured by: 1) Nordson Corp., Anaheim, CA, Mikrotest. 2) DeFelsko Corp., Anaheim, CA, Positector. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 86 May 22, 2024 3) Or equal. B. Provide an electrical holiday detector, low voltage, wet sponge type to test finish coatings less than 20 mils in thickness, except zinc primer, high -build elastomeric coatings, and galvanizing, for holidays and discontinuities as manufactured by: 1) Tinker and Razor, San Gabriel, CA, Model M-1. 2) Or equal. C. Provide an electrical holiday detector, high voltage, pulse type to test elastomeric coatings and coating systems in excess of 20 mils dry film thickness, except zinc primer, for holidays and discontinuities as manufactured by: 1) Tinker and Razor, San Gabriel, CA, Model AP-W. 2) D. E. Stearns Company, Shreveport, LA, Model 14/20. 3) Elcometer, Rochester Hills, Michigan. 4) Or equal. EXECUTION 3.1. GENERAL A. The intention of this Section is for all new, interior and exterior metal, and submerged metal surfaces be painted, whether specifically mentioned or not, except as modified herein. Concealed structural steel surfaces shall receive prime coat only unless modified herein. B. Surface preparation and coating application shall be in conformance with the Specifications and the coating manufacturer's written product data sheets and written recommendations of the manufacturer's technical representative. Where conflicts occur between the manufacturer's recommendations and the Specifications, the more stringent of the two shall apply unless approved by the Engineer. C. For coatings subject to immersion, obtain full cure for completed system. Consult coatings manufacturer's written instructions for these requirements. Do not immerse coating for any purpose until completion of curing cycle. 3.2. REGULATORY REQUIREMENTS A. Meet federal, state, and local requirements limiting the emission of volatile organic compounds and worker exposures. B. Protect workers and comply with applicable federal, state, and local air pollution and environmental regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, coating application and dust prevention including, but not limited to the following Acts, Regulations, Standards, and Guidelines: 1) Clean Air Act. 2) National Ambient Air Quality Standard. 3) Resource Conservation and Recovery Act (RCRA). C. Comply with applicable federal, state, and local regulations for confined space entry. D. Provide and operate equipment that meets explosion proof requirements. 3.3. ENVIRONMENTAL CONDITIONS A. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent, whenever surface temperature is less than 5 degrees F above the dew point of the ambient air. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 87 May 22, 2024 3.4. 3.5. 3.6. B. Surface preparation power tools and blast equipment shall contain dust collection equipment that will prevent discharge of dust particles into the atmosphere when surface preparation work is located within enclosures or confined areas with electrical equipment, motors, instrumentation, or other equipment that may be damaged by airborne dust and particles. C. Do not apply paint when: 1) Surface temperatures exceeds the maximum or minimum temperature recommended by the paint manufacturer, 2) In dust, smoke -laden atmosphere, damp or humid weather, or under conditions which could cause icing on the metal surface. 3) When it is expected that surface temperatures will drop below 5 degrees F above dew point within 8 hours after application of coating. DEHUMIDIFICATION A. Where weather conditions or Project requirements dictate, Coatings Contractor shall provide and operate dehumidification equipment to maintain environmental conditions suitable for abrasive blasting and coating application as specified. B. Coatings Contractor shall provide dehumidification equipment sized to maintain dew point temperature 5 degrees F or more below surface temperature of metal surfaces to be cleaned and painted. C. Cleaned metal surfaces shall be prevented from flash rusting throughout the Project duration, condensation or icing shall be prevented throughout surface preparation and coating application. D. Equipment size and power requirements shall be designed by personnel trained in the operation and setup of dehumidification equipment based on Project requirements and anticipated weather conditions. E. Dehumidification equipment shall operate 24 hours per day and continuously throughout surface preparation and coating application. F. Coatings Contractor to provide personnel properly trained in the operation and maintenance of the dehumidification equipment or provided training by the dehumidification equipment Supplier. G. Daily maintenance requirements of the equipment shall be documented in writing and posted near the equipment for review by the Engineer. H. Reblasting of flash rusted metal surfaces or removal of damaged coatings, as a result of equipment malfunction, shutdown, or other events that result in the loss of environmental control, will be at the sole expense of the Coatings Contractor. VENTILATION AND ILLUMINATION A. Adequate illumination shall be provided while work is in progress. Whenever required by the inspector, the Coatings Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination for inspection purposes shall be determined by the inspector. B. Ventilation shall be used to control potential dust and hazardous conditions within confined areas. Ventilation flow rates shall be in accordance with OSHA regulations and as required to reduce air contamination to nonhazardous conditions. SURFACES NOT REQUIRING PAINTING A. Unless otherwise stated herein or shown, the following areas or items will not require painting: Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 88 May 22, 2024 1) Concrete and masonry surfaces. 2) Nonferrous and corrosion -resistant ferrous alloys such as copper, bronze, monel, aluminum, chromium plate, atmospherically exposed weathering steel, and stainless steel, except where: a) Required for electrical insulation between dissimilar metals. b) Aluminum and stainless steel are embedded in concrete or masonry, or aluminum is in contact with concrete or masonry. c) Color coding of equipment and piping is required. 3) Nonmetallic materials such as glass, PVC, wood, porcelain, and plastic (FRP) except as required for architectural painting or color coding. 4) Prefinished electrical and architectural items such as motor control centers, switchboards, switchgear, panelboards, transformers, disconnect switches, acoustical tile, cabinets, elevators, building louvers, wall panels, etc.; color coding of equipment is required. 5) Nonsubmerged electrical conduits attached to unpainted concrete surfaces. 6) Cathodic protection anodes. 7) Items specified to be galvanized after fabrication unless specifically required elsewhere or subject to immersion. 3.7. PREPARATION OF SURFACES A. Surface Preparation Inspection: 1) Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of paint manufacturer whose product is to be applied. 2) Provide Engineer minimum 3 days' advance notice prior to start of surface preparation work or coating application work. 3) Perform such work only in the presence of Engineer, unless Engineer grants prior approval to perform such work in Engineer's absence. B. Metal Surface Preparation: 1) General: a) Do not perform a surface preparation blast prior to submission of Samples. Workmanship for metal surface preparation as specified shall meet current Steel Structures Painting Council (SSPC) Specifications as follows: i. Solvent Cleaning: SP 1. ii. Hand Tool Cleaning: SP 2. iii. Power Tool Cleaning: SP 3. iv. White Metal Blast Cleaning: SP 5. V. Commercial Blast Cleaning: SP 6. vi. Brush -Off Blast Cleaning: SP 7. vii. Pickling: SP 8. viii. Near -White Blast Cleaning: SP 10. ix. Bare Metal Power Tool Cleaning: SP 11. b) All surface preparation of new equipment and surfaces shall be assumed to be on a SSPC Grade A steel surface condition, unless specifically noted otherwise. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 89 May 22, 2024 c) Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning", or similar words of equal intent are used in the Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC Specifications listed above. d) Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacu-blast methods may be required. Coating manufacturers' recommendations for wet blast additives and first coat application shall apply. e) Hand tool clean areas that cannot be cleaned by power tool cleaning. 2) Welds and adjacent areas: a) Prepared such that there is: i. No undercutting or reverse ridges on the weld bead. ii. No weld spatter on or adjacent to the weld or any other area to be painted. iii. No sharp peaks or ridges along the weld bead. b) Grind embedded pieces of electrode or wire flush with the adjacent surface of the weld bead. 3) Preblast Cleaning Requirements: a) Remove oil, grease, welding fluxes, and other surface contaminants prior to blast cleaning. b) Cleaning methods: Steam, open flame, hot water, or cold water with appropriate detergent additives followed with clean water rinsing. c) Clean small isolated areas as above or solvent cleaned with suitable solvents and clean cloths. d) Round or chamfered all sharp edges and grind smooth burrs, jagged edges, and surface defects. 4) Blast Cleaning Requirements: a) General: i. Type of Equipment and Speed of Travel: Designed to obtain specified degree of cleanliness. ii. Select type and size of abrasive to produce a surface profile that meets the coating manufacturer's recommendations for the particular coating to be applied or not less than 20 percent of the specified coating thickness, whichever is more stringent. iii. Meet applicable federal, state, and local air pollution control regulations for blast cleaning and disposition of spent aggregate and debris. iv. Do not reuse abrasive, unless abrasive is a recyclable abrasive. 5) Shop Blasting: a) Notify Engineer at least 7 days prior to start of shop blast cleaning to allow for inspection of the Work during surface preparation and shop application of paints. Work shall be subject to the Engineer's approval before shipment to the j obsite. b) Items such as structural steel, metal doors and frames, metal louvers, and similar items as reviewed by the Engineer may be shop prepared and primed. Centrifugal wheel blast cleaning is an acceptable alternate to shop blast cleaning. Blast clean and prime in accordance with the Specifications. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 90 May 22, 2024 6) Field Blasting: a) Perform sandblasting for items and equipment where specified and as required to restore damaged surfaces previously shop or field blasted and primed. Materials, equipment, procedures, shall meet requirements of Steel Structures Painting Council. b) Field blasting in areas with electrical or mechanical equipment, or within buildings shall be performed with dustless abrasive systems such as "Sponge -Jet", dry ice abrasive blasting. 7) Post -Blast Cleaning and Other Cleaning Requirements: a) Clean surfaces of dust and residual particles from cleaning operations by dry (no oil or water vapor) air blast cleaning or other method prior to painting. Vacuum clean enclosed areas and other areas where dust settling is a problem and wiped with a tack cloth. b) Paint surfaces the same day they are sandblasted. Reblast surfaces that have started to rust before they are painted. C. Concrete Surface Preparation: 1) Do not begin until 30 days after the concrete has been placed or 7 days if steam cured. 2) Remove grease, oil, dirt, salts or other chemicals, loose materials or other foreign matter by solvent, detergent, or other suitable cleaning methods. 3) Clean concrete using mechanical or chemical methods for the degree of cleaning specified for the coating system in accordance with SSPC SP-13, Surface preparation of Concrete. 4) Unless otherwise required for proper adhesion, ensure surfaces are dry prior to coating. 5) Bug holes, air pockets, and other voids in the concrete will be filled or patched in chemical exposure areas, secondary containment, and where specifically required. 6) Concrete Surface Preparation Inspection: a) Adhesion Testing: i. Tensile testing of the surface preparation shall be performed by the Engineer as necessary using Type 4 or Type 5 pneumatic adhesion testing equipment in accordance with ASTM D4541 using 2-inch diameter dollies for concrete surface adhesion testing. ii. Concrete surface or applied coating shall be scored for concrete adhesion testing. iii. Adhesive failure greater than 50 percent of the dolly surface area shall indicate inadequate surface preparation. iv. Cohesive failures which results in loss of sound concrete will be acceptable provided the loss is greater than 50 percent of the dolly surface area. V. Low adhesion cohesive failures with a thin layer of concrete due to weak concrete or laitance over 50 percent of the dolly surface will be rejected. b) Concrete Soundness: i. Concrete soundness shall be determined using the scratching or hammer impact methods as defined in SSPC SP-13. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 91 May 22, 2024 c) c. Moisture Content: i. Moisture shall be tested as Specified in SSPC SP-13 and shall not exceed the moisture content recommended by the coating manufacturer. D. Preparation of Existing Coated or Shop Primed Surfaces: 1) General: a) Shop primed or coated surfaces shall be reviewed with the Engineer to determine if the extent of damage to the coating and suitability of finish coats to adhere to shop applied coats. b) If a cured epoxy, polyurethane, or plural -component material is to be top coated, brush-off blast as specified herein or as recommended by the existing coating manufacturer. c) Surface preparation recommendations of coating manufacturer shall be subject to approval of the Engineer. 2) To be Recoated or Final Coated: a) Detergent wash and freshwater rinse. b) Perform touch-up repairs of existing coating. c) Asphaltic varnish coated ductile iron pipe will require an application of a seal coat prior to the application of a cosmetic finish coat. 3) Touch-up Repairs: a) Clean loose, abraded, or damaged coatings to substrate by power tool to bare metal, SP-11. b) Feather surrounding intact coating. c) Apply one spot coat of the specified primer to bare areas overlapping the prepared existing coating. d) Apply one full finish coat of the specified primer or finish coat(s) overall. 4) Application of a Cosmetic Coat: a) The exact nature of shop -applied coatings is not known in all cases. b) Check compatibility by application to a small area prior to starting the coating. c) If lifting or other problems occur, request disposition from the Engineer. E. Brush-off Blast Cleaning: 1) Equipment, procedure, and degree of cleaning shall meet SSPC-SP 7, Brush- off Blast Cleaning. 2) Abrasive: Either conventional abrasive blasting with sand, grit, or nut shells or specialized abrasive blasting, such as dry ice or "Sponge -Jet" technologies. Abrasives shall be 60 mesh grit, maximum. 3) Select various surface preparation parameters such as size and hardness of the abrasive, nozzle size, air pressure, and nozzle distance from the surface such that the surface is cleaned without pitting, chipping, or exposure of metal sub strate. 4) Verify parameter selection by blast cleaning a trial area that will not be exposed to view. 5) The Engineer shall approve trial blast cleaned area and shall use area as a representative Sample of surface preparation. 6) Surface profile shall have the appearance of 100 grit sandpaper with no exposed metal substrate. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 92 May 22, 2024 7) Repair or replace coated surfaces damaged by blast cleaning, where damage is defined as visible metal substrate. If less than 5 percent of prepared surface has the metal substrate visible, the coating shall be repaired by application of a brush applied coat. If greater than 5 percent the coating shall be fully removed to meet the specified surface cleanliness. F. Solvent Cleaning: 1) 1. Consists of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and any other surface contaminants by the use of solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods which involve a solvent or cleaning action. 2. Method meets SSPC- SP 1. 3.8. PROTECTION OF SURFACES NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. D. Mask openings in motors to prevent paint and other materials from entering the motors. 3.9. PAINT MIXING A. Multiple -component coatings: 1) Prepare using all of the contents of the container for each component as packaged by the paint manufacturer. 2) No partial batches will be permitted. 3) Do not use multiple -component coatings that have been mixed shall not be used beyond their pot life. 4) Provide small quantity kits for touchup painting and for painting other small areas. 5) Mix only components specified and furnished by the paint manufacturer. 6) Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. B. Keep paint materials sealed when not in use. C. Where more than one coat of a material is applied within a given system, alternate color to provide a visual reference that the required number of coats have been applied. 3.10. APPLICATION OF PAINT A. General: 1) Inspection: Schedule with Engineer in advance for cleaned surfaces and all coats prior to the succeeding coat. 2) Apply coatings in accordance with the paint manufacturer's recommendations. Allow sufficient time between coats to assure thorough drying of previously applied paint. 3) Fusion Bonded Coatings Method Application: Electrostatic, fluidized bed, or flocking. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 93 May 22, 2024 4) Paint units to be bolted together and to structures prior to assembly or installation. 5) Shop Primed or Factory Finished Surfaces: a) Inspection: Schedule with Engineer in advance for shop primed or factory -finished items delivered to the Site for compliance with the Specifications. b) Power sand areas of chipped, peeled, or abraded coating, feathering the edges. Follow with a spot primer using specified primer. c) For two -package or converted coatings, consult the coatings manufacturer for specific procedures as relates to top coating of products. d) Prior to application of finish coats, clean shop primed surfaces of dirt, oil, and grease, and apply a mist coat of specified primer, 1.0 mil dry film thickness. e) After welding, prepare and prime holdback areas as required for the specified paint system. Apply primer in accordance with manufacturer's instructions. 6) Manufacturer Applied Paint Systems: a) Repair abraded areas on factory -finished items in accordance with the equipment manufacturer's directions. b) Carefully blend repaired areas into the original finish. B. Application Safety: 1) Performed painting in accordance with recommendations of the following: a) Paint manufacturer's instructions. b) NACE contained in the publication, Manual for Painter Safety. c) Federal, state, and local agencies having jurisdiction. 2) Coatings Contractor will be solely and completely responsible for condition of the Site, including safety of all persons (including employees) and property during performance of the Work. This requirement will apply continuously and not be limited to normal working hours. Safety provisions will conform to U.S. Department of Labor, Occupational Safety and Health Act, any equivalent state law, and all other applicable federal, state, county, and local laws, ordinances, and codes. 3) Coatings Contractor will comply with all safety -training requirements promulgated or required for this Project. C. Film Thickness: 1) Coverage is listed as either total minimum dry film thickness in mils (MDFT) or the spreading rate in square feet per gallon (SFPG). Per coat determinations are listed as MDFTPC or SFPGPC. 2) Applied coating system film thickness per coat shall be applied at the specified coating thickness or the manufacturer's recommended minimum thickness, whichever is greater. Where the manufacturer has not specified a minimum coating thickness on the Product Data sheets, the minimum recommended coating application thickness shall apply. 3) Maximum film build per coat shall not exceed the coating manufacturer's recommendations. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 94 May 22, 2024 4) Surfaces that are subject to immersion, condensing environments, or where specifically specified shall be stripe coated on all angles, edges, corners, threads, welds, and similar type surfaces. Stripe coat shall be an extra coat of the intermediate or topcoat material. The stripe coat shall be a separate coat of paint from coats specified under the coating system. Stripe coats shall be alternated in color similar to a full coat. 5) Number of coats: Minimum required irrespective of the coating thickness. Additional coats may be required to obtain the minimum required paint thickness, depending on method of application, differences in manufacturers' products, and atmospheric conditions. D. Porous Surfaces, Such as Concrete, Masonry: 1) Prime Coat: a) May be thinned to provide maximum penetration and adhesion. b) Type and Amount of Thinning: Determined by the paint manufacturer and is dependent on surface density and type of coating. c) Surfaces Specified to Receive Water Base Coating: Damp, but free of running water, just prior to application of the coating. E. Damaged Coatings, Pinholes, and Holidays: 1) Feather edges and repaired in accordance with the recommendations of the paint manufacturer. 2) Repair fusion bonded coatings to be as recommended by the original applicator. Applicator shall provide liquid repair kits for this purpose as recommended by the coating manufacturer. 3) Apply finish coats, including touchup and damage -repair coats in a manner that will present a uniform texture and color -matched appearance. F. Unsatisfactory Application: 1) If the item has an improper finish color, or insufficient film thickness, clean and topcoat surface with specified paint material to obtain the specified color and coverage. Obtain specific surface preparation information from the coating manufacturer. Hand or power sand visible areas of chipped, peeled, or abraded paint and feather the edges. Follow with primer and finish coat in accordance with the Specifications. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required. 2) Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for rej ecti on. 3) Repair defects in coating system per written recommendations of coating manufacturer. 4) Leave all staging up until the Engineer has inspected the surface or coating. Replace staging removed prior to approval by Engineer. 3.11. COATING INSPECTION A. General: 1) Film thickness measurements and electrical inspection of the coated surfaces: a) Perform with properly calibrated instruments. 2) Recoat and repair as necessary for compliance with the Specifications. 3) All coats will be subject to inspection by the Engineer and the coating manufacturer's representative. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 95 May 22, 2024 4) Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper and complete coverage has been attained. 5) Give particular attention to edges, angles, flanges, and other areas where insufficient film thicknesses are likely to be present and ensure proper milage in these areas. B. Coating Thickness Testing: 1) Engineer shall conducted coating thickness testing as necessary and without limitation. Testing conformance to the requirements of SSPC PA-2 is specifically excluded from this Section. 2) Measure coating thickness specified in mils with a magnetic type dry film thickness gauge as specified. 3) Check each coat for the correct milage. Do not make measurement before a minimum of 8 hours after application of the coating. 4) Tests for concrete coating thickness shall be with a Tooke Gauge, a destructive test. Coatings Contractor shall repair coating after thickness testing. C. Coating Continuity Testing: 1) Test finish coat, except zinc primer, galvanizing, and elastomeric coatings in excess of 20 mils dry, for holidays and discontinuities with an electrical holiday detector, low voltage, wet sponge type as specified. 2) Holiday detect coatings in excess of 20 mils dry and concrete and secondary containment coatings with high voltage units recommended by the coating manufacturer in accordance with NACE RP0188. 3) Holiday detect coatings on pipe for buried application with high voltage spark tester in accordance with NACE RP0274. 3.12. CLEANUP A. Place cloths and waste that might constitute a fire hazard in closed metal containers or destroyed at the end of each day. B. Upon completion of the Work, remove staging, scaffolding, and containers from the Site or destroy in a legal manner. C. Completely remove paint spots, oil, or stains upon adjacent surfaces and floors and leave entire job clean. D. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to be painted would be the responsibility of the Coatings Contractor. 3.13. MANUFACTURER' SERVICES A. Furnish paint manufacturer's representative to visit the Site at intervals during surface preparation and painting as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions and the Contract Documents, and as may be necessary to resolve field problems attributable to, or associated with, manufacturer's products furnished under this Contract. 3.14. PROTECTIVE COATING SYSTEMS AND APPLICATION SCHEDULE: A. Unless otherwise shown or specified in the Contract Documents, paint or coat the Work in accordance with the following application schedule. B. In the event of discrepancies or omissions in the following, request clarification from the Engineer before starting the Work in question. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 96 May 22, 2024 A C System No. Title 1 Submerged Metal - Potable Water 4 Exposed Metal - Highly Corrosive 5 Exposed Metal - Mildly Corrosive 8A Buried Metal — Shop Coated 8B Buried Metal — Field Coated 10 Galvanized Metal Conditioning 11 Galvanized Metal Repair 27 Aluminum And Dissimilar Metal Insulation 29 Fusion Bonded Coating System No. 1 Submerged Metal - Potable Water: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 5) Polyamide Epoxy Coating 3 coats, 4 MDFTPC 2) Application: a) All metal surfaces new and existing below a plane 1 foot above the maximum liquid surface, metal surfaces above the maximum liquid surface which are a part of the immersed equipment, concrete embedded surfaces of metallic items under submerged or buried conditions, such as wall pipes, pipes, wall or floor sleeves, access manholes, gate guides and thimbles, and structural steel, except reinforcing steel, unless otherwise specified. b) This system shall be applied to the following specific items: i. Flanged or mating metal surfaces of access manways, air valves, and other immersed metal surface on interior of pipeline. ii. Buried miscellaneous metals as alternative to System No. 8A, subject to Engineer approval. c) Interior mortar lining shall transition onto epoxy lining by overlapping mortar coating for a minimum of 18 inches onto the epoxy coating. Location of overlap to be determined by the pipe fabricator, but shall not be less than 24 inches below finished grade unless otherwise noted. System No. 4 Exposed Metal - Highly Corrosive: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) Moisture Cured Zinc Rich Primer 1 coat, 3 MDFT Moisture Cured Urethane 1 coat, 5 MDFT Moisture Cured Urethane 1 coat, 5 MDFT 2) Application: a) All new exposed metal surfaces, located inside of structures, manholes, or vaults and/or subject to high humidity or condensation. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 97 May 22, 2024 b) All surfaces with shop applied fusion bonded epoxy or other two component coating system shall be prepared as specified for Existing or Shop Applied coatings and top coated with the specified coating material. Final color shall be uniform in appearance. c) Moisture cured urethane coatings as specified are available from Wasser Chemical and Sherwin Williams. Other coating manufacturers will only be considered if the product complies with the unlimited recoat window. E. System No. 5 Exposed Metal - Mildly Corrosive: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) Inorganic Zinc Rich Primer 1 coat, 3 MDFT Polyurethane Enamel 2 coats, 6 MDFT 2) Application: a) Exposed metal surfaces, new located outside of structures and exposed to weather. b) The specified coating systems at transitions between buried or concrete encasement and exposed pipe shall be overlapped a minimum of 6 inches. F. System No. 8A Buried Metal, Shop Coated: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP5) Polyurethane 1 coat, 35 MDFT 2) Use on the Following areas or surfaces: a) All buried steel pipe shall be shop coated in accordance with Section 33 14 00 — Water Utility Transmission and Distribution. b) All buried or concrete encased ferrous metal pipe, fittings, and appurtenances shall be shop coated with this system, unless specified otherwise. c) Epoxy coating in accordance with System No. 1 shall be allowable in lieu of System No. 8 only when approved by the Engineer. Manufacturer shall specifically request the use of System No. 1 in writing for Engineer review and approval. G. System No. 8B Buried Metal, Field Coated: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, (SP1O) or Power Tool to Bare Metal (SP 11) Polyurethane - or — Wax Tape - or — Fast Cure Epoxy 35 MDFT 35 MDFT 1 coat, 20 MDFT 2) Use on the Following areas or surfaces: a) Field coat all buried metallic items with this system, unless specified in Section 33 14 00 — Water Utility Transmission and Distribution, or approved by Engineer. b) All buried non-ferrous valves, pipe, or tubing. c) All buried miscellaneous metals, valves, fittings, and associated bolts. 3) Special Requirements: a) Polyurethane coating manufacturers shall be as specified in Section 33 14 00 — Water Utility Transmission and Distribution. Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 98 May 22, 2024 b) Wax Tape manufacturer shall be Denso North America, Trenton, or equal. c) Fast cure Epoxy coatings shall be: i. Denso Protal 7125 (Low temperature) or Protal 7300. ii. Tapecoat TC 7010. iii. 3M ScotchKote 323. H. System No. 10 Galvanized Metal Conditioning: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Followed by Hand Tool (SP 2) or Power Tool (SP 3) Wash Primer 1 Coat, 0.4 MDFT Finish Coats to Match Existing Paint As Required to Match Surrounding Area 2) Application: a) All galvanized surfaces requiring painting. I. System No. 11 Galvanized Metal Repair: 1) Surface Preparation and Coating System : Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Followed by Hand Tool (SP 2), or Power Tool (SP 3), or Brush-off Blast (SP 7) Organic Zinc Rich Primer 1 Coat, 3 MDFT 2) Application: a) All galvanized surfaces which are abraded, chipped, or otherwise damaged. J. System No. 27 Aluminum and Dissimilar Metal Insulation: 1) Surface Preparation and Coating System: a) Surface Prep. Paint Material Min. Coats, Cover Solvent Clean (SP 1) Wash Primer 1 Coat, 0.4 MDFT Bituminous Paint 1 Coat, 10 MDFT 2) Application: Use on all non -submerged concrete embedded aluminum surfaces. K. K. System No. 29 Fusion Bonded Coating: 1) Surface Preparation and Coating System a) Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) or Acid Pickling (SP 8) Fusion Bonded 100% solids Epoxy or Polyurethane 1 or 2 coats, 7 MDFT 2) Application: a) Use on the following areas: All surfaces specified to be shop coated and intended for burial, immersion, high humidity and condensation, and pipe vault components where specifically specified. b) Use on the following items or surfaces: Pipe, valves, fittings, and couplings. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 09 96 00 - 99 May 22, 2024 SECTION 09 97 13 COATING FOR REHABILITATING STEELWATER TANK STRUCTURE 1. GENERAL I.I. SCOPE A. The work of this section includes the coating of all specified exterior surfaces of steel water storage tanks. 1.2. RELATED SECTIONS A. Section 01 1100 - Summary of Work B. Section 01 30 00 — Submittal Procedures. 1.3. REFERENCE SPECIFICATIONS AND STANDARDS A. Without limiting the general aspects of other requirements of these specifications, all surface Preparation, coating and painting of exterior surfaces shall conform to the applicable requirements of the Steel Structures Painting Council and the manufacturer's printed instructions. 1) ASTM (American Society for Testing and Materials) ASTM D 520 Standard Specification for Zinc Dust Pigment ASTM D 4417 Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel ASTM E 337 Standard Practice Test Method for Measuring Humidity with a Psychrometer ASTM D2200 Standard Methods of Evaluating Degree of Rusting on Painted Surfaces 2) ANSI (American National Standards Institute) ANSFASC 29.4 Exhaust Systems Abrasive Blasting Operations — Ventilation and Safe Practice ANSI/NSF Standard 61 Drinking Water Components 3) AWWA (American Water Works Association) AWWA D 102 Coating Steel Water Storage Tanks 4) Consumer Product Safety Act, Part 1303 5) NACE International NACE Publication TPC2 Coatings and Linings for Immersion Service: Chapter 1 Safety, Chapter Surface Preparation, Chapter 3 Curing, and Chapter 4 Inspection NACE Standard RP0178 Standard Recommended Practice. Fabrication Details, Surface Finish Requirements and Proper Design Considerations for Tanks and Vessels to be Lined for Immersion Service. NACE Standard RP0188 Standard Recommended Practice — Discontinuity (Holiday) Testing of Protective Coating. NACE Standard RP0287 Field Measurement of Surface Profile of Abrasive Blast -Cleaned Steel Surfaces Using a Replica Tape. NACE Standard RP0288 Standard Recommended Practice, Inspection of Linings on Steel and Concrete. 6) OSHA (Occupational Safety & Health Administration) 7) SSPC (Steel Structures Painting Council) Unpaved Road Improvements CO Ph 4 Section 09 97 13 - 100 May 22, 2024 SSPC-SP2 Hand Tool Cleaning SSPC-SP3 Power Tool Cleaning SSPC-PA-1 Shop, Field and Maintenance Painting SSPC-PA-2 Measurement of Dry Film Thickness with Magnetic Gages S SPC-PA-3 Guide to Safety in Paint Application SSPC-Guide 12 Guide for Illumination of Industrial Painting Project SSPC-VIS 1-89 Pictorial Surface Preparation Standards for Painting Steel Surfaces SSPC Paint Spec 36 Two Component Weatherable Aliphatic Polyurethane Topcoat, Performance -Based. 8) SSPC/NACE Joint Standards SSPC-SP5/NACE 1 White Metal Blast Cleaning SSPC-SP6/NACE 3 Commercial Blast Cleaning SSPC-SP7/NACE 4 Brush -Off Blast Cleaning SSPC-SP10/NACE 2 Near -White Metal Blast Cleaning B. The Owner's Engineer decision shall be final as the interpretation and/or conflict between any of the referenced specifications and standards contained herein. 1.4. SUBMITTALS A. Submit according to Section 0130 00 — Submittal Procedures. B. Submit the following to the Engineer within 14 days of the Notice to Proceed. 1) Manufacturer's color charts. Submittals must be approved prior to application of the coating system. C. Requests for substitution shall be approved prior to the award of the bid & shall include manufacturer's literature for each product giving name, product number, generic type, descriptive information, solids by volume, recommended dry film thickness and certified lab test reports showing results to equal the performance criteria of the products specified herein. In addition, a list of five projects shall be submitted in which each product has been used and rendered satisfactory service by the Owner, and a written response will be provided by owner for any accepted substitution. 1.5. CONTRACTOR EXPERIENCE A. The Contractor shall provide a list of similar projects completed in the past three years in order to prove practical experience and successful history in the application of the specified product to surfaces of steel water tanks. Upon request, he shall substantiate this requirement by furnishing a list of references and job completions. B. The Contractor shall submit with his bid a written statement by the coatings manufacturer stating that the Contractor is familiar with the materials specified and has workers capable of performing the work specified herein. C. The personnel performing the work shall be knowledgeable and have the required experience and skill to adequately perform the work for this project, in accordance with SSPC-PA1, "Shop, Field and Maintenance Painting". 1.6. QUALITY ASSURANCE A. General: Quality assurance procedures and practices shall be utilized to monitor all phases of surface preparation, application and inspection throughout the duration of the project. Procedures or practices not specifically defined herein may be utilized Unpaved Road Improvements CO Ph 4 Section 09 97 13 - 101 May 22, 2024 provided they meet recognized and accepted professional standards and are approved by the Engineer. B. Surface Preparation: Surface preparation will be based upon comparison with: "Pictorial Surface Preparation Standards for Painting Steel Structures: SSPC-VIS 1- 89 and ASTM Designation D2200, "Standards Methods of Evaluation Degree of Rusting on Painting Steel Surfaces" SSPC-VIS 2 and ASTM Designation D610; "Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand Abrasive". C. Application: No coating shall be applied when the surrounding air temperature or the temperature of the surface to be coated or painted is below the minimum surface temperature for the products specified herein; or in rain, snow, fog or mist; when the temperature is less than 5°F above the dew point; when the air temperature is expected to drop below 40°F within six hours after application of coating. Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables. If the above conditions are prevalent, coating or painting shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. D. Thickness and Holiday Checking: Thickness of coatings and paint shall be checked with a non-destructive, magnetic -type thickness gauge. Destructive testing will not be allowed. The integrity of coated surfaces shall be checked with an approved inspection device. Non-destructive holiday shall not exceed 67 1/2 volts nor shall destructive holiday detectors exceed the voltage recommended by the manufacturer of the coating system. For thickness between 10 and 20 mils (250 microns and 500 microns) a non-sudsing type wetting agent, such as Kodak Photo -Flow, shall be marked, repaired in accordance with the manufacturer's printed recommendations and re -tests. No pinholes or other irregularities will be permitted in the final coating. E. Inspection Devices: The Contractor shall furnish, until final acceptance of coating and painting, inspection devices in good working condition for detection of holidays and measurement of dry film thickness of coating and paint. The Contractor shall also furnish U.S. Department of Commerce, National Bureau of Standards certified thickness calibration plates to test accuracy of dry film thickness gauges and certified instrumentation to test accuracy of holiday detectors. Dry film thickness gauges and holiday detectors shall be made available for the Engineer's use at all times until final acceptance of application. Holiday detection devices shall be operated in the presence of the Engineer. F. Inspection: Inspection for this project shall consist of `hold point' inspections. The Engineer or his representative shall inspect the surface prior to abrasive blasting, after abrasive blasting but prior to application of coating materials, and between subsequent coats of material. Final inspection shall take place after all coatings are applied, but prior to placing the tank in service. Contractor will insure that sufficient rigging is in place so that the Engineer or his representative shall be able to conduct the required inspections. G. Warranty Inspection: Warranty inspection shall be conducted during the eleventh month following completion of all coating and painting work. All defective work Unpaved Road Improvements CO Ph 4 Section 09 97 13 - 102 May 22, 2024 shall be repaired in accordance with this specification and to the satisfaction of the Engineer. 1.7. SAFETY AND HEALTH REQUIREMENTS A. General: In accordance with requirements set forth by regulatory agencies applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personal protective lifesaving equipment for persons working on or about the proj ect site. B. Head and Face Protection and Respiratory Devices: Equipment shall include protective helmets which shall be worn by all persons while in the vicinity of the work. C. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion -proof. Ventilation shall reduce the concentration of air contaminants to the degree a hazard does not exist. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. D. Sound Levels: Whenever the occupational noise exposure exceeds maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protective devices. E. Illumination: Adequate illumination shall be provided while work is in progress, including explosion -proof lights and electrical equipment. Conform with all applicable rules and regulations from OSHA. Whenever required by the Engineer, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The Engineer shall determine the level of illumination for inspection purposes. F. Temporary Ladders and Scaffolding: The Contractor shall conform to all Federal, State, and local rules and safety requirements pertaining to temporary ladders and scaffolding. Erect where requested by the Engineer to facilitate inspection and move by the Contractor to locations requested by the Engineer. 1.8. PRODUCT DELIVERY, STORAGE, AND HANDLING A. All materials shall be brought to the jobsite in original sealed containers. They shall not be used until the Engineer has inspected the contents and obtained data from information on containers or label. Materials exceeding storage life recommended by the manufacturer shall be rejected. B. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings and paints must be stored to conform with City, County, State and Federal safety codes for flammable coating or paint materials. At all times coatings and paints shall be protected from freezing. 2. MATERIALS The coating system shall be manufactured by Tnemec Co., Inc., or approved equal prior to the award of the bid. A. Materials specified are those that have been evaluated for the specific service. Products of the Tnemec Co. are listed to establish a standard of quality. Equivalent materials of other manufacturers may be substituted on written approval of the Engineer. As part of the proof of equality, the Engineer will require certified reports from a nationally known, reputable and independent testing laboratory conducting Unpaved Road Improvements CO Ph 4 Section 09 97 13 - 103 May 22, 2024 comparative tests as directed by the Engineer between the product specified and the requested substitution. B. Requests for substitution shall be approved prior to the award of the bid & shall include manufacturer's literature for each product giving name, product number, generic type, descriptive information, solids by volume, recommended dry film thickness and certified lab test reports showing results to equal the performance criteria of the products specified herein. In addition, a list of five projects shall be submitted in which each product has been used and rendered satisfactory service by the owner. C. The contractor shall coordinate work so as to allow sufficient time for paint to be delivered to the job site. D. All materials shall be brought to job site in original sealed containers. They shall not be used until a representative of the Engineer has inspected contents and obtained data from information on containers or label. Materials exceeding storage life recommended by the manufacturer shall be rejected. E. All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings or paint must be stored to conform with City, County, State and Federal safety codes for flammable coating or paint materials. At all times coatings and paints shall be protected from freezing. 2.2. GENERAL REQUIREMENTS A. All materials shall be lead-free as defined by the Consumer Product Safety Act, Part 1303. B. All zinc dust pigment contained in any zinc -rich material shall meet the requirements of ASTM D 520 Type III with regard to zinc content and purity. C. All materials for the interior wetted portion of the tank shall meet the requirements of ANSI/NSF Standard 61 for potable water contact. D. All high gloss clear coat products shall incorporate the use of a fugitive dye to aid in the proper application and coverage of such coats. E. All catalyzed polyurethane products shall meet the minimum requirements of SSPC Paint Specification Number 36, Level 3 Performance Level. F. No products containing MOCHA shall be allowed. G. All material preparations should meet the manufacture's latest printed instructions, and should no be mixed beyond the manufacture's recommend pot life. H. Exterior Tank Coating Systems: For cold weather applications, Series 44-710 Urethane Accelerator may be added to Series 91 H2O and Series 1075 at the rate specified on the Series 44-710 product data sheet. System: Three -Coat Fluoropolymer System for Extended Color and Gloss Retention: 1) Surface Preparation Prior to Water Blast Cleaning: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard RP0178 and herein. Clean all failed and rusting areas as per SSPC- SP2 to SP3 Hand or Power Tool Cleaning. Feather all edges smooth. Unpaved Road Improvements CO Ph 4 Section 09 97 13 - 104 May 22, 2024 2) Surface Preparation: SSPC-SP6 Commercial Blast Cleaning. Anchor profile shall be 1.5 to 2.0 mils as per ASTM D 4417, Method C or NACE Standard RP0287. 3) Coating System: Backwash Tank at the North Water Treatment Plant (Non - Lead). 1st Coat: Tnemec Series 91-1-12O Hydro -Zinc applied at 2.5 to 3.5 dry mils. Thin only with approved thinner, Tnemec 41-2 or 41-3 Thinner. 2nd Coat: Tnemec Series 1075, 44BR-Beige, Endura-Shield applied at 3.0 to 5.0 dry mils. Thin only with approved thinner, Tnemec 41-42 Thinner for spray, 41-39 for brush or roller. (Two coats may be required if applied by roller.) 3rd Coat: Tnemec Series 700, 15BL-Tank White, HydroFlon applied at 2.0 to 3.0 dry mils. Thin only with approved thinner, Tnemec 41-39 Thinner for spray, brush, or roller. Total dry film thickness of the new system shall be a minimum of 8.5 mils per SSPC-PA 2 dry film inspection standards. References to PA2 which allow for 80% of the specified dry film thickness shall not be valid for this project. 4) Surface Preparation Prior to Water Blast Cleaning: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard RP0178 and herein. Clean all failed and rusting areas as per SSPC- SP2 to SP3 Hand or Power Tool Cleaning. Feather all edges smooth. 5) Surface Preparation: SSPC-SP6 Commercial Blast Cleaning. Anchor profile shall be 1.5 to 2.0 mils as per ASTM D 4417, Method C or NACE Standard RP0287, and meet all the lead abatement requirements. 6) Coating System: SEWRP Tank Outside (Lead) 1st Coat: Tnemec Series 91-1-12O Hydro -Zinc applied at 2.5 to 3.5 dry mils. Thin only with approved thinner, Tnemec 41-2 or 41-3 Thinner. 2nd Coat: Tnemec Series 1075, 44BR-Beige, Endura-Shield applied at 3.0 to 5.0 dry mils. Thin only with approved thinner, Tnemec 41-42 Thinner for spray, 41-39 for brush or roller. (Two coats may be required if applied by roller.) 3rd Coat: Tnemec Series 700, 15BL-Tank White, HydroFlon applied at 2.0 to 3.0 dry mils. Thin only with approved thinner, Tnemec 41-39 Thinner for spray, brush, or roller. Total dry film thickness of the new system shall be a minimum of 8.5 mils per SSPC-PA 2 dry film inspection standards. References to PA2 which allow for 80% of the specified dry film thickness shall not be valid for this project. 7) Coating System: SEWRP Tank Inside (Lead) 8) Surface Preparation Prior to Abrasive Blast Cleaning: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178, Designation D. Unpaved Road Improvements CO Ph 4 Section 09 97 13 - 105 May 22, 2024 9) Surface Preparation: SSPC-SP10 Near -White Metal Blast Cleaning. A minimum angular profile of 2.0 to 2.5 mils as per ASTM D 4417, Method C or NACE Standard RP0287 is required. 10) Coating System: Prime Coat: Tnemec Series 1 Omnithane applied at 2.5 to 3.5 dry mils. Thin only with approved thinner, Tnemec 41-2 or 41-3 Thinner. Stripe Coat: Tnemec Series 20 Pota-Pox brushed and scrubbed into weld seams. Thin only with approved thinner, Tnemec 41-4 Thinner. Second Coat: Tnemec Series 20-1255 Beige Pota-Pox applied at 4.0 to 6.0 dry mils. Thin only with approved thinner, Tnemec 41-4 Thinner. Third Coat: Tnemec Series 20-15BL Tank White Pota-Pox applied at 4.0 to 6.0 dry mils. Thin only with approved thinner, Tnemec 41-4 Thinner. Total dry film thickness shall be a minimum of 10.5 mils. For cold weather applications, use Series FC20 instead of Series 20. EXECUTION 3.1. GENERAL A. All surface preparation, coating and painting shall conform to applicable standards of the Steel Structures Painting Council and the manufacturer's printed instructions. Material applied to the surface prior to the approval of the Engineer shall be removed and re- applied to the satisfaction of the Engineer at the expense of the Contractor. B. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be coordinated with the Engineer. C. Coating and painting systems include surface preparation, prime coating and finish coatings. Unless otherwise approved in writing by the Engineer, prime coating shall be field applied. Where prime coatings are shop applied, the Contractor shall instruct suppliers to provide the prime coat compatible with the specified finish coat. Any off -site work which does not conform to this specification, is subjected to damage during transportation, construction or installation shall be thoroughly cleaned and touched -up in the field as directed by the Engineer. The Contractor shall use repair procedures which insure the complete protection of all adjacent primer. The specified repair method and equipment may include wire -brushing, hand or power tool cleaning, or dry air blast cleaning. In order to prevent injury to surrounding painted surfaces, blast cleaning may require use of lower air pressure, smaller nozzle and/or abrasive blast particles, or shorter blast nozzle distances from surface shielding and masking. If damage is too extensive or uneconomical to touch-up, the entire item shall be blasted and then coated or painted as directed by the Engineer. Unpaved Road Improvements CO Ph 4 Section 09 97 13 - 106 May 22, 2024 D. Dust, dirt, oil, grease or any foreign matter that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags. E. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor's equipment shall be subject to approval of the Engineer. F. Application of the first coat shall follow immediately after surface preparation and cleaning and before rust bloom occurs. Any cleaned areas not receiving first coat within this period shall be re -cleaned prior to application of first coat. 3.2. SURFACE PREPARATION A. The latest revision of the following surface preparation specifications of the Steel Structures Painting Council shall form a part of this specification: 1) Solvent Cleaning (SSPC-SP1): Removal of oil, grease, soil and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning or similar materials and methods which involve a solvent or cleaning action. 2) Hand Tool Cleaning (SSPC-SP2) Removal of loose rust, loose mil scale and other detrimental foreign matter to a degree specified by hand chipping, scraping, sanding and wire -brushing. 3) Power Tool Cleaning (SSPC-SP3) Removal of loose rust, loose mil scale and other detrimental foreign matter by power wire -brushing, power impact tools or power sanders. 4) White Metal Blast Cleaning (SSPC-SP5/NACE No. 1h Air blast cleaning to a gray -white uniform metallic color until each element of surface area is free of all visible residues. 5) Commercial Blast Cleaning (SSPC-SP6 NACE No. Air blast cleaning until at least two-thirds of each element of surface area is free of all visible residues. 6) Brush -Off Blast Cleaning (SSPC-SP7 NACE No. 4. Air blast cleaning to remove loose rust, loose mil scale and other detrimental foreign matter to a degree specified. 7) Near -White Metal Blast Cleaning (SSPC-SP10 NACE No. 2) Air blast cleaning until at least 95% of each element of surface area is free of all visible residues. 8) Power Tool Cleaning to Bare Metal (SSPC-SP11): Differs from SSPC-SP3 in that it requires more thorough cleaning and a surface profile not less than 1 mil. B. Field blast cleaning for all surfaces shall be by dry method unless otherwise directed. Blast nozzles shall be venturi-type nozzles with a minimum pressure at the nozzle of 90 psi. C. Particle size of abrasives used in blast cleaning shall be that which will produce a 1.5 - 2.5 mil (37.5 microns - 65.0 microns) surface profile or in accordance with recommendations of the manufacturer of the specified coating or paint system to be applied. If the profile of the blasted steel exceeds the profile specified above, the Contractor shall be required to do one or both of the following: Unpaved Road Improvements CO Ph 4 Section 09 97 13 - 107 May 22, 2024 1) Re -blast the surface using a finer aggregate in order to produce the required profile 2) Apply a thicker prime coat, if possible given the limitations of the products being applied, in order to adequately cover the blast profile. D. Abrasive used in blast cleaning operations shall be new, washed, graded and free of contaminants that would interfere with adhesion of coating or paint and shall not be reused unless specifically approved in writing by the Engineer. E. During blast cleaning operations, caution shall be exercised to insure that existing coatings or paint are not exposed to abrasion from blast cleaning. F. The Contractor shall keep the area of his work and the surrounding environment in a clean condition. He shall not permit materials to accumulate as to constitute a nuisance or hazard to the accomplishment of the work, the operation of the existing facilities, or nuisance to the surrounding environment. All media must be removed from the blasting site. G. Blast cleaned surfaces shall be cleaned prior to application of specified coatings or paint. All surfaces shall be free of dust, dirt, and other residue resulting from the abrasive blasting operation. No coatings or paint shall be applied over damp or moist surfaces. H. All welds shall be neutralized with a suitable chemical compatible with the specified coating materials. I. Specific Surface Preparation: Surface preparation for the specific system shall be as noted in Section 2.1 Paragraph F. 3.3. NON -VISIBLE CONTAMINANTS A. After sandblasting, three tests shall be performed on the steel surface. These tests are an Iron Test (Fe21), Chloride Test and Sulfate Test. Testing shall be carried out as per SSPC Technology Guide 15 "Field Methods for Retrieval and Analysis of Soluble Salts on Steel and Other Nonporous Substrates". The maximum limits for these contaminants shall be: 1) The maximum level of chlorides is 30 milligrams per square meter or 3 micrograms per square centimeter. 2) The maximum level of sulfates is 100 milligrams per square meter or 10 micrograms per square centimeter. 3) The maximum level of ferrous ions (Fe21) is 50 milligrams per square meter or 5 micrograms per square centimeter. 4) Contamination levels above these limits will require washing and retesting in accordance with Item 2 (below) until the surface is under the allowable limits. B. If testing shows amounts present in the test solution to be greater than the limits listed herein, the Contractor shall clean the surface of the entire tank interior with a 5,000 psi water blast with fine entrained abrasive until the levels in the test solutions are below the maximum acceptable level. Alternate cleaning methods may be allowed with prior approval of the Engineer. C. Contractor shall provide a written statement from paint manufacturer stating that the maximum acceptable levels are not less than those listed herein. Results of the testing shall be provided to the Owner before any coatings are applied. D. The following test kits are approved for use on this project: 1) Chlor*Rid Chor*Test Kit Unpaved Road Improvements CO Ph 4 Section 09 97 13 - 108 May 22, 2024 2) KTA SCAT Test Kit 3) Test kits from other vendors shall be submitted to the Engineer for prior approval before use. 3.4. APPLICATION — GENERAL A. Coating and paint application shall conform to the requirements of the Steel Structures Painting Council Paint Application Specification SSPC-PA1, latest revision, for "Shop, Field and Maintenance Painting". B. Thinning shall be permitted only as recommended by the manufacturer approved by the Engineer. C. Each application of coating or paint shall be applied evenly, free of brush marks, sags, runs, no evidence of poor workmanship. Care shall be exercised to avoid lapping on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished surfaces shall be free of defects or blemishes. D. Protective coverings or drop cloths shall be used to protect floors, concrete slabs, fixtures, and equipment. Care shall be exercised to prevent coatings or paints from being spattered onto surfaces which are not to be coated or painted. Report surfaces from which materials cannot be satisfactorily removed to the Engineer. E. When two coats of coating or paint are specified, where possible, the first coat shall contain sufficient approved color additive to act as an indicator of coverage or the two coats must be of contrasting color. F. Film thicknesses per coat specified in Section 2.1 Paragraph F are minimum required. If roller application is deemed necessary, the Contractor shall apply additional coats to achieve the specified thickness. G. All material shall be applied as specified. 3.5. COATING SYSTEMS APPLICATION A. After completion of surface preparation as specified for the specific system, materials shall be applied as noted in Section 2.1 Paragraph F. 3.6. DISINFECTION A. Disinfection of interior surfaces shall be performed in the presence of the Engineer in accordance with all the requirements of applicable AWWA Standards and regulatory agencies. B. Disinfection shall be performed after protective coatings have been applied to the interior surfaces and allowed to thoroughly cure. C. Prior to disinfecting, the complete interior shall be washed down with clean water and thoroughly flushed out. D. All interior surfaces shall be thoroughly washed with a solution having a minimum chlorine content of 50 PPM. Chlorine solution accumulated on the bottom shall be drained to waste. Rinsing with clean water is not required. 3.7. SOLVENT VAPOR REMOVAL A. All solvent vapors shall be completely removed by suction -type exhaust fans and blowers before placing tank in operating service. B. All solvent vapors will be exhausted both during and after coating application as per AWWA D 102 to allow the proper curing of the coating material. C. Ventilation shall be continued until such time as the coating has reached "full cure" as specified by the coating manufacturer. 3.8. COLOR SCHEME Unpaved Road Improvements CO Ph 4 Section 09 97 13 - 109 May 22, 2024 A. The Engineer shall select colors for the project. The Contractor shall submit a current chart of the manufacturer's available colors to the Engineer fourteen (14) days prior to the start of coating. 3.9. CLEAN UP A. Upon completion of the work, all staging, scaffolding and containers shall be removed from the site in a manner approved by the Engineer. Coating or paint spots or oil stains upon adjacent surfaces shall be removed and the jobsite cleaned. All damage to surfaces resulting from the work of this section shall be cleaned, repaired, or refinished to the satisfaction of the Engineer at no cost to the Owner. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 09 97 13 - 110 May 22, 2024 DIVISION 26 ELETRICAL Unpaved Road Improvements CO Ph 4 Division 26 Electrical - II 1 May 22, 2024 SECTION 26 05 33.13 CONDUIT FOR ELECTRICAL SYSTEMS 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2. SUMMARY A. This Section includes materials, testing and installation of the conduit installed within the roadway and sidewalk. Other sections of the specifications, not referenced below, shall also apply to the extent required for proper performance of this work. 1.3. SUBMITTALS A. Product Data: for the following: 1) Conduits and their accessories, including elbows, end bells, bends, fittings and solvent cement. 2) Warning Tape 1.4. QUALITY CONTROL A. Comply with ANSI C2 B. Comply with NFPA 70 1.5. COORDINATION A. Coordinate layout and installation of conduit and pull boxes with final arrangement of other utilities, and surface features as determined in the field. B. Coordinate elevations of conduit with other utilities, underground obstructions and suit field conditions as approved by engineer. 2. PRODUCTS 2.1. PVC CONDUIT AND PROTECTIVE DUCTS A. PVC Conduit 1) RNC: NMEA TC 2, 3" Schedule 80 PVC UL 651 with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B. 2) Conduit, fittings and cement shall be of the same manufacturer to ensure the integrity of the conduit system. 3) Conduit and fittings shall be identified by type and manufacturer and shall be traceable to the plant and date of manufacture. The markings shall be permanent and legible. 4) The 3" Schedule 80 PVC shall have an O.D. of 3.50" with a minimum wall thickness of 0.300". 5) The Schedule 80 PVC conduit shall be Carlon of OWNER -approved equal meeting all requirements and specifications. 2.2. DUCT OR ROUTING ACCESSORIES A. Warning Tape 1) DESCRIPTION: The tape shall be a plastic -coated metallic marker tape and not less than 3 inches in width. The tensile strength of the tape shall not be less than 75 pounds. The tape shall have a continuous legend reading "CAUTION BURIED ELECTRICAL LINE BELOW" and shall be RED in color. The tape shall be Allen System Inc. or equal. B. Tracer wire Unpaved Road Improvements CO Ph 4 Division 31 Earthwork - 112 May 22, 2024 1) Wire shall be polyethylene insulation, red in color, 14AWG, 19 strand, care annealed copper, 25-amp capacity, UL 600-volt. C. Pull Rope 1) Low friction, polyethylene jacketed polypropylene rope with 1800 psi tensile strength. EXECUTION 3.1. CONDUIT INSTALLATION A. The installation of conduit shall be performed by workers skilled in conduit installations and in accordance with TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, section 618. B. Conduit shall be installed per manufacturer's recommendations. Connections shall be watertight and sealed during installation and storage. Conduits entering pull boxes shall be capped and watertight. C. The conduit shall be tested by pulling a mandrel through the entire length of the conduit. This test shall follow and comply with TxDOT standard specifications for construction and maintenance of highways, streets, and bridges, section 618.3. END OF SECTION Unpaved Road Improvements CO Ph 4 Division 31 Earthwork - 113 May 22, 2024 DIVISION 31 EARTHWORK Unpaved Road Improvements CO Ph 4 Division 31 Earthwork - 114 May 22, 2024 SECTION 3100 00 EARTHWORK 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2. SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at storm sewer inlets, storm sewer outlets, channel grading, subgrade preparation related to paving, flexible base, topsoil placement, and other miscellaneous grading items. For trenching -specific earthwork and excavations at least five feet deep, refer to Section 3123 00 — Excavation and Fill. 1.3. RELATED SECTIONS A. Section 0140 0 — Quality Requirements. B. Section 3123 00 — Excavation and Backfill. C. Section 03 30 00 - Cast -in -Place Concrete. D. City of Lubbock Public Works Engineering — Minimum Design Standards and Specifications. 1.4. REFERENCES A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) B. ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates C. ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils D. ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft'). E. ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve F. ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method G. ASTM D 1557 (2002) Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft — lbf/ft3) H. ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils I. ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) J. ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) K. ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) L. ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.5. DEFINITIONS A. Backfill: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. E. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. Unpaved Road Improvements CO Ph 4 Section 31 00 00 - 115 May 22, 2024 F. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. G. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. H. Fill: Soil materials used to raise existing grades. I. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. J. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. K. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. L. Utilities: Include on -site underground pipes, conduits, ducts, and cables. M. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. N. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man- made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Engineer shall be notified of any contaminated materials. O. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140. P. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 or ASTM D 1557 as designated in the Contract Documents abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as applicable along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. Q. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.6. SUBMITTALS A. Material Reports B. Classification according to ASTM D 2487 for each site of borrow soil material. C. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material. 1.7. QUALITY ASSURANCE Unpaved Road Improvements CO Ph 4 Section 31 00 00 - 116 May 22, 2024 A. Refer to Section 0140 00 —Quality Requirements. 2. PRODUCTS 2.1. SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. D. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. E. Backfill and Fill: Satisfactory soil materials. F. Subbase: Satisfactory soils. G. The material for flexible base shall consist of crushed caliche (limestone, calcareous clay particles, conglomerate, gravel, or other approved granular materials) produced from oversized quarried aggregate, sized by crushing and produced from a naturally occurring single source except that blending of clean crushed concrete will be allowed. Blended material must meet requirements for flexible base as defined in this and other sections. The material source shall be subject to approval by the Engineer. 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. H. Refer to City of Lubbock Engineering Minimum Design Standards and Specifications, 8.08.02 Flexible Base (Caliche). I. 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. J. Refer to City of Lubbock Engineering Minimum Design Standards and Specifications, 8.08.01 Subgrade. 2.2. ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: B. Red: Electric. C. Yellow: Gas and oil. D. Orange: Telephone and other communications. E. Blue: Water systems. F. Green: Sewer systems. G. Warning tape to be placed within 3 feet of ground surface. 2.3. PREPARATION Unpaved Road Improvements CO Ph 4 Section 31 00 00 - 117 May 22, 2024 A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 2.4. STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 6 inches of excavated material. Surface soil that is heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. 2.5. FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 2.6. EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks, pavements and similar paths to indicated cross sections, elevations, and grades. 2.7. SUBGRADE PREPARATION A. Refer to City of Lubbock Engineering Minimum Design Standards and Specifications, 8.08.01 Subgrade. 2.8. UNSUITABLE MATERIAL A. If unsuitable material is encountered during subgrade preparation regardless of how it is discovered, the Contractor shall take corrective action as directed by the Engineer. If removal and replacement of the material is required or if drying is required deeper than 6 inches below subgrade it will be considered over excavation and paid for separately. Contractor shall back fill any over excavation with suitable Unpaved Road Improvements CO Ph 4 Section 31 00 00 - 118 May 22, 2024 material and compact to 95% of Modified Proctor Density at a moisture content within 2% of optimum in accordance to ASTM D698. 2.9. FLEXIBLE BASE CONSTRUCTION A. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. B. Refer to City of Lubbock Engineering Minimum Design Standards and Specifications, 8.08.02 Flexible Base (Caliche). 2.10. STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. B. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 2.11. STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. B. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 2.12. UTILITY TRENCH BACKFILL A. Refer to Section 3123 00 —Excavation and Fill. 2.13. FILL A. Preparation: Remove vegetation, 6" of topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontals so fill material will bond with existing material. C. Place and compact fill material to required elevations as directed in Paragraph 3.12 using satisfactory soil material. 2.14. MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. B. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. C. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 2.15. COMPACTION OF FILLS A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Each layer of backfill or fill material should be compacted to a minimum of 95% of Modified Proctor Density at a moisture content within 2% of optimum. C. Use only hand -operated tamping equipment or place flowable backfill to achieve a minimum cover of 12 inches over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment unless approved by the Owner Unpaved Road Improvements CO Ph 4 Section 31 00 00 - 119 May 22, 2024 and until 5 feet of cover over pipes, conduits and ducts is obtained. Use of vibratory equipment within 10 feet measured from the top of finished surface or adj acent to existing structures will only be permitted if approved by the Owner on a case -by - case basis. 2.16. TESTING A. Testing Agency: Contractor shall perform construction materials testing in conformance with Section 0140 00 — Quality Requirements. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro- rated agency charges. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after Engineer has verified that test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM D 2922, as applicable. Tests will be performed at the following locations and frequencies: D. Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 5000 sq. ft. or less of paved area, but in no case fewer than three tests. E. Trench Backfill: Refer to Section 3123 00 — Excavation and Fill. F. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. 2.17. GRADING A. General: Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. B. Provide a smooth transition between adjacent existing grades and new grades. C. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. D. Site Grading: Finish subgrades to required elevations within the following tolerances: E. Lawn or Unpaved Areas: Plus or minus 1 inch. F. Walks: Plus or minus 1 inch. G. Pavements: Plus or minus 3/8 inch. 2.18. PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash, debris and excess weeds. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. C. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and re -compact. Unpaved Road Improvements CO Ph 4 Section 31 00 00 - 120 May 22, 2024 D. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. E. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 2.19. DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property according to Section 02 42 00 — Removal and Diversion of Construction Materials. EXECUTION END OF SECTION Unpaved Road Improvements CO Ph 4 Section 31 00 00 - 121 May 22, 2024 Ch of Lubbiock SECTION 3123 00 EXCAVATION AND BACKFILL FOR UTILITIES GENERAL 1.1. SUMMARY A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including manholes and pipeline structures. B. Section Includes: 1) Soil Materials for embankment. 1.2. DEFINITIONS A. Pipe Foundation — Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over - excavations. B. Pipe Bedding — The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under one-third of the pipe O.D. C. Haunching — The material placed on either side of the pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. D. Initial Backfill — The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from on trench sidewall to opposite sidewall. E. Pipe Embedment — The portion of trench backfill that consists of bedding, haunching, and initial backfill. F. Trench Zone — The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath paving. G. Backfill — Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems — Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 3123 19 — Dewatering. I. Surface Water Control — Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage — Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against Unpaved Road Improvements CO Ph 4 Section 3123 00 - 122 May 22, 2024 Cof Lubih bock undisturbed soils or foundation backfill, except where structural trench support is necessary. L. Dry Stable Trench — Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. M. Stable Trench with Seepage — Stable trench in which ground water seepage is controlled by excavation drainage. N. Stable Trench with Seepage in Clayey Soils — Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. O. Stable Wet Trench in Sandy Soils — Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. P. Unstable Trench — Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving, or loss of density. Q. Subtrench — Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. R. Over -Excavation and Backfill — Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. S. Foundation Backfill Materials — Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. T. Trench Safety Systems include both protective systems and shoring systems as defined in Section 31 50 00 — Excavation Support and Protection U. Trench Shield (Trench Box) — A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. V. Shoring System — A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.3. REFERENCES A. ASTM D 558 —Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 — Test Methods for Moisture -Density Relations of Soils and Soil - Aggregate Mixtures Using 5.5-lb. Rammer and 12 inch Drop. Unpaved Road Improvements CO Ph 4 Section 3123 00 - 123 May 22, 2024 Cih of Lubbock C. ASTM D 1556 — Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 — Classification and Soils for Engineering Purposes. E. ASTM D 2922 — Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 — Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). G. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex-101-E — Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex-110-E — Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.4. SUBMITTALS A. Conform to Section 01 33 00 — Submittal Procedures B. Submit a written description for information only of the planned typical method of excavation, backfill placement, and compaction, including: 1) Sequence of work and coordination of activities. 2) Selected trench widths and dimensions of excavations. 3) Procedures for foundation and embedment placement, and compaction. 4) Procedure for use of trench boxes and other pre -manufactured systems while assuring specified compaction against undisturbed soils. C. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 — Utility Backfill Materials. D. Submit record of location of pipe as installed, referenced to Texas North Central State Plane coordinate system (NAD83). 1) Include locations of utilities encountered that are not shown on drawings or rerouted for the convenience of the Contractor. 2) Give stations, coordinates, elevations, inverts, and gradients of installed pipe, casing, etc. E. Submit field density tests of trench backfill. F. Submit laboratory density compaction curves for each material. 1.5. TESTS A. The Contractor is to perform backfill material source qualification testing in accordance with requirements of Section 3123 23.13 - Backfill. B. The Contractor shall have a competent, separate agency perform field density tests of trench backfill representative of each 200 linear feet of trench and each compacted layer. 2. PRODUCTS 2.1. EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of twelve (12) inches is obtained over pipes, conduits, and ducts. C. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Unpaved Road Improvements CO Ph 4 Section 3123 00 - 124 May 22, 2024 Cih of Lubbock D. Do not use vibratory equipment until five (5) feet of cover over pipes, conduits, or ducts is obtained. E. Do not use vibratory equipment if adjacent structures could be affected. F. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2. MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 3123 23.13 — Backfill. 2.3. ACCESSORIES A. Warning Tape: Install twelve (12) inches below finished grade acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, six (6) inches wide and four (4) mils thick, continuously inscribed with a description of the utility; colored as follows: 1) Red — Electric 2) Yellow — Gas, oil, steam, and dangerous materials. 3) Orange — Telephone and other communications. 4) Blue — Water systems. 5) Green — Sewer systems. B. Locator Wire: Install continuously coated fourteen (14) gauge locating wire as indicated on Plans. 3. EXECUTION 3.1. INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. B. Install rigid pipe to conform to the trench details shown in the drawings. 3.2. PREPARATION A. Establish traffic control to conform to requirements of Section 01 56 23 — Barricades, Signs, and Traffic Handling and the drawings. B. Perform work to conform to applicable safety standards and regulations. C. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. D. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. E. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. F. Remove existing pavements and structures, including sidewalks and driveways, to conform to requirements of Section 02 40 00 — Demolition and Structure Moving. G. Maintain permanent benchmarks, monumentation and other reference points, and unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3. PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of the construction limits. B. Protect and support above grade and below grade utilities, which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. Unpaved Road Improvements CO Ph 4 Section 3123 00 - 125 May 22, 2024 Ch of Lubbiock D. Take measures to minimize erosion of trenches and excavations. E. Do not allow water to pond in trenches or excavations. F. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those areas at no additional cost to the Owner. G. The Contractor shall locate all existing underground lines, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. H. Verification of location, size, and burial depth of existing utilities shall be the complete responsibility of the Contractor. I. The Contractor is responsible for notifying pipeline and cable utility owners of the intention to cross said utility no less than seven (7) days prior to crossing the utility. J. Coordinate vertical separation requirements with utility owners and any other special construction considerations. K. Notify the Engineer if required changes in the vertical profile shown on the Drawings prior to constructing these changes. L. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences, or other existing structures either above or below ground; in such instances hand methods shall be employed. 3.4. EXCAVATION A. Perform excavation work so that pipe, conduit, or ducts can be installed to depths and alignments shown on the Drawings. B. Avoid disturbing surrounding ground and existing facilities and improvements. C. Determine trench excavation widths based on the requirements shown on the plans. D. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trenches makes it uneconomical or impractical to pump from the surface elevation. E. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. F. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. G. Shoring of Trench Walls: 1) Install special shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. 2) For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. 3) Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out behind the trench wall support. 4) Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. Unpaved Road Improvements CO Ph 4 Section 3123 00 - 126 May 22, 2024 Lubbock TEXAS 5) Leave rangers, walers, and braces in place as long as required to support the sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. 6) Employ special methods for maintaining the integrity of embedment or foundation material. 7) Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. 8) As supports are moved, finish placing and compacting embedment. 9) If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. 10) Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a one (1) inch thick steel plate. 11) Fill voids left on removal of supports with compacted backfill material. H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. I. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both the workers and the public. J. Use of Trench Shields/Trench Boxes: 1) Make trench excavations of sufficient width to allow shield to be lifted or pulled feely, without damage to the trench sidewalls. 2) Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged or disturbed, or the degree of compaction reduced. 3) When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. 4) For backfill above bedding, lift the shield as each layer of backfill is placed and spread. 5) Place and compact backfill materials against undisturbed walls and foundation. 6) Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. K. Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.11.B. 3.5. HANDLING EXCAVATION MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming to Section 3123 23.13 - Backfill. B. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. D. Protect excess stockpiles for use on site. E. Maintain site conditions in accordance with the plans. 3.6. TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of the pipe. Unpaved Road Improvements CO Ph 4 Section 3123 00 - 127 May 22, 2024 Lubbock TEXAS B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments, or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.7. GROUND WATER CONTROL A. Should ground water become an issue, refer to Section 3123 19 — Dewatering. B. Provide a stable trench to allow installation in accordance with the Specifications. 3.8. PIPE EMBEDMENT, PLACEMENT AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place embedment including bedding, haunching, and initial backfill as shown on the Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. D. Do not allow materials to free -fall from heights greater than twenty-four (24) inches above top of pipe. E. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. F. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. G. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. H. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. I. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. J. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. K. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the Pipe. L. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. M. Compact each lift before proceeding with placement of the next lift. N. Water tamping and water jetting are not allowed. O. For flowable fill, such as cement stabilized backfill, vibrate flowable backfill with concrete vibrator to consolidate material under haunches. P. Install specified location tape and wire as shown on the drawings and per paragraphs 2.3.A and 2.3.13. 3.9. TRENCH ZONE BACKFILL, PLACEMENT AND COMPACTION Unpaved Road Improvements CO Ph 4 Section 3123 00 - 128 May 22, 2024 Cih of Lubbock A. Place backfill for pipe or conduits and restore as soon as practicable. B. Leave only the minimum length of trench open as necessary for construction. C. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. D. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. 1) Cut off sheeting two (2) feet or move above the crown of the pipe. 2) Remove trench supports within five (5) feet from the ground surface. E. Place trench zone backfill in lifts and compact by methods selected by the Contractor. F. Fully compact each lift before placement of the next lift. G. Cement Stabilized Backfill/Lean Concrete Backfill: 1) Place in depths as shown on plans. 2) Use vibratory equipment to ensure placement under the haunches of the pipe. 3) Backfilling of the remaining trench depth after cement stabilized backfill has been placed shall not commence until the in -place cement stabilized backfill has attained a penetration resistance reading of at least thirty (30) when measured with a soil penetrometer according to ASTM D 1558 and using a one -tenth square inch needle. 4) This equates to a penetration resistance of approximately 300 pounds per square inch. 5) This is not a strength requirement of the cement -stabilized backfill, but a measure of the degree of curing of the cement stabilized backfill. 6) After a penetrometer reading of 30 is obtained on the cement stabilized backfill, then compacted backfill operations may commence. 7) The Contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square inch needle. 8) The Contractor shall take no less than four (4) penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. 9) Such readings shall be taken prior to commencing backfill operations. H. Bedding Material: 1) Sand bedding shall be loosely placed in trench as shown on the Drawings. I. Gravel Embedment: 1) Place in depths as shown on plans 2) Use vibratory equipment or shovel slicing to ensure placement under the haunches of the pipe. J. Native Material/Borrow Material (Pipe Installation): 1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. 2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. Unpaved Road Improvements CO Ph 4 Section 3123 00 - 129 May 22, 2024 Cih of Lubbock 3) Use of vibratory equipment limited as specified in paragraph 2.1. 4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. K. Topsoil: 1) Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding eight (8) inches. 2) Compaction by trench sheep's foot or by vibratory equipment to provide backfill densities at least equivalent to the surrounding undisturbed material or ninety-five (95) percent of the maximum dry density determined according to ASTM D 698. 3) Use of vibratory equipment limited as specified in paragraph 2.1. 4) Moisture content within two (2) percent of optimum determined according to ASTM D 698. 3.10. MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11. FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 — Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to the Owner. C. Tests will be performed by the Contractor on a minimum of three (3) different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex- 101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three (3) tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture - density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. The Contractor shall perform in -place density tests of compacted pipe foundation, embedment, and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. F. A minimum of one test for every 200 linear feet of compacted trench zone backfill material for each compacted layer. G. Density tests will be distributed around the placement areas. Placement areas are foundation, bedding, haunching, initial backfill, and trench zone. H. The number of tests will be increased if compacting effort is variable and not considered sufficient to attain uniform density, as specified. I. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rej ection. Unpaved Road Improvements CO Ph 4 Section 3123 00 - 130 May 22, 2024 Cih of Lubbock J. Two (2) verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. K. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. L. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. M. Acceptability of crushed rock compaction will be determined by inspection. 3.12. DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 02 42 00 — Removal and Diversion of Construction Materials. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 3123 00 - 131 May 22, 2024 SECTION 3123 19 DEWATERING 1. GENERAL 1.1. SUMMARY Ch of Lubbiock A. This Section includes construction dewatering procedures and requirements. 1) A geotechnical survey has not been performed at the site. 2) This Section shall be applicable only if ground water begins to enter the trench. 3) Any required dewatering for this project shall be considered subsidiary to pipeline and manhole installation and no separate compensations will be paid. B. Section Includes: 1) Submittals 2) Performance Requirements 3) Quality Assurance 4) Project Conditions 5) Preparation 6) Installation 7) Observation Wells 1.2. SUBMITTALS A. Shop Drawings for Information: 1) For dewatering system, show arrangements, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. 2) Include layouts of piezometers and flow -measuring devices for monitoring performance of dewatering system. 3) Include written report outlining control procedures to be adopted if dewatering problems arise. 4) Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations. 5) Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. 6) Note locations and capping depth of wells and well points. B. Field Test Reports: 1) Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. 1.3. PERFORMANCE REQUIREMENTS A. Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable ground. B. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. C. Prevent surface water from entering excavations by grading, dikes, and other means approved by the Engineer. Unpaved Road Improvements CO Ph 4 Section 3123 19 - 132 May 22, 2024 Ch of Lubbiock D. Remove dewater system if no longer needed. 1.4. QUALITY ASSURANCE A. Comply with water disposal requirements of authorities having jurisdiction. 1.5. PROJECT CONDITIONS A. Existing Utilities: 1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: 1) A geotechnical report has not been prepared for the Project area. 2) The Contractor, at own expense, may make test borings and conduct other exploratory operations necessary for dewatering. 3) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. 4) Clearly identify benchmarks and record existing elevations. 5) During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. C. Promptly notify the Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. 2. PRODUCTS Not used. 3. EXECUTION 3.1. PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. B. Prevent surface water and subsurface or ground water from entering excavations, ponding on prepared subgrades, and from flooding site and surrounding area. C. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. D. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. E. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. 3.2. INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. B. Before excavating below ground water level, place system into operation to lower water to specified levels. Unpaved Road Improvements CO Ph 4 Section 3123 19 - 133 May 22, 2024 Ch of Lubbiock C. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. D. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. E. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. F. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope stability. G. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. H. Maintain piezometric water level a minimum of sixty (60) inches below surface of excavation. I. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. J. Dispose of water in a manner that avoids inconvenience to others. K. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. L. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. M. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. N. Remove dewatering system from Project Site on completion of dewatering. O. Plug or fill well holes with sand or cut off and cap wells a minimum of thirty-six (36) inches below overlying construction. P. Promptly repair damages to adjacent facilities caused by dewatering operations. 3.3. OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometric water levels in observation wells. C. Repair or replace, within twenty-four (24) hours, observation wells that become inactive, damaged, or destroyed. D. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. E. Add or remove water from observation well risers to demonstrate that observation wells are functioning properly. F. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 3123 19 - 134 May 22, 2024 ASi Ah,p City of ►Lubbock SECTION 3123 23.13 BACKFILL 1. GENERAL 1.1. SUMMARY A. This Section of the specification covers materials related to the backfill of utilities. B. Section Includes: 1) "Concrete" sand (for use as pipe bedding). 2) Native soil materials. 3) Topsoil. 4) Crushed stone. 5) Cement stabilized backfill. C. Related Sections: 1) Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. 2) Section 01 33 00 — Submittal Procedures. 3) Section 0140 00 — Quality Requirements. 4) Section 3123 00 — Excavation and Fill. 1.2. DEFINITIONS A. Refer to Section 3123 00 —Excavation and Fill. 1.3. REFERENCES A. ASTM C 33 — Specification for Concrete Aggregate. B. ASTM C 40 — Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 — Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 — Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 — Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 — Test Method for Clay Lumps and Friable Particles in Aggregates G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 — Test Method for Amount of Materials in Soils Finer Than Number 200 Sieve. I. ASTM D 2487 — Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 — Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). K. ASTM D 4318 — Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 — Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. Unpaved Road Improvements CO Ph 4 Section 3123 23.13 - 135 May 22, 2024 (L'Jt*bbCiocty of k TEXAS M. TxDOT Tex-101-E — Preparation of Soil and Flexible Base Materials for Testing. N. TxDOT Tex- 104-E — Test Method for Determination of Liquid Limit of Soils (Part 1). O. TxDOT Tex- 106-E — Test Method — Methods of Calculating Plasticity Index of Soils. P. TxDOT Tex-110-E — Determination of Particle Size Analysis of Soils. 1.4. SUBMITTALS A. Conform to Section 0133 00 — Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials. D. For each delivery of material, provide a delivery ticket which includes source location. 1.5. TESTS A. Perform tests of sources for off -site backfill material. B. Verification tests of backfill materials may be performed by the Owner, at the Owner's expense; however, failing tests will be charged to the Contractor. 2. PRODUCTS 2.1. MATERIAL DESCIRPTIONS A. "Concrete" Sand 1) Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C 33. 2) Gradation shall conform to ASTM C 136 and the following limits. Sieve Percent Passing 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Native Soil Material for Backfill 1) Provide backfill material that is free of stones greater than six (6) inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbons, or other contamination. C. Topsoil 1) Provide topsoil material that is free of stones greater than three (3) inches, free of roots, waste, debris, trash, organic matter, unstable material, non -soil matter, hydrocarbons, or other contamination. 2) Surface should be made clear of rock and other debris before planting. Unpaved Road Improvements CO Ph 4 Section 3123 23.13 - 136 May 22, 2024 (L'Jt_ bbCiocty of k TEXAS 3) Use top two (2) feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non -paved areas. D. Gravel Embedment 1) Gravel embedment shall be free of waste, trash, debris, organic material, unstable material, and other non -gravel matter. 2) Provide gravel embedment that meets the following gradation requirements: Sieve Percent Retained 3/8" 0 No. 4 5 to 15 No. 10 50 to 90 No. 40 90 to 100 3) A minimum of four inches of gravel embedment will be placed under the pipe. This material will be used for backfill to the top of the pipe. This material MUST be shovel sliced to the haunch of the pipe and mechanically tamped to midpoint of the pipe. E. Cement Stabilized Backfill 1) Cement Content — 2 sack mix per cubic yard. 2) Water/Cement Ratio — 0.60. 3) Maximum aggregate size shall not exceed one and one half (1.5) inch diameter for backfilling pipe sizes forty-eight (48) inches and greater in diameter. 4) Maximum aggregate size shall not exceed one (1) inch diameter for backfilling sizes less than forty-eight (48) inches in diameter. 2.2. MATERIAL TESTING A. Ensure that material selected, produced, and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification: Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three (3) samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1) Gradation: Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2) Plasticity of material passing the No. 40 sieve. 3) Clay lumps. 4) Lightweight pieces. 5) Organic impurities. Unpaved Road Improvements CO Ph 4 Section 3123 23.13 - 137 May 22, 2024 (L'Jt*bbCiocty of k TEXAS C. Production Testing: Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Native material requires testing only when questionable material is encountered. 3. EXECUTION 3.1. SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. Top two (2) feet of excavated material shall be used as topsoil. B. Identify off -site sources for backfill material at least fourteen (14) days ahead of intended use so that the Engineer may obtain samples from verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials maybe subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2. MATERIAL HANDLING A. Establish temporary stockpile locations as practical for material handling and control. B. Cement stabilized backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 3.3. FIELD QUALITY CONTROL A. Quality Control 1) The Engineer may sample and test backfill at: a) Sources including borrow pits, production plants, and Contractor's designated off -site stockpiles. b) On -site stockpiles. c) Materials placed in the Work. 2) The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with the Owner and Engineer in allowing access to materials. Unpaved Road Improvements CO Ph 4 Section 3123 23.13 - 138 May 22, 2024 (L'Jt* ofbboty ck TEXAS END OF SECTION Unpaved Road Improvements CO Ph 4 Section 3123 23.13 - 139 May 22, 2024 Cih of Lubbock SECTION 3125 24.03 TIED CONCRETE BLOCK EROSION CONTROL MATS 1. GENERAL 1.1. SUMMARY A. This section of the specifications covers FLEXAMAT or approved equivalent vegetated tied concrete block mat utilized for stabilizing slopes, channels, low water crossings, inlet/outlet protection, and shorelines. B. REFERENCES C. DELIVERY, STORAGE, AND HANDLING D. EXAMINATIONS E. PRODUCTS F. TESTING G. EXAMINATION H. EQUIPMENT I. FOUNDATION 1.2. REFERENCES A. ASTM C 150 — Standard Specification for Portland Cement B. ASTM C 33 — Standard Specifications for Concrete Aggregate C. ASTM D 6460 — Standard Test Method for Determination of Rolled Erosion Control Product (RECP) Performance in Protecting Earthen Channels from Storm Water -Induced Erosion. 1) Where reference is made to one of the above standards, the latest revision shall apply. 1.3. SUBMITTALS A. Submit all manufacturers' data for product. B. Submit affidavits of compliance with appropriate standards. C. Submit product warranties. D. Submit manufacturer's installation instructions. E. Submit manufacturer's loading, unloading, and storage requirements. 1.4. DELIVERY, STORAGE, AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. B. Store and handle the units at the project site in such a manner so that it is easily accessible and is not intruding pedestrian activity. C. Provide instructions, and directions, as required, for installation. 1.5. PRODUCTS A. TIED CONCRETE BLOCK EROSION CONTROL MAT 1) Product shall be manufactured by FLEXAMAT or approved equivalent. 2) Product shall consist of concrete blocks (6.5 inch x 6.5 inch with a 2.25 inch profile) locked together and embedded into a high strength Geogrid. There shall be 1.5 inch spacing between the blocks to allow for vegetation growth. B. CONCRETE BLOCKS Unpaved Road Improvements CO Ph 4 Section 3125 24 - 140 May 22, 2024 (L'Jt*bbCiocty of k TEXAS 1) Furnish blocks manufactured with concrete conforming to the cement requirements of ASTM C 150 and to the aggregate requirements of ASTM C 33. 2) Blocks must maintain a minimum compressive strength of 5,000 psi at 28 days. 3) Spacing between blocks must be a maximum of 2 inches apart and have a weight no less than 3 lbs/block. C. POLYPROPYLENE BI-AXIAL GEOGRID 1) Geogrid must be composed of acrylic based coating to withstand degradation of environments with exposure of high and low pH ranges. 2) 2% Carbon Black must utilize to stabilize UV radiation and prevent deterioration. 3) Ultimate Tensile Strength of the Geogrid must be no less than 2055 plf D. UNDERLAYMENT 1) Backing material shall be packaged within the roll of the Tied Concrete Mats. 2) Underlayment shall consist of 5-Pick Netting, Curlex 11 Erosion Control Blanket (ECB), and Recyclex TRM non -degradable Turf Reinforcement Mat (TRM). 1.6. TESTING A. Full scale laboratory testing shall be performed by a testing facility on all noted materials according to ASTM standards. B. Any material listed above can be changed to an alternative equivalent if results of properties can be verified, reviewed and sustained for system integrity for a minimum of a 5-year life. 1.7. EXAMINATION A. Mats must be verified for any discrepancies or damages that may hinder performance or durability. 1.8. Product is subject to any testing that maybe deemed necessary by inspector. 1.9. EQUIPMENT A. Proper equipment to place material will need to be provided that will not damage the mat or disturb the top soil subgrade. 1.10. FOUNDATION A. All subgrade surfaces are to be smooth and free of debris of any sort that could protrude or cause the mat to be raised more than 3/4 inch off surface. B. Subgrade shall be prepared in a parabolic shape or trapezoidal shape to ensure proper flow. C. When vegetation is required, seed must be distributed on the prepared topsoil before installation. D. The manufacturer or authorized representative will provide technical assistance during slope preparation and installation of the concrete block mats as needed. E. Anchor or fasteners shall be used if deemed necessary by manufacturer or engineer for certain site conditions. F. For seams parallel to flow line in channel applications, center a minimum 3 foot wide strip of soil retention blanket under the seam. Fasten along the Unpaved Road Improvements CO Ph 4 Section 3125 24 - 141 May 22, 2024 (L'Jt*bbCiocty of k TEXAS seam, at a 5 foot maximum spacing. Parallel seams in the center of the channel applications shall be avoided when possible. G. Shingle seams perpendicular to the flow line with downstream recessed a minimum blocks under the upstream mat and fastened together along the seam at a 2 foot maximum spacing if required by manufacturer or engineer. H. Mat shall be measured by the square foot as shown on the plans, complete in place. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 3125 24 - 142 May 22, 2024 Ch of Lubbiock SECTION 3150 00 EXCAVATION SUPPORT AND PROTECTION GENERAL 1.1. SUMMARY A. This Section includes temporary excavation support and protection systems. B. Section Includes: 1) Submittals 2) Performance Requirements 3) Project Conditions 4) Materials 5) Preparations 6) Sheet Piling 7) Trench Boxes 8) Trenching Procedures 1.2. SUBMITTALS A. Shop Drawings for Information: 1) Prepared by or under the supervision of a qualified Professional Engineer for excavation support and protection systems. 2) Include Shop Drawings signed and sealed by a Texas Licensed Professional Engineer responsible for their preparation. B. Qualification data for installer and Professional Engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.3. PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. B. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Professional Engineer. C. Prevent surface water from entering excavations by grading, dikes, or other means approved by the Engineer. D. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4. PROJECT CONDITIONS A. Existing Utilities: 1) Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Project Site Information: Unpaved Road Improvements CO Ph 4 Section 3150 00 - 143 May 22, 2024 Ch of Lubbiock 1) Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. 2) Clearly identify benchmarks and record existing elevations. 3) During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. 4) Promptly notify the Engineer if changes in elevations or positions occur, or if cracks, sags, or other damage is evident in adjacent construction. 2. PRODUCTS 2.1. MATERIALS A. Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A36/A 36M, ASTM A690/A 690 M, ASTM A 992/ A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/ A 572M, or ASTM A690/ A 690M; with continuous interlocks. 3. EXECUTION 3.1. PREPARATION A. Project structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection systems operations. B. Shore, support, and protect utilities encountered. C. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. D. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 1) Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. E. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. F. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. G. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. H. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2. SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. B. Limit vertical offset of adjacent sheet piling to sixty (60) inches. C. Accurately align exposed faces of sheet piling to vary not more than two (2) inches from a horizontal line and not more than 1:120 out of vertical alignment. D. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3. TRENCH BOXES Unpaved Road Improvements CO Ph 4 Section 3150 00 - 144 May 22, 2024 Cih of Lubbock A. Provide Engineer approved trench boxes sufficient for depth and width of open -cut trench. B. All exposed trench shall be protected. 3.4. TRENCHING PROCEDURES A. Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. B. Proceed with work in an orderly fashion. C. Install trench bracing systems as soon as possible after opening trenches. D. Do not allow workers in trench prior to installing trench bracing systems. E. Backfill trenches as soon as possible after completion of work. F. Stockpile excavated materials at three (3) feet away from edge of trench. G. Maintain barricades and signage as required by State and Local codes to protect open excavations. H. Do not allow surface water to enter excavations. I. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. J. If cut back method is allowed by Owner and is employed, maintain a clear distance of three (3) feet from edge of cut to avoid allowing loose material to enter trench. K. Cut back method may not be used where there is insufficient work area to employ it. L. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty (20) feet of edge of excavation. M. Haul trucks, if needed, may operate closer than twenty (20) feet to trench edge provided the Contractor deems it safe to do so. 3.5. REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. B. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 3150 00 - 145 May 22, 2024 Ch of Lubbiock DIVISION 32 EXTERIOR IMPROVEMENTS Unpaved Road Improvements CO Ph 4 Division 32 Exterior Improvements- 146 May 22, 2024 Cih of Lubbock SECTION 32 92 00 TURF AND GRASSES 1. GENERAL 1.1. RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2. SUMMARY A. Section Includes: 1) Plugging. 1.3. DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil E. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. 1.4. SUBMITTALS A. Product Data: For Turffalo brand Tech Turf plugs. B. Certification of Grass Plugs: Certification of Tech Turf s genetic identity from the Texas Department of Agriculture, with the name Tech Turf I, identifying Frontier Hybrids, Inc. as the source and including the name and telephone number of supplier. Turffalo brand Tech Turf is a hybrid of turfgrass that utilized buffalograss (Buchloe dactyloides) in its breeding. C. Qualification Data: For qualified landscape Installer. D. Product Certificates: For soil amendments and fertilizers, from manufacturer. E. Material Test Reports: For existing surface soil and imported topsoil. F. Planting Schedule: Indicating anticipated planting dates for each type of planting. G. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of lawns during a calendar year. Submit before expiration of required initial maintenance periods. 1.5. QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful lawn establishment. 1) Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 2) Maintenance Proximity: Not more than two (2) hours normal travel time from Installer's place of business to Project site. B. Soil -Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. Unpaved Road Improvements CO Ph 4 Section 33 05 76.23 - 147 May 22, 2024 WLubbock TEXAS C. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating percentages of organic matter; gradation of sand, silt and clay content; cation exchange capacity; deleterious material; deleterious material; pH; and mineral and plant -nutrient content of topsoil. 1) Report suitability of topsoil for lawn growth. State -recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory topsoil. D. Preinstallation Conference: Conduct conference at Project site. 1.6. DELIVERY, STORAGE AND HANDLING A. Plugs: Deliver Turffalo brand Tech Turf plugs in original, labeled and undamaged containers. Trays must be watered daily enough to keep roots moist and kept in an area where the plants can receive at least 50% sunlight. 1.7. PROJECT CONDITIONS A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of planting completion. 1) Spring Planting: After the last normal freeze date. 2) Winter Planting: Thirty days prior to the first normal freeze date. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. C. Growing Zones: Turffalo brand Tech Turf may be grown in Zones 5-11, States: Texas, Oklahoma, New Mexico, Kansas, Nebraska, Colorado, Arizona, Utah, Nevada, California, Iowa, Illinois, Missouri, Arkansas, Louisiana, Mississippi, Alabama, Tennessee, Georgia, and Florida. 1.8. MAINTENANCE SERVICE A. Initial Lawn Maintenance Service: Provide full maintenance by skilled employees of landscape installer. Maintain as required in Part 3. Begin maintenance immediately after each area is planted and continue until acceptable lawn is established, but for not less than the following periods: 1) Plugged Lawns: Thirty days from date of planting completion. B. Continuing Maintenance Proposal: From installer to Owner, in the form of a standard yearly (or other period) maintenance agreement, starting on date initial maintenance service is concluded. State services, obligations, conditions and terms for agreement period and for future renewal options. 2. PRODUCTS 2.1. PLUGS A. Plugs: Turffalo brand plugs, certified by the Texas Department of Agriculture as Tech Turf I, grown in individual cells with uniform density, color and texture, strongly rooted and capable of vigorous growth and development when planted; of the following turfgrass species and plug size. 1) Turfgrass Species: Buffalograss (Buchloe dactyloides). 2) Plug Size: 2 inches (50 mm) deep and 1.5 inches square at the top. 2.2. TOPSOIL A. Topsoil: ASTM D 5268, pH range of 6 to 8.5, a minimum of 2 percent organic material content, free of stones 2 inches (50 mm) or larger in any dimension and other extraneous material harmful to plant growth. Unpaved Road Improvements CO Ph 4 Section 33 05 76.23 - 148 May 22, 2024 Lubbock TEXAS 1) Topsoil Source: Reuse surface soil stockpiled on -site. Verify suitability of stockpiled surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps and other extraneous material harmful to plant growth. a) Supplement with imported or manufactured topsoil from off -site sources when quantities are insufficient. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from agricultural land, bogs or marshes. 2.3. INORGANIC SOIL AMENDMENTS A. Lime: If pH is below 6, use ASTM C 602, agricultural limestone containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1) Provide lime in form of dolomitic limestone. 2.4. ORGANIC SOIL AMENDMENTS A. Compost: If there is too much sand for the soil to facilitate rapid lawn establishment, use compost with well -composted, stable, and weed -free organic matter, pH range of 6 to 8; moisture content 35 to 55 percent by weight; 100 percent passing though a 1-inch (25-mm) sieve; soluble salt content of 5 desisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1) Organic Matter Content: 50 percent of dry weight. 2) Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. B. Peat: If there is too much sand for the soil to facilitate rapid lawn establishment, use peat with finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed moss peat, native peat or reed -sedge peat and having water - absorbing capacity of 1100 to 2000 percent. 2.5. PLANTING ACCESSORIES A. Selective Herbicides: After installing plugs, use EPA registered and approved, of type recommended by manufacturer for application: 1) After installing plugs, prior to establishment, to control pre -emergence of weeds or other grasses, use either dithiopyr (Dimension) or oxadiazon (Ronstar) turf herbicide at manufacturer's recommended rate. 2) After establishment, to control broad leaf weeds: use a 2-4-D herbicide that is approved for buffalograss at manufacturer's recommended rate. 3) After establishment, to control grassy weeds: use monosodium methylarsonate (MSMA) herbicide at manufacturer's recommended rate. 2.6. FERTILIZER A. Commercial Fertilizer: Commercial -grade fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1) Composition: Per 1000 sq. ft. use 2 lbs of actual nitrogen, 3 lbs of phosphorous, 3 lbs of potash, 0.1 lb of iron chelate and 0.1 lb of zinc chelate. 3. EXECUTION 3.1. EXAMINATION A. Examine areas to receive Turffalo brand Tech Turf plugs for compliance with requirements and other conditions affecting performance. Unpaved Road Improvements CO Ph 4 Section 33 05 76.23 - 149 May 22, 2024 �LubbCio"�k B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2. PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. B. If project requirements result in Tech Turf plug spacing to exceed 17 inches, provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3. LAWN PREPARATION A. Limit lawn subgrade preparation to areas to be planted. B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 3 inches (75 mm). Remove stones larger than 2 inches (50 mm) in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1) Apply fertilizer directly to subgrade before loosening. 2) When applicable, thoroughly blend planting soil mix off -site before spreading or spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. a) Delay mixing fertilizer with planting soil if planting will not proceed within a few days. b) If required, mix lime with dry soil before mixing fertilizer. 3) Spread planting soil to a depth of 4 inches (100 mm) but not less than required to meet finish grades after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. C. Unchanged Subgrades: If lawns are to be planted in areas unaltered or undisturbed by excavating, grading, or surface -soil stripping operations, prepare surface soil as follows. 1) Remove existing grass, vegetation, and turf. Do not mix into surface soil. For Bermuda grass, allow it to grow 3 inches tall and then spray it with Round -Up. Wait 3 to 4 days, then mow it very short and spray it once more with Round- up. 2) Loosen surface soil to a depth of at least 6 inches (150 mm). Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top 4 inches (100 mm) of soil. Till soil to a homogeneous mixture of fine texture. a) Apply fertilizer directly to surface soil before loosening. 3) Remove stones larger than 2 inches (50 mm) in any dimension and sticks, roots, trash, and other extraneous matter. 4) Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus '/z inch (13 mm) of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. Unpaved Road Improvements CO Ph 4 Section 33 05 76.23 - 150 May 22, 2024 *Lub�io'A TE%AS F. Before planting, restore areas if eroded or otherwise disturbed after finish grading. 3.4. PREPARATION FOR EROSION -CONTROL MATERIALS A. Prepare area as specified in "Lawn Preparation" Article. B. Moisten prepared area before planting if surface is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. C. For areas where spacing of Tech Turf plugs is to exceed 17 inches (425 mm), the areas should be seeded with annual ryegrass 35 days prior to plugging Turffalo brand Tech Turf and then killed -out with Round -up after 30 days (5 days prior to plugging Tech Turf). 3.5. PLUGGING A. Plant plugs in holes or furrows spaced [12 inches (300 mm)] for coverage in 30 to 40 days [17 inches (425 mm)] for coverage in 60 days [2 feet (600 mm)] [2.5 feet (750 mm)] for full -season coverage. B. Compress the plugs into the holes or furrows with light rolling to facilitate adequate contact between the roots and surrounding soil. C. When complete, the top of the roots should be even with the surrounding soil. 3.6. LAWN MAINTENANCE A. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replanting and other operations. Roll, regrade, and replant bare or eroded areas and re -mulch to produce a uniformly smooth lawn. Provide materials and installation the same as those used in the original installation. B. Watering: Provide and maintain temporary piping, hoses and lawn -watering equipment to convey water from sources and keep lawn uniformly moist to a depth of 4 inches (100 mm). 1) Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2) Water lawn with fine spray at a minimum rate of/4 inch per day for the first five days, or enough to keep roots moist. After the first five days, cut back to watering a minimum of/4 inch every three days, taking rainfall, humidity and temperature into consideration. C. Mowing: If possible, delay mowing until Tech Turf has achieved complete coverage. If it must be mowed prior to covering the area, mow at the highest setting to avoid cutting runners. Repeat mowing to maintain specified height without cutting more than 1/3 of grass height. Remove no more than 1/3 of grass -leaf grown in initial or subsequent mowings. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain a grass height of 2 to 3 inches (50 to 75 mm). D. Lawn Postfertilization: Apply fertilizer after initial mowing and when grass is dry that will provide actual nitrogen of at least 2 lbs/1000 sq. ft. (0.90 kg/92.9 sq. m). E. Ongoing Herbicide and Insecticide Treatment: All 2-4-D type herbicides may be used on Tech Turf. DO NOT USE Atrazine, Banvel, Dicambia, Simazine or Trimec. Once fully established, herbicides such as Treflan or Surflan may be used on Tech Turf. Once a year, in the spring, a grub worm killer, such as Merit by Bayer, must be applied to Tech Turf. 3.7. SATISFACTORY LAWNS A. Lawn installations shall meet the following criteria as determined by Architect: Unpaved Road Improvements CO Ph 4 Section 33 05 76.23 - 151 May 22, 2024 Lubbock TEXAS 1) Satisfactory Plugged Lawn: At end of maintenance period, the required number of plugs has been established as well -rooted, viable patches of grass; and areas between plugs are free of weeds and other undesirable vegetation. B. Use specified materials to reestablish lawns that do not comply with requirements and continue maintenance until lawns are satisfactory. 3.8. CLEANUP AND PROTECTION A. Promptly remove soil and debris, created by lawn work, from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after lawn is established. END OF SECTION Unpaved Road Improvements CO Ph 4 Section 33 05 76.23 - 152 May 22, 2024 _ gg a oDo go wo lwd a p _ - - - _ a m n n io Ymi m V n nl � � h a v 1294) DREW N(FM T S KEUKA LOCATIONS 1�J SPECIFIED STONEHILLp JEFIELD ST. 00 VILLANOVA n O' T NEST. p KENT NT ST �B00 N FURMAN ADRAIN p URSULINE ST. $i' DO PRINCETON KEMPER SHEET �O SKINE ST. ERSKINE COLGATE 0 1ST ST. n TH ST. G 102 9TH ST. 14TH ST. 19TH ST 24TH ST. 29TH ST. 34TH ST. 39TH ST. 44TH ST. 50TH ST. 55TH ST. B1ST ST. o 66111 ST. 72ND ST. 77TH ST. 82ND ST. BIRTH ST. 93RD ST. 9BTH ST. 104TH ST. 109TH ST. 114TH ST. 120TH ST. —(♦M 1294) DREW KEUKA STONEHILL B BLUEFIELD ST. VILLANOVA NEWCOMB 3B00 KENT ST. FURMAN ADRAIN ?100 URSULINE ST. PRINCETON KEMPER 600 ERSKINE ST. COLGATE 1ST ST. — 4TH ST. 9TH ST. 14TH ST. 19TH ST. 24TH ST. D 29TH ST. 34TH ST. 39TH ST. 44TH ST. 50TH ST, 55TH ST. 81ST ST. 5STH ST. 72ND ST. 77TH ST. 82ND ST, 88TH ST. 93RD ST. 98TH ST. 104TH ST. 09TH ST. 114TH ST. 120TH ST. In O o 9506 87— 79DO`7yDD &SOD 5800 52®0 4400T 340D "12500 ISOMOO � lD0 017DD m33DD 2 a D- - Y ¢ a 2 ¢ O O - - N - Y - - K ¢ a ¢ - - x O 3 w N O s w ¢ 3 O p 3 U O D E - w w O VICINITY MAP =ITTINGS. FOR PAYMENT PURPOSES ALL DISTANCES AND LENGTHS OF PIPING, TUBING, :RECTIONAL DRILLING SHALL BE MEASURED AS HORIZONTAL REGARDLESS OF VARIATIONS DNS NECESSARY TO INSTALL. , FOR ALL VALVES TO BE CLOSED AND ABANDONED, THE CONTRACTOR SHALL REMOVE LL THEM WITH CEMENT STABILIZED MATERIAL TO WITHIN 2 INCHES OF SURFACE. TOP BE HMAC IF SURROUNDING PAVEMENT IS ASPHALT OR CONCRETE IF SURROUNDING NCRETE. DATER SERVICE CONNECTIONS AND WATER METERS SHALL BE A MINIMUM OF 1" IN SIZE fISE NOTED, LINE SIZE SHALL MATCH THE WATER METER SIZE. SHALL BE A MINIMUM OF 4" IN SIZE. SIZE ON SIZE SEWER SERVICE CONNECTIONS _LOWED. =NERAL NOTES: LT SURFACING REMOVED DURING CONSTRUCTION SHALL BE SALVAGED AND DELIVERED AVENUE P. THE CONTRACTOR SHALL COORDINATE WITH THE STREET MAINTENANCE '-ALLING 806-775-2358. 'AL WILL BE THE RESPONSIBILITY OF THE CONTRACTOR AND PAID AS PART OF THE REPARATION LINE ITEM. -OCATIONS WILL BE THE RESPONSIBILITY OF THE CONTRACTOR AND PAID AS PART OF AY PREPARATION LINE ITEM. PION SITE OR COMMON PLAN OF DEVELOPMENT K APPLICATION, FEE WILL BE WAIVED. 3OCKSTORMWATER.ORG/ �.TEXAS.GOV/ASSISTANCE/SBLGA/WATER/SW-CON STRUCTION. HTML . LOCATION OF THE SITE )N OF STORMWATER FLOW 'HERE SOIL DISTURBANCE WILL OCCUR NS OF ALL MAJOR STRUCTURAL CONTROLS NS OF TEMPORARY OR PERMANENT ATION PRACTICES NS OF CONSTRUCTION SUPPORT ACTIVITIES NS OF SURFACES WATERS IN CLOSE PROXIMITY ITE WASH AREAS AND CONCRETE WASHOUT AREAS, 1,-lU/ 11V D-101 D-102 I I I I I I I I =, I I I I ------------------ I I I II I J I I I i p I 3 I m I Z + o I I I I I I I� I I I I I I I I I I I I I I I I I I I I ® I I I I I I I I 84 --------------- nee 49.497' +51.47 ,1 • 0+47.06 nee 24.362' 0+71.94 28' 33.76"E 1 8.20 ERSKINE ST Direction Back S 1 ° 44' 16.83 "W Radius 24.998' Delta 64°26'23"(RT) Length 28.115' Tangent 15.754' Chord Direction S33° 57' 28.34"W Distance 26.656' Direction Ahead S66° 10' 39.86"W EC N 7,279,796.1609 E 967,440.0060 15+23.72 Curve (2) Line (3) "Non -Tangent" Radial Bearing S23° 49' 20.14"E S660 33' 11.32"W 12.088' N 7,279,791.3511 E 967,428.9160 15+35.81 Line (3) N 7,279,791.3511 E 967,428.9160 15+35.81 End Alignment - MULBERRY AVE - E BAYLOR TO E LOOP 289 Alignment Length: 1,535.806' Alignment Name: ERSKINE ST Station Range: Start: 0+00.00, End: 12+60.47 Description: Begin Alignment - ERSKINE ST N 7,283,294.6151 E 967,547.0380 0+00.00 Line (1) S880 15' 28.24"E 1,185.554' N 7,283,258.5722 E 968,732.0438 11+85.55 Line (1) Curve (2) BC N 7,283,258.5722 E 968,732.0438 11+85.55 CTR N 7,283,158.6244 E 968,728.7217 PI N 7,283,257.2662 E 968,771.3359 Direction Back S880 05' 46.59"E Radius 100.003' nf-itn voss,?n"(PT) ---,'-------------------------------- \ \ EXISTING TREES I I. I k ---------; I 1 I I I � I � I � -E EXISTING 9 SQ YDS I OF CONCRETE TO BE I � REMOVED ___________________� 9 I I I I I I I I I I' EXISTING TREES UNSUB !' OJ 2 j EXISTING SQ YDS of ASPHALT TO N MULBERRY AVE BE REMOVED ------------------------ r----------------------- EXISTING 10 SQ YDS OF CONCRETE TO BE REMOVED I I I 24 I I I I I I I I I I -----------4 I I I I W Q CD W UNSUB 3 EXISTING TREE d i ® I j..________------------------- EXISTING 6 SQ YDS OF ASPHALT TO BE REMOVED ---------- I ' I I I I I I I I I I I I I I I l I I I I I I I EXISTING TREE EXISTING CULVERT TO BE REMOVED ----------- ----------- ----------------- --------- --------------------------------- 3KINE ST ------------ =- i EXISTING 4 SQ YDS OF CONCRETE TO BE > i REMOVED i i i w O 0 0 rn 0 0 V + O 0 0 O 0 320 .1 FL 3201.95 EG b 480 .3 3 01.38 FL 320 3q FL 3201.40 EG 32C1.34 F m X Z 320 .2 FLI 3201.36 EG p C z 0 6 80 8 3201.17 FL 320 .Ij FL 3201.46 EG �e 6 i1 0 7 57 3 32 1. 8 L 3 0 .0 FL 3 01.36 EG r N 10 0 3209.9 FL 8+ 6. 3201,511 EG cs 4+00 i I I I I I I I I I i I 4+85.3 OFFSET 14.5 R 5+00 I I I 31' B-B I I I 6+00 i o 6 0 0 I o 0 I I I I I I w I C I F, I I ~ I � 7+ 0 7+57.3 OFFSET 14.5 R 8+86.4 BT OFFSET 14.5 R 8+96.4 PC ET OFFSET 14.5 R� 9+00 w N O O 00 o�7o N N o I o 31' IB-B 3203.20� u v3203.02 + + 3203.42 - 3202.79 /0 -0.87% -0.87% m I m O M N MULBERRY AVE + M -0.87% - - - - - - - - - - - - - - - - - - - - - - + - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (AVE & E EMORY INTERSECTION 20' 3201.08 M.E.t 10+20.5 PT 3200.77 50' OFFSET 14.5 L 20/ M X. ------------------------- 3201.64 M.E. t e 3201.30 ' i GRADE TO _ i o DRAIN 25 LF 3201.75 M.E. f 3201.30 --- o 10+0( 9+88.5 PC 2 OFFSET 14.5 L 0 9+61.5 ET 3201.22 M.E.f 3200.80 OFFSET 14.5 L 31' B-B 9+51.5 PT BT OFFSET 15.0 L N o O m u� LuAu- 9+61.5 ET OFFSET 14.5 R 9+51.5 PT BT 3201.3E -0.87% m m M -0.87% 3201.38 N MULBERRY AVE & ALLEY RETURN SCALE: 1" = 20' 0 3200.67t M.E. 1 I I I I I I I 0 0 0 4 86.1 319 .1 F 3198.19 FL 3 198.85 E rp) m o � i lj Ln o z � c� 0 319 F c .71 z 3 198.66 E + 9. �197.6� F CD 3197.3 F 6 9 .3 9 .01 E 319 .8 F 197.03 E 0 3196.4 F 9 .17 E 9 67 5 rpD 316.0 L 6 3191.91 F 1940 3 1 191.97E 3115,711 L LU 3210 3205 320C J U- t: M + + O� i M 3195 • -0.32ro -i 319C w U- w U- w o ou o m rn rn "' "' "' M 3185 14+00 15+00 15+50 \ST GUTTER PROFILE: N MULBERRY AVE - E 1ST ST TO E LOOP 289 ALE: H: 1" = 50' V: 1'= 5' 3210 15 -v ilytS.Ub il9/.94 3199.00 199.20f 319 .14f � I.E. M.E. w o I L m a i a ` w GO w 319780 3197.70 ou ou-� -1 31 B-B N + co�o +o i '4' SIDEWALK i i i 19 .55t 3196.54t I.E. M.E. pz pz w w c o ETURN 9 O O N MULBERRY AVE & E BATES ST INTERSECTION SCALE: V = 20' 1 - ----- ---------------- -0.35 // a I w 00w ww rn-p +LL LL p �O CD o tD ASPHALT TRANSITION -0 N MI SCAI 0 0 V + 0 ml 1 0 30.4 F i 30.10E 320 .8 F 3 M.05 E 3 0 .1 F 3 M .35 E 3200.E5 L i 3 0 .5 F 3 199.75 E 8 3 .1 3 00.35 FL 30.2 F 3 199.26 E x Z G� 3 0 .0 F c� F-L 0 C) 00 SOX z mr)N I m ______________ 1 25.5' B-EOA 02 O n x �` I m ^' I I ------------ � m h, ti I I -----------------------4 I 7+41.1 BT OFFSET 22.5 R ;`. 7+51.1 PC ET OFFSET 23.0 R -------~---- \ - W N O O W � N NITER AVE c O 8+31.1 PT BT _ OFFSET 23.0 R i I 8+41.1 ET OFFSET 22.5 R ----------- 0------------------------ - - - - - - 0 ------- 0 N + 00 3200.351 �3200.85 -0. 3 -0.62% -0.20 / Q O w m 25' E ERSKINE ST En Lri R=24.5' =24,5' -0.63% B.O.0 -0.62% B.0 C -0.20% 3Z00.10 3199.60 �3199.90 3199.750 Ln w ® m Ln p p mrj N a N a N W N i W 50' Lu LU W U) ,� ,� Lo I� o � p 3200.10� 3199.90 � p 00 o 31' B-B � i i W I I > i Q I I � I I W I I � I Z I i I I E ERSKINE ST AND N NITER AVE SCALE: 1" = 20' - -- N 3199.65 1 Q -0.20% 0 w m E ERSKINE ST Ln N -0.20% �yno nn 3198.7Ln e } f s r � aLn M o W Ln u) + LL LL 0 E ERSKINE ST AND IDALOU ROAD SCALE: 1" = 20' O � a e SECTION A -A CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY WHERE THE EXISTING ALLEY RETURN, ALLEY PAVING OR STREET GUTTER IS IN GOOD CONDITION AND GRADE AND ALIGNMENT ARE SATISFACTORY. '; CONCRETE ALLEY SLAB. IG OR STREET GUTTER. SECTION B-B G/TC G ;OPTIONAL) G/TP/TW ALL CONCRETE SHOWN TO BE 3,000 P.S.I. AT 7 DAYS. (CLASS B) .- .. ` , DAYS 2. MAINTAIN LIP UP GUTTER SECTION WITH 1" INVERT TO VALLEY GUTTER 3. TRANSITION FLOWLINE AND MAINTAIN 1" INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER PLAN VIEW r3r1 BASE ;? 1 5- CONCRETE VALLEY GUTTER & FILLET DETAIL 0 V o. 2"R 1 .A ,Q 3" R SECTION A -A BASE INITIAL SAW CUT /1�/ 6 - A" i TRANSVERSE SAWED CONTRACTION JOINT GENERAL NOTES 1. THE JOINT RESERVOIR FOR SEALANT SHALL BE SAWED UNLESS OTHER WISE SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE CONSTRUCTION AND THE TWO SAWED JOINTS. 2. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE MANUFACTURES REQUIREMENT AND PRIOR TO BEGINNING OPERATIONS, THE CONTRACTOR SHALL SUBMIT A STATEMENT FROM THE SEALANT MANUFACTURER SHOWING THE RECOMMENDED EQUIPMENT AND INSTALLATION PROCEDURES TO BE USED. 3. THE SAW CUT FOR THE LONGITUDINAL JOINT SHALL BE ONE FOURTH THE SLAB THICKNESS. 4. TRANSVERSE EXPANSION JOINT SHALL BE PLACED AT THE RADII OF INTERSECTING STREETS. 5. TRANSVERSE CONTRACTION JOINTS SHALL BE PLACED AT THE RADII OF INTERSECTING ALLEYS. EXISTING & G. SIDEWALK EY RETURNS 5 u 6 25" 7 29" 8 33" NOTE: DOWEL MAY BE USED IN LIEU OF SPLICING REBAR WITH APPROVAL. SEE UEM-02 FOR DOWEL SIZE SPACING. CONCRETE ARTERIAL AND COLLECTOR 10 NOT TO SCALE