Loading...
HomeMy WebLinkAboutResolution - 2024-R0344 - PW Contract 18190, Lone Star Dirt & Paving, LTD, Playa Lake 039 - 08/13/2024Resolution No. 2024-R0344 Item No. 6.8 August 13, 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. 18190 for 66`" Street Channel Drainage Improvements as per RFP 24-18190-TF, by and between the City of Lubbock and Lone Star Dirt & Paving, LTD of Lubbock, TX, 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 August 13, 2024 �~ ARK W. MC RAYER, M YOR ATT �T: Courtney Paz, City Secretary APPROVED AS TO CONTENT: �� .. Erik Rejino, Assistant City Manager APPROVED AS TO PORM: elli Leisure, Senior Assistant City Attorney ccdocslRES.Public Works Contract 18190 66`�' Street Channel Drainage Improvements 7.25.24 PROPOSAL SUBMITTAL FORM iJNIT PRICE PROPOSAL CONTRACT DATE: � .- � � � �'� �----- - PROJECT NUMBER: RFP 24-18190-TF, 66`" Street Channel Drainage Improvements Proposal o � pn � i (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lub�ock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for construction of �e referenced project, having carefully examined the plans, specifications, instrucrions 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 sunounding the construction of the intended project including the availability of materials and labor, hereby intends to fumish 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 TIlVIE for completion: TOTAL CONSECUTIVE CALENDAR DAYS: a go (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: .3 �4 (to Final Completion) (not to egceed 300 consecutive calendar days to Substantial Comoletlon / 330 consecutive calendar days to Final ComuleNon) 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 300 Consecutive Calendar Days with finat completion within 330 Consecutive Calendar Days as stipulated in the specification and other contract documents. Of%ror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $100 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 instntcrion 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 cazefully 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. 7/22/'24 3:14 PM City of Lubbock, TX Public Works RFP 24-18190-TF 66th Street Channel Drainage Improvements Lone Star Dirt & Paving, LTD of Lubbock, TX QTI' Unit Extended # Items +/- U� Price Cost Base Bid #1-1 PROJECT MOBILIZATION 1 LS $200,000.00 200,000.00 #1-2 PREP ROW (CLEARING AND GRUBBING) 30 AC 7,500.00 225,000.00 #1-3 SWPPP 6 MO 8,500.00 51,000.00 # 1-4 TRAFFIC CONTROL #1-5 ASPHALT REMOVAL # 1-6 CONCRETE REMOVAL # 1-7 FENCE REMOVAL # 1-8 EXCAVATION (PLAYA LAKE) # 1-9 EXCAVATION (CHANNEL) #1-10 EMBANKMENT # 1-11 CONCRETE RIPRAP (4") #1-12 30" RCP CLTLVERT #1-13 SET Type II 30" # 1-14 YARD HYDRANT REMOVAL AND RELOCATION #1-15 SEPTIC SYSTEM REPLACEMENT #1-16 SEPTIC SYSTEM LEACH LINE FIELD RELOCATION #1-17 SEEDING FOR EROSION CONTROL # 1-18 FENCE REPLACEMENT (PIPE FENCE) #1-19 ARTICULATED CONCRETE BLOCK MATTRESS AND GEOTEXTILE FABRIC # 1-20 CONCRETE PAVEMENT (6") #1-21 ASPHALT PAVEMENT (2") #1-22 CONCRETE DRNEWAY Add Alternate Bid #2-1 SEEDING FOR EROSION CONTROL (DEDUCT) 4793 SY (3.00) #2-2 10' CONCRETE VALLEY GUTTER 4330 LF $100 Total (Items I-1 through 1-22): Total (Items 2-1 through 2-2): Total (Items 1-1 through 2-2): 6 710 55 1789 198769 31596 392 757 64 4 1 1 MO SY SY LF CY CY CY CY LF EA EA EA 5 EA 37066 SY 1123 LF 10839 SF 431 SY 614 SY 148 SY 10,000.00 50.00 50.00 45.00 9.00 9.00 12.00 600.00 300.00 6,000.00 2,500.00 15,000.00 10,000.00 2.00 125.00 27.00 90.00 43.00 95.00 60,000.00 35,500.00 2,750.00 80,505.00 1,788,921.00 284,364.00 4,704.00 454,200.00 19,200.00 24,000.00 2,500.00 15,000.00 50,000.00 74,132.00 140,375.00 292,653.00 38,790.00 26,402.00 14,060.00 (14,379.00) $433,000.00 3,884,056.00 418,621.00 4,302,677.00 Enclosed with this proposal is a Cashier's Check or Certlfled Check Enclosed with this proposal is a Cashier's Check or Cerdfled CLeck for Dollars ($ ) or a Proposal Bond in the sum of _�" _ Dollars ($ ), wluch 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 execnte the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) basiness days after the date of receipt of written notiBcaHon of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the cvntract to be executed by Offeror shall be bound and include all contract documents made available to him for lus inspection in accordance with the Notice to Offerors. Pursaant to Texas Local Government Code 252.043(g), e competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. TBEREFORE, ANY CORREGTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENIIVG. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. _ Date Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: Date: 7 � �� - a�i � V utho zed Signature S� ,�- P l�e � i ri'1 P r' (Printed or Typed ame) Lonp. �r- /��rL���d Company ,. .—.���a � %�n i ✓ Address � � 14 � __ 4 , City, � County � Y , �9��Z 3 State� Zip Code Telephone: �JG - 7� 5 L � � � F�: �� - �y s v� � �l Email: / �t =.�- .�,e,e�2� .. FEDERAL TA7�i ID or SOCI +SEC�Y No. . .�'oo� r3.� a r 7/22/'24 3:14 PM BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: August 13, 2024 CITY OF LUBBOCK SPECIFICATIONS FOR 66th Street Channel Drainage Improvements RFP 24-18190-TF CONTRACT 18190 PROJECT NUMBER: 92654.9243.30000 Plans & Specifications may be obtained from hlt2s://ci-lubbock-tx.bonfirehub.com/ � City Of � ubbock 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 24-18190-TF 66th Street Channel Drainage Improvements 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 July 23, 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 July 23, 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 August 13, 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 APPROVED. 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 9:30AM, July 10, 2024, via teleconference. The Zoom meeting information is as follows: Website: hgps://zoom.us/j/9759171012?pwd=bkFtRTN1cXVISkhWdkZiMDk4MXh2dz09 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 Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS Pate 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 300 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 $5,000,000.00. 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. https:///Iubbocktx.govga.us/WEBAPP/_rs/(S(quiyirflbtihahjny^ cegwpcs))/SLipportHome.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 21.1 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: PROJECT NUMBER: RFP 24-18190-TF, 6611 Street Channel Drainage Improvements Pro osal o p (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: A So (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 3 /0 _„_(to Final Completion) (not to exceed 300 consecutive calendar dar s to Substantial Completion / 330 consecutive calendar daM s 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 300 Consecutive Calendar Days with final completion within 330 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 $300 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $100 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. 7/22/124 3:14 PM City of Lubbock, TX Public Works RFP 24-18190-TF 66th Street Channel Drainage Improvements Lone Star Dirt & Paving, LTD of Lubbock, TX QTY # Items +/- U�M Unit Price Extended Cost Base Bid 41-1 PROJECT MOBILIZATION 1 LS $200,000.00 200,000.00 41-2 PREP ROW (CLEARING AND GRUBBING) 30 AC 7,500.00 225,000.00 41-3 SWPPP 6 MO 8,500.00 51,000.00 41-4 TRAFFIC CONTROL 6 MO 10,000.00 60,000.00 41-5 ASPHALT REMOVAL 710 SY 50.00 35,500.00 41-6 CONCRETE REMOVAL 55 SY 50.00 2,750.00 41-7 FENCE REMOVAL 1789 LF 45.00 80,505.00 41-8 EXCAVATION (PLAYA LAKE) 198769 CY 9.00 1,788,921.00 41-9 EXCAVATION (CHANNEL) 31596 CY 9.00 284,364.00 41-10 EMBANKMENT 392 CY 12.00 4,704.00 41-11 CONCRETE RIPRAP (4") 757 CY 600.00 454,200.00 41-12 30" RCP CULVERT 64 LF 300.00 19,200.00 41-13 SET Type 1130" 4 EA 6,000.00 24,000.00 41-14 YARD HYDRANT REMOVAL AND RELOCATION 1 EA 2,500.00 2,500.00 41-15 SEPTIC SYSTEM REPLACEMENT 1 EA 15,000.00 15,000.00 41-16 SEPTIC SYSTEM LEACH LINE FIELD 5 EA 10 000.00 50 000.00 RELOCATION 41-17 SEEDING FOR EROSION CONTROL 37066 SY 2.00 74,132.00 41-18 FENCE REPLACEMENT (PIPE FENCE) 1123 LF 125.00 140,375.00 41-19 ARTICULATED CONCRETE BLOCK MATTRESS 10839 SF 27.00 292 653.00 AND GEOTEXTIL,E FABRIC 41-20 CONCRETE PAVEMENT (6") 431 SY 90.00 38,790.00 41-21 ASPHALT PAVEMENT (2") 614 SY 43.00 26,402.00 41-22 CONCRETE DRIVEWAY 148 SY 95.00 14,060.00 Add Alternate Bid 42-1 SEEDING FOR EROSION CONTROL (DEDUCT) 4793 SY (3.00) (14,379.00) 42-2 10' CONCRETE VALLEY GUTTER 4330 LF $100 $433,000.00 Total (Items 1-1 through 1-22): 3,884,056.00 Total (Items 2-1 through 2-2): 418,621.00 Total (Items 1-1 through 2-2): 4,302,677.00 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of 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: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date_ Addenda No. Date Addenda No. Date_ Addenda No. Date M/WBE Firm: I I Woman American Date: _uthoi'zed Signature (Printed or Typed Name) z_/j r u % Company Address J _ City, County State Zip Code Telephone: 90 mac[ s jD t � Fax: pL - 7,I Email: FEDERAL TAX ID or SOCIAL SECURITY No. Black American Native Asian Pacific American Other I 7/22/'24 3:14 PM 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. 71221'24 3:14 PM 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. A �,reement Example Review This sample Agreement has been reviewed and ( ) is acceptable ( ) is acceptable as noted 7/22/124 3:14 PM 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. 1 - Ir a � Company Name: L-yn �'1 -I a-----� `� �/ i n c _. r Signed By: Print Name and Title: S e V,- J Date: _ ,? , oZ 3 71221'24 3:14 PM THE STATE OF TEXAS COUNTY OF LUBBOCK That we, LONE STAR DIRT & PAVING LUBBOCK TEXAS BID BOND ss. KNOW ALL MEN BY THESE PRESENTS: County of LUBBOCK and HARTFORD FIRE INSURANCE COMPANY called the Surety) as Surety, authorized under the laws of the State of CONNECTICU of the City of and State of (hereinafter called "Principal") as Principal, (hereinafter T to act as surety on bonds for principals, are held and firmly bound unto CITY OF LUBBOCK _ (hereinafter called the Owner) as obligee, in the sum of 5% OF AMOUNT BID _ _ ($ 5% OF AMOUNT BID ) in lawful money of the United States for the payment of Principal and Surety, and bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally and firmly by these presents. WHEREAS, the Principal has, submitted a Bid Form (Proposal) to enter into a certain written agreement with Owner for Construction of DRAINAGE IMPROVEMENTS ON 66TH STREET IN LUBBOCK, TX hereinafter referred to as "Agreement." NOW, THEREFORE, the condition of this obligation is such that if the Owner shall accept the Bid Form (Proposal) of the the Principal and the Principal shall faithfully enter into agreement with Owner in accordance with the terms of such Bid, and give such Bonds as are specified in the Bidding or Contract Documents; or in the event of the failure of Principal to enter such Agreement and give such Bond or Bonds, if the Principal shall pay to Owner the difference not to exceed the sum hereof between the amount specified in said Bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said Bid, then this obligation shall be null and void, otherMse to remain in full force and effect. SIGNED AND SEALED THIS 23RD day of JULY A.D. 2024 Witness PRINCIPAL: LONE STAR DIRT & PAVING BY — 1182 NIVERSITYAVENUE LUBBOCK, TX 79423 Address SURETY: HARTFORD FIRE INSURANCE COMPANY By: DAWN TAYLOR, ATTORNEY IN FACT HIGGINBOTHAM INSURANCE 9111 MILWAUKEE AVENUE, LUBBOCK, TX 79424 Address (806)798-2700 (Safety's Telephone Numto Attorney -In -Fast 7/22/124 3:14 FM Direct Inquiries/Claims to: THE HARTFORD BOND, T-11 POWER OF ATTORNEY Hartford,One 06155 Bond. Claim s@ thehartford.com call: 888-2663488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: HIGGINBOTHAM INSURANCE AGENCY INC Agency Code: 46-506239 0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint up to the amount of Unlimited : C. Brent Aycock, Jeff Fowler, J Kirk Killough, Dawn Taylor of LUBBOCK, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, 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. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 1.N► • t`4tri+wi+)� ' NYWd► s 1070 1D79 • � �_..-,: n:.:, ,ryA'r Rl+ti • yttt�bri� Nam' ,r • ra Shelby Wiggins, Assistant Secretary Joelle L. LaPierre, Assistant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. Jessica Ciccone "...��: .;• OF p}. , My Commission HH 122280 Expires June 20, 2025 I, the undersigned, Assistant Vice President of the Companies, 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 effective as of JULY 23, 2024 Signed and sealed in Lake Mary, Florida. tool- 1 ;,��+trtmr+ �+'st�► §{r t079 Keith D. Dozois, Assistant Vice President 71221'24 3.14 PM Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. The Hartford To get information or file a complaint with your insurance company or HMO: Call: Consumer Affairs at 1-800- 451-6944 Toll -free: 1-800-451-6944 Email: bond.claims@thehartford.com Mail: The Hartford Financial Services One Hartford Plaza, T-14 Hartford, CT 06155 Attn: Bond Claims Department The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 Email: ConsumerProtection@tdi.texas.gov File a complaint: www.tdi.texas.gov Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 71221'24 3:14 PM Page Intentionally Left Blank 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. (aUALITY 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: 4/21/121 9:54 AM 'Lr1 b*dmr% C-Laral Iaf I i Oqxi=tiwrt4c: DQfmW9wbmti -Laae-Slar-rhAa— � 1Fi Ci Uniuefsk Avenue- ._ , _ vj kaMdnNumbn v. F� arlaimim. (Cbm* Ong) _ 1 �CWP-�Cl- 1hdwhd Dft Sam 1 LI�peFll�ilr 1 Vu/l�Illrti M _. Saaa4r�r'y I�Iumt - _ JJ Lmft odro e 6 F,,w 6 V%1_ S mfe Tumor _ ic�.R�Psiderat. r1�� os c z E me hwr a E r of Jtmme 41211'21 8:54 AM S #{ at_. -Sur 1 r tY O. 4► Yail:ll:mQllab 1. IMT404074 1. 0 of mma dw'bw o wrw ltyr ho or �� =A. la �e leiitr� oftiae Udrn, t6 of1r:� Cosa;, ft;co It ais Nmors �.Da� 'jbLhi Yana aapaelmar �P��to1lepap+�ladpgjerfr ' Aaa Oeaaai awpldrtYaatane�a�ha� seroded N _ _ m-Xi?3tS m >R pc4, t qr ,jaw to aTalmb la does& la a "Poft anaahrnod. �pb tR�rd�t Aoa bpi t5f Jar a aMW aged loom a prrp,r - p pww is thepw im Ry" PWWW W dorm la a elgarrr aaaa6oant Sae mm AD So d& ow a P1pda�' ae SOW bo l m a pmparer or aa;. Inca, �, ar lidecat .:mac. wlllri � ya�t lfN , ++rrcllt popa"7 by No rm a7� Por�ia�DdWBr la a - — _ -._ ��+I1t�ia~aat.:aaaSaalma�tNa + t °C ! .ar�b aaara�y 1a 8W fidjdkm or e. MY" e a PVvvaltaBra wL Sm g2bdLww pl& No kto j 8�t dvlr �r a pcoanaftmmmo elgoearcr � ayrr ra�ea tc aaurrmt ar m4wea r3 p "' HIg>�IP lbit daMib it i E _ lepluero eillaht. /aa rm-otrmom Np, 4/21/'21 9:54 AM bratede an Tide ad Berate d ---.. 1 � .,q..a..o.. aeeepes UM f agar eft wp d9 per- i dr t3eeri at 10 to this See eeod,- am Wesley Sanders —President Jams Marte1l-�hak Format Steve Turner —Nice President Arbrey Stockman —General Superintendent Jesse Palacoue--_Concr+ete Fortran Carlos Yannis Dirt Forman , (� PAM& a brictdocchodwOrem mmqpcbettssc uep@apamd ate[ a�;t. h • � b ad ab�I er w A&Gy Stockman is the general manager on this project. Ew"M �ee I1re kW pwamad 1 sw"Few alit aril peoalo+s toe 1 by sne[Irv. > ibr auadb9�e ter Cwh of #me pt AMM as >8e peps Au ems! a d t hose peeee0d Aka tier pry' .rrd g ae en &Uci m= 7% MQVWMW mmtjIdD& lire yips as a MMOMW ti AM ad *MW ftfi as, wak M" ►Adair 60MI a peq m �► � lira Take � fx ar* asl�lM04 Wd p �a. Addiieasi k�tice ti jI& awe tkeot Ike beet aodWrostper>i�eafei ,,emamr d"Mdo kehA dmi ltgj"Bn*ol18ear — JArhfRY DC*Mea;,Steve-T er �„ �� TS�dm�n .Arbrey 1 Stare Iurm7kow ipiht f p�md am ta, m &M cm arts ram, a" pMVkO a w et aedw moth lbae wW be dawsied iso aids as dl TMMkufww m sib arc: Me ae d to peeeeake atdrdr time tint WE be dawaW w aeab nik Irft [ed�ridrmi is am b be d m*M Id* to 9* PIWO , bftate ken *w it b be dMded kamm tkis FOed amd tuft adw 41211'21 8_54 A M Peopwsad p"J"YMPAW r .Doing> A. Lone Star Dirt & Pe NomofhWhidwl r-ey rnan Yam QfRq edemoe Rop"i or �.,Rwkw 20 Years - —_ Yam ofERMdawwalidso mi 6 Years NmmbwQfdMHffPxjeot =PrgedUMw - Numbar Oisam7u ;',;v QtMOM Name of Aaegnmwt PiQeeat of an Used fir 7 8glas ed > e Business Park ibis Pw vd ,) dion Doe Spends Time NeedicF— IInler Fre--nshI-ISD Sth Grade Center �� , [Min Oamee m�gtlai ;, , r s� � b ooedaotiY� thOnamn mdlYa� ala sie%eoe) Name enn fer Davidson 1vT ue _ Titia/Fosiitian IlltCll. T Porittam Mlizodn R. R, bor, �; un — - U .0 jr ion r of Lubbock L a: lalr �...._rtinr )_.. Fro't�t roieem Superintendant PI, C4VI General Super Wawa afmdiv" -- Yesura ofawounoo a Phdcd M=gtr Yana ofEvaalow with ibis ages izetim N=bw of aumdwpsojeda uhc&dMMW Nomba ofaimilar panjeds is other Positions Nmne OfAAdZMMM ZytlelPauadao n Cendidmte Bole on Pwiect ft ow ofvoic Uses hr Fstimatsd �Piigect tms �v_iext Onm, Idiao Hate mamas Pnosed ,. f'aodidadt Tole 41211'21 8_54 A M Psvpow! PMjwMa=RM tan Doigg sisiu is As Lone Star Dirt & Yem OfEspedfi= = PM&d MIMSW 20 Years YQMdMqwhMwftfl*GwMbzfiw 6 Years NumbsofdmOwp ejeateasPtioj=MMW Nwdw ofKMfI rpsojeM m Other podd= f ••�„ NameafAn4muM ._r--?i� of TimeuNdit 8 ed p shier Business Park thu Pio sat --D-�e Spends Time steed : d nshi, 1 c; D 9th Grade Center cb0baa�i tiis�� mdi 'ier,Davidson ;' a t. roust to cxsn +aum4q igwidosls M a �dhrfesoe} t NamTtw i�aurl� Padtia6 . oum' r wfl ity of Obboc _.__. Pb-� rru r�, Superintendent �� "�'"� General Super ' Nameoflbdlvld W Yeses ofBpmi noe is Fkgcd YcM ofEzI M OOw with this Nomberafsiae7arpro OamaPssgact NmabWafsoap geasino&wpoddone �+aotP,�ect _- NameofABOPMM Pdoeat afTSme Used fbr Pryect fNs PtiD'ootCOMPledwDift MdPbsitron j".M 1 PML __ Pmed Qsmldrle Tole asPWM ivle l _ Jed f I 4/21/121 9:54 AM Ptapowd Pt+*K Kaftem As Lone Star Dk18 Pevinn� --- -mum %a A=' = Colin Coe - Yams afEgaignee mprgeotMmq�pr - _ 21a Years Y=M dItUdaoce WIM Ws awnhadon. 6 Y� 3 is NWmb@rcfsnRaprg0*= t4jedM 20 ` Number ofdmMwpatti"inodwpoom 15 4timeat Pttajeot A, __ _ _. Name ofAsaigmnW Paceat of TYme Und tr Plainview aye "oun r us Hess okra ��, �Pta•eec ���R,�;, latiomDste S ends time neede Ci: ,- of Lubbock Business Park on each r= r ed IRIMaaM CMM ;y;d1 tamt►as —� ar;rs; names dials �:t�n-,the zrY?ir� isirefismt� - P -� 1 K:),ie .�acksonOr F :tton c:rrnc-,, PSG TI�IdPiadtmst 1 t�: anftxiaaa'_ _ l�_!I m.xti:� GHQ 1 r kfl7rl Tee !u 1806i-473_2200 _ -moeil tatoleon owners R _ eR tote � Civil Enoineer MUMp oo Nme of7ndi&1 Yams of�tpmriaooe w Ymject tidaotser YeseofEgwdeowvMdds m NMdW of dttailarp as Ptoaat Nmabw of sImffv prgeft iR 0dW poshi= C1mm9 PttJM AUWmnb Natm of Asdgmam t Pstem of Time Used For Project 9& PW=t. t7oag,ltttf� Dme 711W Peautialt — T Name Or tiaxE-mmfl _ — t. ' Bow condi&derdeen candkifft Plow t � Pt+eitnt 41211'21 8_54 A M ZI�n d'lalh�y S�]�1E T11Ii11<f 4i-.�},�f_t[1�L yea Y�ad�;pndmoa lfi�iar adai�iiarprgha� a� � O� ��ar� ''7�mb�srd�pt�lrtadepo� Ur�'�� _..� over Nlow atAmW m d tMror.t dilm i�W. ---- il.ihrafat ; comloimDw Inlar B �s ess Park n nth Flornants -- - des iadzE Per ..._,,,foreach ra Fna'ec �� . ale li1m4A �Wi�1i �s ■t�l � Tlgwftvidm lime Greg Durbin Hugo RemTe Pam. eoE rda on e©c ao 8ro`na . + iuerr �__ ■rhq�e�aa � '1�aadDerdaisQatpagj�lru �b� ._ �_ __-- IwaimbORd> rptgjea, i� a�poid C� ifaq ut liana add . �a�art a�' r u hi �wtloi0ed one1 8mieee "0� 4/21/121 9:54 AM ftvpood by ac Qllllfl� �hni Dokw Ba�io -Al - Nwdl�hldwi ��-. lir■6ar�i�r�*� I�t1lgrRA�f>r• _. Xwo d ef�IFsT�`R+�a Nafkan R+qAler rd Ur,aa ; Ragn Read 48�}%)Fs3:rb4� C=dWaica&an r P.Wad Quality Grub )kwait2&vt" Yaw ai w Quwjty [:OWM Ywx oC B"dw," wj& *b ownwNp,a )Anbwra[dmAL +1 "Q�mft 4MOW Number aroma io aFP�r+r pow lrlrfa�a m[ B"._T4 A9F-- 4Li � rr aaw to oadd�ctin � �e nrm�ue � R. s� tim -reg - - +mazatir _ i as phim Cdudar f fM#Nd 4/21/121 9:54 AM 11�e esley D. Sanders 11820 University Avenue Lubbock, Texas 79423 PROFILE • Managed million dollar projects 4 Involved in all phases concrete and asphalt work ? Utilized creative thinking, and superior problem solving skills to overcome all challenges. • Highly motivated to improve efficiency and profitability of projects through communication and analysis of methods. 0 Strong leadership skills ensure all contributors remain focused on Critical Success Factors to achieve all objectives -0 Managed multiple simultaneous projects 0 Good computer skills EXPERIENCE: Over 30 years in the construction industry: 20 years experience as a partner/owner. Presently a Partner in Lone Star Dirt & Paving Company, in addition to Seven Sanders a rClkd company, as well as sole owner of a over the road trucking company Sanders Transportation. CORE COMPETENCIES: ,*Scheduling - Engineering - Material Management - Budgeting - Contract Negotiations - Hands on Supervisor - Staff Training/Motivating, RECENT PROJECTS: City of Idalou -road excavation, curb & gutter work, hot mix, and erosion control City of Lubbock - remove existing asphalt surface, and replace with concrete City of Lubbock - Seal coat streets throughout the city Lake Alan Henry G1 - asphalt paving repair, miffing, asphalt paving replacement, caliche road replacement and concrete work. Lubbock ISD parking lots - demolish and rebuild three (3) parking lots Cooper Technology Building - new building, curb & gutter work, sidewalks, asphalt & concrete paving. Cooper ISD softball complex - demolish existing complex and rebuilt complex. I 3e Street Project - Indiana Avenue to Avenue Q Reconstruction, 41211'21 8_54 A M S "EPHEN D. T , RTNI ER 3202 WOODROW ROAD LUBBOM TO AS 79423 (806) 548-3721 PROFILE I have been in the construction business for over 4o years and have worked with local individual contractors as well as with the City, County and State. Successfully completing multi -million dollar projects on time, fashion while building a positive rapport with architects, engineers, local officials, vendors and clients while maintaining costs. Versed in contract negotiations, project estimating, document preparation, codes and regulations, material purchasing, site management. Areas of Expertise fie in: • Team Building & Leadership * Ouality Control Management Permitting and Building Code * Safety & Compliance Management • Construction Planning and Scheduling * Organization & Time Management Critical Path Project Management * Vendor & Materials Management • Budget Analysis * Estimating & Job Costing EMPLOYEMENT HISTORY Lone Star Dirt & Paving 1995 - Present Plan, organize, and manage the overall projects. Responsibilities include blueprint review and analysis of projects, preparation of construction documents, bidding, negotiations, material purchasing, scheduling, project budget, building code compliance, project development quality control. Caprock Highway Construction 1983 —1993 W.D. Turner Construction 1976.1g83 KEY PROJECTS AND SELECTED ACCOMPLISHMENTS • Tx Dot Highway reconstruction • New Airport construction and renovation of existing runways and taxiways at Reese Air Force Base and Dallas Naval Air Station • City of Muleshoe • Heavy Highway concrete paving in Greenville, Tx • Seal coat of numerous Texas major highways in Districts all over Texas • 34th Street Project— Indiana Ave to Ave Q reconstruction 41211'21 8.54AM Jul" ArAr4vBV,,, DaTCw8rRuCTM®NCBlM W= GRAl111T IW=U`' Seaeo■ed An�lt S'ape�ieudmt � T}es v1�o�d in•Aeplb � e11 eoapeds of 8iptevrey Oa�odbbde y„�, pipe ledMeeoe 8 as m1d advaaatag to egodpaeed sq*Ak ti im= ARE pa+oamoted — who a wwbtee dwL saw of - vik Timor, NmDMT, fiidaud paajsats, pdveb eaetote a11d ft plxfjeais of aB d=L ' =MV and Mavete empla"w to otaeolta a =w" and veeed b oMew wlte ammONM of on teem , Sawn rMapdayeestu WwbdMdNrUWXpzvir mftdwpest M253sL GMAN= CmumOXIM— COICAM, L*Wek TX 7AD-268 Liu �boe%T$Tom Dept. OfTr ea-0t�-tea► 2003-2010 1Lea Beat / Wetat a MMVj row* ie a fifthaeq 13 X& Bwmypvjao in TX deap redress tte eltl► Imd paavicio addod oey b uaaat fi>daote hedpottl8larl a+MMds, The i jO NI PM l revisal >oe,*T Meteo�dei optm , inOtAdtQ�'1�eerae Tech i Tc�6 ft Oft lwIn' Mes adda, wasba sAe w aed wMd bah 1md nlahad fidwa aMMIee tlB owned wads a8 to awbum fie' al 4 Am of to p xdwt ea+1 41 by TxD T m hr. Ov=U pwjOdnqMhMtiwido—ded s meh*b taqxs is vadaae t ub moia ft wMb& teaMk & sephdt p final job eabaw ' SX& May. , an Pdou Ohs, BmddoM lotaaf Wd Cords ad wadmg end wd !'brew i —'thin p glade W- 9d pbaao oomaisded ofdo wt whs Am law b sit ]suer, of ePlaimd WA* 11 n&s of Wat Loop 289 anal alit Rd. to 30 St, Abe in the M*mt re+mrr cesebacd= ofmyoi Lym to* 299 bosps otter US Q I tit sad b dk%g oddw 50 St oveown ldsaa* and d p hS 3200 tema of 7' W B ndt aaol pMeod AN 'qmwmdm MWfts fa bcaus FAL Qeeamted a gMbaaoeenstla8 af37 nedof381abe wAsol ee wnt im 2 — This angft pardon of the ptled upgmft it 4.9 mfie pwdem of US 82 iMb a POW wxw to caukoem of rah s Ab&ML This AM- fm- "Md UWWmass sto 4B 30 flan 1901 6t Qw&w Ava, 4& IN end Aveaam Q PMA t W ad apeevlmd the hft of no tons of 7*e 8 =it ubwh bob a scaM y nae xd of atnawl of mix kIL laid 3M tone of Type 19 mia os ar used &p in blift teak eoane. K3arsreted s 929fe boons rabgg of 3ti out of 42 pae4ag lute with la removel. Phew 3A — Cases W of 3.18 to 90 of noalti M may, sepposUhMoy made ad tM =*w Syarer bddpL The sanoftuwd flyr w fivK Loap 289 bus 821$ghwey oar 39M 8 MA ma dkb aw 74 fi htgy . modoteg it to lamgaet sad fattest anon in the hiedw of T5d7W s iabbo* District. Tiro aeeomd Apure; an OMMOund oonaoab w $fit US 82 BWml,y to Imp 289 cdmh 2,080 A end emnde 41 L tall. GmmdW 1t1A bomsa Mfbr anudwVXW wigOw Rmdfi affOw farOQPC sad AAA VA so ramw 1. 1'bttae 3R — COC*WgW 1.5 mites dos & fe+om Cbbago to thdeaa Ave. sad bo bim hdoMbMW at M Stead a& Rd. witty avvVN song st the 06 nabeamdjoL as mnbd 99% bum iataaag Wfi 20 ant of xl pavbmg I * and noaerma WiL 41211'21 8:54 AM OWN�IS*d FTUV p a m as NEW EFNM do ray O , ar brft bey C=www within to ht 1� ASKAMWOM a °°� � � (� � �r pa�eati ,� ia�w+e b� � dr Iri g►e �ardt 11l1{oRt c ,tx iha m MQb36CW ca AWI b rmrido 1►e�t nis�c #c tfa i9r►e /Y '1p! � i g1■1pk�M,'d ihet�pet,11r��- �"__._� �► �'� r � �ibr.� tku �oi' fie 3 rrt4p a , in mmoolkys gin pevw b rmid.P ww fiv r... owm,•. . i.dommiptlan 0t aWad ingje&&win � 2. ci aboomemice red awns 3_ Tha mrtil 4. Ckw o x*d L. 5. Leymmmgmcw & plow t sift y 7. logop� 8. eq mo d=- dli8 t Cosv i kti! of sie or p,n" iar u,e m ttm as /Qi. Additiai qua if P*mq un mpk*d OWE law Bw -- - Wi1>C�7101�w'�l�ar��air�sc�nrlr+traetn ieea�r � 4/21/121 9:54 AM 07.46 Sah"Wtz". *.airs mw vomam I QQR StAl Did X Payinn 'PrvvWm HO of fdmw.*Wft" OW wN pm—womtwn 10 prrre�rt of WM to be hvvweao dw moe a dmmipt= of pw tWokeft iw,mA�lbr4hmb I ac I NO ProV.& a lie of mz'v- r Ili maw Atub Addwoug Lakussim EqL#mrd i Mswml Pixmidrd aad Only Ipme!" wo mm Lamm wlp� R4oarb N: PIf kLFW� otomam pkm 4/21/121 9:54 AM Lone Star Did & Paving, Ltd Unit # Supervisor Year Make Model Serial Number Comments 77777= P29 Dodrick 2007 Chev Silverado 109690 4DR Flat Bed P33 Jesse's Crew 2005 Chev 4500 509416 4500 Crew Cab Flat Bed P35 Pete's Crew 2006 Chev 4500 420184 4500 Crew Cab Flat Bed P37 2011 Ford E350 A59295 Passenger Van P38 Keith 2010 Chev 1500 257991 4DR 4 Wheel Drive P39 Mario 2010 Chev Silverado 248749 4DR 4 Wheel Drive P40 Broken 2007 Ford F550 28113 Mechanics Truck P41 Rickey 2013 GIVIC 1500 34311 4DR 4 Wheel Drive P42 Mary 2012 GIVIC 1500 157494 4DR 4 Wheel Drive P43 Asphalt crew 2013 Chevrolet 3500 HD 141603 44 Work Truck P44 Asphalt Crew 2013 Chevrolet Silverado 164132 4DR 4 Wheel Drive P45 Omero 2013 Chevrolet Silverado 210422 4DR 4 Wheel Drive P46 Asphalt Crew 2013 Cheverolet 3500 139786 4DR Flat Bed P47 Carlos 2018 Cheverolet Silverado 150312 4DR 4Wheel Drive P48 Roland 2013 Ford E350 Ext 90473 Passenger Van P49 Rick 2019 Ford F550 55084 Mechanics Truck P50 George 2019 Ford F550 48284 Mechanics Truck P51 Jason 2016 GMC 2500 328111 Mechanics Truck P52 James 2020 Ford F250 47726 Crew Cab P53 Cruz 2020 Ford F250 87515 Crew Cab P54 Oscar 2020 Ford F250 87517 Crew Cab P55 Arbrey 2019 Ford F150 25032 P56 Jesse 2021 Ford F250 36426 Crew Cab P57 Colin 2020 Ford F150 54158 Super Crew 77-7r= PT1 41 Pit 2002 Terex TA30 A7991477 Articulated Dump Truck PT2 41 Pit 2006 Terex TA30 A8941056 Artculated Dump Truck T1 1991 Ford F8000 Al 3102 Water Truck T7 1992 Ford F8000 A07950 Water Truck T27 1993 Ford F8000 All 1847 Water Truck T28 1991 Ford F8000 A37304 Bobtail Dump (Asphalt Plant Trk) T29 2002 Ford F450 A58078 1 Ton Flatbed T36 2000 Pbt 377 486009 Water Truck 1999 Pbt 385 502626 Bobtail Dump Page 1 of 9 4/21/'21 8.54AM T50 1998 Ford F800 A29809 Mechanics Trk T52 Jose 2005 Pbt 330 857589 Fuel & Lube Truck T53 1995 Ford L900 A42667 Bobtail Dump (Asphalt Plant Trk) T54 2008 Pbt 388 TWA 740319 Winch Truck (Red haul truck) "Logs T55 2007 Pbt Water Truck 676323 Water Truck T56 2005 Pbt Water Tn. ,o< 872143 Water Truck T57 2008 Pbt 388 752240 Tractor T58 2008 Pbt 388 758854 Tractor T59 2007 KW T-800 183633 Tractor T60 2007 KW T-800 183631 Tractor T61 2007 KW T-800 183632 Tractor T62 2007 KW T-800 207407 Tractor T63 2007 KW T-800 185739 Tractor T64 2008 KW T-800 212990 Bobtail T65 2008 KW T-800 213389 Bobtail T66 2008 KW T-800 213387 Bobtail T67 2008 KW T-800 212981 Bobtail T68 2008 KW T-800 213386 Bobtail T69 2006 Ptrblt 335 657385 Water Truck T70 1993 Mack CH613 27600 Water Truck T71 2016 Freightliner 108SD 8810 Distributor Truck T72 2007 Ptrblt 378 698593 Water Truck T73 2007 Ptrblt 365 666586 Water Truck T74 2008 Ptblt 367 T/A 770128 Tractor T75 Chris 2010 Ptblt 340 T/A 105346 Fuel & lube Truck T76 Bob 2007 Ford F750 411347 Mechanics Trk T77 1999 Mack RD688S 039735 Bobtail T78 2000 Peterbilt 357 522718 Water Truck T79 2012 Mack CHU613 011338 Tractor T80 2012 Mack CHU613 011340 Tractor T81 2007 International 4300 416708 Bobtail T82 1992 Mack RD695 11756 Bobtail T83 1990 Mack 006322 Bobtail TR1 1972 Vermeer Flatbed 1906 16' Folding equip trailers TR2 1988 Lee Form Gooseneck Fla" 595388 18' equip trailers 28' tandam axle w/loading ramp TR3 1994 31241 Page 2 of 9 4/21/'21 8:54AM TR5 1988 Kaly Dump 5104 Hydraulic Dump Trailer TR6 1982 Fruehauf Tank 2806 Hot oil tanker TR7 1981 Howl Equip S8111280 16' Equip Trlr TR8 1966 Fruehauf Tank OMG353619 Hot oil tanker TR20 2001 BIGTEX Utility E42782 18' TR21 2002 Shopbuilt Lube 124068 Lube Trailer TR30 2006 Clem End Dump 005313 End dump trailer TR31 2008 Tiger Utility 2253 18' utility TR32 2001 Loadking Haul Trailer 023906 Low Boy Haul Trailer TR33 1999 Lee Model T7 215286 14ft Utility Flatbed TR34 2009 Tiger Utility 227 Flat Bed Utility TR35 2001 Etnyre Haul Trailer 111211 Low Boy Haul Trailer TR36 2009 Shopbuilt Flatbed Flat Bed Utility TR37 2005 Load Tilt Utility 005393 Flat Bed Tilt Utility TR38 2012 AFF Equipment 1A9BE1826CL790030 18' BP Equipment TR39 2012 AFF Equipment 1A9BE1824CL790031 18' BP Equipment TR40 2006 Ranco Dump 1 R9ESD5016L008143 Framless End Dump Trailer TR41 2012 Bels Equipment 16JF01622C1046491 Utility TR42 2012 Bels Equipment 16JF01629C1046486 Utility TR43 2001 SEI SEIPUP 1 S9PD33261 B638302 Pup End Dump TR44 2001 SEI SEIPUP 1S9PD33271B638308 Pup End Dump TR45 1998 SEI SEIPUP 1S9PD3322WB638109 Pup End Dump TR46 2000 SEI SEIPUP 1S9PD3421YB638215 Pup End Dump TR47 2003 Warren TIA 1 W9CA4B263T369001 Pup End Dump TR48 1973 Heil Tank 924979 Tank Trailer TR49 2016 Armorite Dump 56EA75C22GA000626 Framless End Dump Trailer TR50 Shopbuilt TR51 2020 Mana Bellydump 5MC424012L3198398 Belly dump trailer TR52 2020 Mana Bellydump 5MC424010L3198397 Belly dump trailer TR53 2020 Mana Bellydump 5MC424014L3198399 Belly dump trailer TR54 2020 Mana Bellydump 5MC424019L3198396 Belly dump trailer TR55 2020 Mana Bellydump 5MC424019L3198401 Belly dump trailer TR56 2020 Mana Bellydump 5MC424017L3198395 Belly dump trailer TR57 2020 Mana Bellydump 5MC424017L3198400 Belly dump trailer TR58 2016 Etnyre HFR50TD3 Equipment Trailer 1 E9319072GE111013 Haul Trailer TR59 1978 Delta DD-46-96 2(717 Drop Deck Equip Trailer Page 3 of 9 412I1'21 8:54 AM TR60 2020 Diamond C Equipment 46UFU2029L1230606 Utility Trailer L6 1977 CAT 950 81J10964 Loader GP bucket w/ cab L9 1989 CAT 980C 89P4756 Loader L14 1983 CAT 980C 63X4723 Loader L16 1983 CAT 930 41K11978 Backhoe L17 2002 CAT 416D BFP03226 Loader L19 1989 CAT 988E 050W09849 Loader L20 CAT 966F 01 SLO3446 Compact Track Loader L21 2004 CAT 252E CAT0252BCSCP00510 Backhoe L22 2002 CAT 420D FDP12773 Loader L23 2007 CAT 928G DJD02717 Loader L24 CAT 950 G 3JW01649 Compact Track Loader L25 2009 CAT 289C JMP00867 Compact Track Loader L26 2012 CAT 289C JMP2776 Compact Track Loader L27 2012 CAT 289C JMP2780 Loader L28 2011 CAT 980G 2KR75009 Loader L29 2008 CAT 966H A6D1384 Landscape Tractor L33 2006 CAT 416DIL B2D2395 Backhoe L31 2007 CAT 420EIT KMW1549 Loader L32 2006 CAT 938G RTB2312 Skip Loader L30 2006 Case 570 MXT JJG0302936 Loader L34 2006 CAT 938G TCR00266 Loader L35 2010 CAT 850H OK5K02879 Loader L36 CAT 420F CE41-1 CAT0420FTSKRO3564 Backhoe L37 2013 CAT 289C2 CAT0289CCRTDO1156 Loader L39 CAT 980C Z63XO9800 Backhoe L40 2012 CAT 420E AM ODAN02116 Compact Track Loader L41 2013 CAT 289C2 CAT0289CCRTD01156 Backhoe L42 2017 CAT 966M OKJP02423 Loader C3 Dynapac CP271 23620353 3 Wheel Steel Wheel C5 1978 Ingram 10-12 ton 726BO95 Yellow Wacker Packer C8 Wacker Packer 583601396 Green Wacker Packer C9 Wacker Packer 654504847 Double Drum Vibratory Roller C10 Dynapac CC421 58010324 3 Wheel Steel Wheel C11 1977 Ingram 539375 6419950D63 25 Ton Pneumatic 3 Wheel Steel Wheel (9010005) C13 1968 Ingram 1125 3A80281 FC Page 4 of 9 4/211'2 M 8:54 AM C17 2000 Dynapac CS141 21720145 Pnuematic Roller C18 2000 Dynapac CP271 6996453 Double Drum Compactor C22 1999 Dynapac CC522 62910590 VIB C20 1993 Wacker Packer LF70 Vibratory Padfoot C23 2000 Dynapac CA250PD 65320338 Vibratory Padfoot C25 1999 Dynapac CA152PD 64320602 3 Wheel Steel Wheel C26 1991 Dynapac CS12 175363 30 Ton Pneumatic C27 1995 Dynapac CP30 7018797 3 Wheel Steel Wheel C28 1978 INGRAM 10-12ton 88275OE9Q 25 Ton Pneumatic C31 Dynapac CP301 3 Wheel Steel Wheel C32 1998 Dynapac CS141 903R140055 Double Drum Compactor C33 2008 Dynapac CC142 60214052 Double Drum Compactor C34 1998 Dynapac CC522 62910617 Compactor C35 1992 Caterpillar 815E 17ZOO487 Compactor C36 2001 CMI 335C HE-1506 Compactor C37 1999 Rex 3-35C HE1498 VHF Roller C38 2006 Dynapac CC522 51720557 Pnuematic Roller C39 2002 Caterpillar PS3608 9LS00221 3 Wheel Steel Wheel C40 1992 Hamm WH90 33906 7 Wheel Roller C41 2001 Caterpillar PS360B 9LS00229 3 Wheel Steel Wheel C43 2011 Hamm GRW280-30 H1950097 Compactor C44 2001 CMI 3-35C HE1508 Compactor C45 2006 Dynapac CP271 2362BR2284 Compactor C46 1994 Caterpillar 815B 17ZO1695 Compactor C47 1993 Caterpillar 815B 17ZO1524 Vibratory Double Drum Roller C48 2013 Dynapac CC524HF 10000322COA008893 Vibratory Double Drum Roller C49 2006 Dynapac CC522VHF 51720557 Compactor C50 2000 Caterpillar PS360B 9LS00115 Compactor C51 2001 PS360B 9LS00214 Three Wheel Steel Wheel C52 Sakai R21-1-2 RR4-40469 C53 2000 CMI 3-35C HE1496 C54 1999 CMI 3-35C HE1495 Compactor CE1 1995 Gomaco GT3600 902900-053 CE5 Gomaco Commander III 900100562 Curb & gutter machine CE6 Gomaco 9500 MC18682-55 4 Track Concrete Paver CE7 I U01;E Gomaco, GT3600 902900-957 Placer w/Trimmer Head Page 5 of 9 41211' 21 8: 5 4 A hi CE8 Gomaco Slip Form Paver CE9 Gomaco GT-3600 902900-1008 Curb & gutter machine D1 Gardner -Denver GD45C 45001 Slab Drill D3 2006 E-Z Drill 21OB-2SRA U3349 Dozer D4 2012 Komatsu D155AX-7 90078 Slab Drill E1 1991 John Deere 79OD-LC ZKO0649(8465) Excavator E; 2002 Cat 350L 3MLOO286 E4 2009 Cat 307D CAT0307DPDSGO0187 Excavator EF 2007 j Cat 330DL iAWPO1286 Excavator LD4 2002 Leeboy L500 309276 Pro-Pav LD6 2000 Champion 1110-W 30277 Asphalt Paver LD8 2009 Lee -Boy 8515T 8515T-54865 Asphalt Pick-up Machine LD9 2002 Cedar -Rapids MS2 45280 500 Gal Tack Wagon LD11 201F Lee -Boy 250T 1309357 Asphalt Paver LD12 CAT AP-10001) EAD00433 Asphalt Pick-up Machine LD14 Cedar -Rapids MS2 50224 Asphalt Paver M4 1996 CAT 140H 2ZK006X9 equipped w/rear ripper M6 1999 CAT 140H 2ZC04412 equipped w/rear ripper M7 CAT 140 H 2ZKO5654 equipped w/rear ripper M8 2008 CAT 140H 2ZKO7110 equipped wlrear ripper M9 2008 CAT 140M B9DO0423 equipped wlrear ripper M10 2004 CAT 140H HVCCA00746 equipped w/rear ripper M11 CAT 140H CCA04056 equipped w/rear ripper M12 1974 John Deere 670 002020 equipped w/rear ripper M14 CAT 140H CCA01089 equipped wlrear ripper M15 2006 CAT 140HN CCA02050 equipped w/rear ripper M16 2019 CAT 140SW ON9400238 equipped w/rear ripper M17 2019 CAT 140SW N9400164 equipped w/rear ripper M18 2019 CAT 140SW N9400162 equipped w/rear ripper M19 2021 CAT 140 N9400439 equipped w/rear ripper M20 2020 CAT 140 ON9400385 equipped w/rear ripper S6 1999 CAT 623E 6YFOO166 Scraper S7 CAT 623E 6CB00600 Scraper S8 1996 CAT 623F 6BKO0215 Scraper S9 2004 CAT 623G CES00473 Scrape Page 6 of 9 41211'21 8:54 A M S10 2003 CAT 623G CES00312 Scraper S11 CAT 623E 6CB00779 Scraper CS 1 2002 0 Gff es BM624 D7D H 986 'ire 8649 486 i z 9650 007014 TT4 1994 John Deere 8870 RW8870H002124 TT5 1993 John Deere 8870 RW8870H001398 TT6 1992 John Deere 8760 5755 Tractor 4X4 TT7 John Deere 8760 Tractor 4X4 WT1 2003 Interpipe 12000 Gals 12KT-0002 12000 Tank Tower WT2 2006 MSE 12000 Gals 2006-31 12000 Tank Tower WT3 2004 Superior 12000 Gals 00-12-73 12000 Tank Tower WT4 Interpipe 12000 Gals 774524 12000 Tank Tower MS2 1999 Broce sweeper 88467 MS4 Morgan Bldg 10161CTBCUSA Office building MS5 2000 JD OFF -SET 8' Mixing Disc MS6 Star fuel tanker CTT1028 1000 gal trailer mounted fuel supply MS8 2001 BROCE RJ 350 401011 Broom MS10 Shop made 3000 gal fuel storage /electric pump MS11 Shop made 2000 gal fuel storage w/electric pump MS12 Shop made 1000 gal fuel storage a/electric pump MS13 Miller Big 20 trailer mounted welding machine MS15 Steel Forms N/A misc concrete paving forms MS16 Storage building 20' enclosed storage van MS17 Storage building 18 enclosed storage van MS18 Shopmade Trailer Ramped Single Axle 5X8 MS19 John Deere Plow Flat Bottom Breaking Plow MS20 John Deere Shreader Bat Wing MS23 Leroi Compressor KG56-1303 Trailer MTD Air Compressor MS24 Hotsy S7055 C792330700 Pressure Washer MS25 MKC MK Concrete saw Honda engine MS26 Corecut Saw Honda engine MS30 Hotsy 5516 "° BIT 203243 Pressure Washer 60001b MS31 1992 Cat 7SC00883 MS37 2003 Bobcat 24" Page 7 of 9 4/211"21 8:54AM MS39 2003 Bobcat BIT 12" MS41 1992 Onan Generator V2203-136528 Trailer Mtd Power Unite MS42 1986 Lincoln SA200 A802862 Welder MS43 2004 Rome G1-7-24 20GT-1021 Mixing disc plow MS46 2004 S Pump 2" Centrifugal Selfpriming MS47 Poulan Chainsaw, (two) MS48 1990 Lincoln SA200 A-802862 Welder MS50 1990 AMCO WOG-2-3230-BG 1053 PLOW MS51 2006 Allmand 0534AB06 AWB15-5573 Arrowboard MS52 2006 Allmand 0549AB06 AWB15-5574 Arrowboard MS53 2006 Red Lion RLGF8 2906 CODE 616808 2" Pump Type A MS54 2006 Red Lion RLGF8 3705 CODE 616808 2" Pump Type A MS55 Target PRO6511ID30 228590001 Concrete Saw MS56 2006 Allmand 0536AB05 Arrowboard MS57 1996 Arrow Master 1350 6410 Self Propelled Hammer MS58 2009 Norton BBC547 8083028 Brick Saw MS59 MI-T-M 75000 MHO 40033591 Generator MS60 2005 Wirtgen W2100 410145 Pavement Profiler MS61 2004 Ingersall Rand P185WJD 346433UE0221 Portable Air Compressor MS62 2003 Ingersall Rand P185WJD 356249UDPB34 Portable Air Compressor MS63 2005 Bomag MPH364R-2 9011323001607 Soil Stabilizer MS64 2010 MI-T-M 60000MHO 40025106 Generator MS65 1999 Allmand 402AB05 Portable Solar Arrowboard MS66 2010 Terex ODLSE25LA EVD-10635 Arrowboard MS67 2010 Terex/Amida ODLSE25LA GRD-21578 Arrowboard MS68 2010 Terex/Amida ODLSE25LA GRD-21579 Arrowboard MS69 2010 Terex/Amida ODLSE25LA FKD-13884 Arrowboard MS70 2010 Terex ODLSE25LA FKD-13885 Arrowboard MS71 2011 GNSS852-882 Trimble Kit MS72 12'x48' Mobile Office trailer MS73 Trimble GPS System Mounted on M6 MS74 Trimble GCS900 31) Auto Option Key MS75 MS76 Remoo MC WIZ MCW07-762 Plow MS77 2012 Maxe 5R8U61027CM022963 Pump MS78 -ry FSA" " Concrete Flat Saw Page 8 of 9 4/21/"21 8.54 AM MS79 Stihl TS420-14 179141323 Cutoff Saw MS80 2008 Wirt en W2100 09.21.0286 Cold Planer MS81 Hus varna FS400 Concrete Flat Saw MS82 Briggs & Stratton 25T235001561 Generator MS83 2010 Broce KR-350 407027 Ride on Sweeper MS84 Wishek Y-2000-10 AGCWY2000EX036301 Offset Disc Plow MS85 2010 Ditchwitch RT45 CMWRT45XCB0000366 Trencher MS86 2008 Genie GTH842 GTH0808A12182 Telescopic Forklift MS87 1998 Link -Belt RTC-8065 D718-9945 MS88 Genie S45 S4507-11814 45ft Boom Lift MS89 Genie S80 S8004-3616 80ft Boom Lift MS90 2018 Bobcat 225 MJ161466R WELDER MS91 MS695 JumpinU Jack MS92 Stihl TS-420 Chop Saw MS93 Stihl TS-420 Chop Saw MS94 2011 Wishek Y2000-10 2030610 Offset Disc Pwo* MS95 In ersall-Rand 2 Lights MS96 Yale GDP070VXNYRE087 B875V09986K Fork Lift MS97 Sulliar 185 2.01205E+11 Portable Air Compressor MS98 MS99 Plant 1 2001 Omega Impact Crusher Feeder (Pit 41) Crusher Plant Plant 1-A Conveyor Belt Plant 2 1978 H & B Hatch Plant Control (Asphalt Plant) Hot Elev 10000ASP Tank Misc Plant 3 2013 Powerscreen Cheifton 1400 Trax PID00066JDGD16223 (Screen Plant) 5x16 ft deck portable Plant 4 1998 Yard Crusher - Detriot Eng OMTRO01 Impact crusher Plant 5 1999 Nordberg 1213CC 2052-2781 Impact crusher Plant 7 1998 1 Vince Hagen 981016 Concrete Batch Plant Page 9 of 9 41211'21 8_54 A M _ I1CfBBfc�ilsFlcELl Orw�M — PaWng on FCRy 4f Ldbbock Shook d ovw 0l1 v or Ed IlaANN � r CWW*dw ISL OAR/�Yr.r�r+r _ �vl�d 11�bM1idslo�ln�d 17�w�r Ltir� fdwo�/ ter INES Tag AtroflB6mmoI Ro rwQs A1MM/DOw1MMN4 Dft illirr L7�wl ..... a iutr.t__ wasomd &&Akmmw— �fTl�rL1��M�errAt ps"Jsat�c� C�rao30 NowRESM, T11�I}wMrM �+rA Maier or o � o 4/21/121 9:54 AM AOats A Prdaas Nme �: � ;AlAield +et hlytwfeu'y ti: e 8toe7aan'.olin Coe' 'Care iltmer �� i�Isesliaoodao��lomee� . - � ;�to 6e�c� peiapiheW — _. _ u �. ' �p+v; t[ .fna, l onalsls.slork reMns�exi On mmsftor hwid w-i mm-c ambu thr mwpaimP rlgkalrZmr l%OA1cer C tb,3 °� _ _ l7�aa aCoolomsti �aocfaa," R _} »O11CbE k.CavO Y1>rneY u �O�Li0dK7lfd loom iM��ae a C1.rtr+ . �'��63.. u� ee l.ala� C.aTlal. �'€Rfi,.�09dleRn _ T+gjsC�Plrme `"_ C 8 Fmrinlots F T t? _ _ t L. IN, PCd Phase a > m an ciii �7i41E1lbamfrid FadeesMats PAgjpll� �6lBbyOdiss ltmc"W i Nnre®e C1mYci 1ot6olerveo v A+6le,• &Adolmll tAi�ray Slodonsll ,1 (�snbpahlNeelm,e�mlroeocus�daomYdhldcakaoswAnaee:? ?1a�le 7tilrr Pmdiaoa2mbogm Ttb*-ZI Caodttx�aMtta_a ;_ I, ; �r-.c* r8�-79 69v83i h;xbGltelfi6,c R: 41211'21 8_54 .A M �w fAeoiaea sli OoopNtdlrrtl�o � eaR 14 �slrf rya ^34t:5tteet CP5 AUMftMflIA PAO ��� � se,lee,s66•ap � � Olbf�ctet�c: + 7 _ J,�+� � &"I after 11 r^, . Cc_ aLlfea� - ��p� slaw Q bsey Blod�m ' Win OM eten svxae,e r k m> q. d valtem. rwioa+!/eaa 14=3 - ___aer of Lnu6oc7e tom/�r1s-mane �� gtsva ._ tl — �_ sa notl�.c-wvt �rr ock __LLjWwm. ry Vic Abater Parer � --ra�ec .. - �r KhRisittaa4aesirx Xristia� s-lava Lau limits lallmttaw .. � s,a9s,-oso.00 _ til�e 1►rb , td— _ - sluena; aoam � � coiia vas _ Bla.. Relbtenee tUerigTkA�Oo� nm�slliieaml _ _,....�_ 11:luoot � --; flsm�ria rrm� lldliessiilall� ol�nr $ City of iiabboefe '� paioihr Oaaid� �Cit; of ILttbboak _ � _ L e st se liter Dis! i PavSa' Ie17li-�m2 rmi0 pf Ta�7ksDek� J tit a saPlt Reef sr� it«,Tovstfoas Dloes�i ai aadPi r ArrLdt on aitL atreets a21 over ZtdAM) ap, _ lgjaiChot ��8B1.Bo0.b0 qq jy� ���, giaay _ p4' h*91 Pmmlm f Pn xt piq w JGi- RC:IJt-"f ltl��le� ��IY WdOC�' BIC � ell •.y - , tape IOW PbstUm� _ gwg lS1817 S agog star mire iB06r146-SO �vstur CNner Ft. 4121//21 8:54 A M CWth -dpMjrrt CDM~ +Mlrisr lw AIMr!^��SA danar � _xt} of LUbFoC)[ --- frolll Indiana t0 M�'hie _1 �_. LRN�wrnl raystockman ra rr�y �t®xta�ocr '* rrMssiwirrr leOEM" r+Womba e a1 t w. �"------ or Lubbock _. _- INOSJ77ng-3000 C t Of LuEbock s hn1C iCeriir Yartcw Imr�3ame .r a air ae Fiai� o� Ciry DM h*daw~ ri ray: sic r r Y ooxii,`oo. �riSerwRyslso�rUioKfr.' is ty Of rwM ZUsarr ware 7aigrr $�$ _ I006l77--. oo i rxara�Re air Con re} rout Locations - - 1 8738, oos.00 L 2013 � I+giee�t lkrrnaM[ 1�err Ste° ca. poi 14is __a - _ gkp�pgr� rb Cos 5bnr :USIIsi M1lydoa t�rorra Sim pidyrnedrr iwRers _ fo _ Y,a rrrs �a r� __ _ - �` f'CIsldAtiilpp �_ � r ity ed � I r 4/21/121 8:54 AM a. .. _ - 9«:iAs1Mi1. sTi'�I'�+�R"""■�■�rrErrst_ r_�ra'. S iR��7s.r. omme D� cwr�rr Wrl aea s hoof �e.�i .00Qi q� �il■ii Ors r.1r w..�r o* Tat : • wr..ro.r u! ars.� rwrrl�r■,�rw ar on�r '�"' v ' aoa.a. ■ra.. �tr®aa ■brw Yrea�r a�o4d.:�1 g4►r.�or.wrr��iy.Pk— ansNr in an irrrr an tiwrhitv at sobbmh I tM773-IM RAW fte jwbmwYO agpe! -Zi0! • A A�IMR ! horl n!-igi K der pa1 G N traa%am 1 0 ems. 0 41211'21 8_54 A M amwd - _ - Reaonsrucgon of Ave L �+R1eatCae �294 —_MIA pwim — bps 6 2 Inchm a T D NMpC, oil zm� i518vUr — CO�nCO@ - —�� mMes_+.�. fbdk2mm mypmmg N� —7WAa.11lno i of ShsAvwater M2-Ml ChFgtr--t_L Earlt�:�r I Ernl r =��LOI Lub6odt - to a deem of Jr wr�t�s Lttmw - nkford Avenue f2e� laDamunt a �"' 1�1■ck f3�s & Z" � ,,_ e C � � 1470 M 2b prte -�: - - �'41� d & �— cood � (�dya���rta b�e��ara) u iColPrsGor� �36ByeTuma' dam• Re TUmer Tibet 04pmbdbn 1'e1�Dma Hai I� - -- -• -..�, �+�• � City of Olton 2o1S Serf Coat RrQiect f i my St�e1a [Hole phom t Its MR Rdku° Coobd e' �r Ib ever ,�l.,a.�eo� fi[zCw� awmr Mar— NOW m► - - N Al. Canvat Prof acts and pftjed can*bftd the bd le Team preset Owner .0 u oc General D=aW= ofpwjwt 0 ���d �nq r nc dt I�a#�ch.!Mn off UN Streets al aver Projed Cad ­921 600 00 nets AURChmentA Key Projectpaumnal Ar"Gum %.gwlam 11/2018 14mjcdmmw pmI Name&fity oism RebrenceCeataaclntbramtfmtaZ7\fTDTey—�QCm Hama indicates approval to emkoft limumm hKvvwuh as a reference) -OWM Now LUbboaF r1w position Tel COM Canetrtmtioalularmpert h-el anial us Pw im Oww Cl o L cdptift"TMhalt PatchinGamil Dwm of Pa tpa�I o ,eets coatDate Pmf@am Cotavlaw dw ull ongoing hcimmmzw PmjaaSVeMftAN Sgftoaim I styC=ftl Nam Rehm= Contact bft=Wan(Hftgnames indicates -------------- 6- ft Conhoft ffic amuse hdtvamb as a nfwm=) Name Title/ Position Orsawmemm aw Ow m Ch of Lubbock Designer Cnaslcadion Manager plow Ci of Luhhrr-k Gnaw D==Wkm ofpf*m —Eaving of un ad _[Qad- Pmi.et-cwt E)aved J�Luhback— DMPMJyet C=Vkftd --7m=p="l=l Name swamt=d- Mg �sddy OEM ruz eyes Ar tockmaArbrev Rd"m= Contact lnS3=tm (hsh" =MN bdbdm appmml to canadhM the mm kdmdm* gm a sefir ov) I Nam Corn Umdon us .US PwJedON= it or Lubbock — c�aaal.:.. $651 134.50 �Rf'h� tasoea� __ I�me 14th from Ifiaiina 4., � S*VOMM M=hMmdA C�ei dee lfl� e�wa i�dlonm - 1ri a�r� �e m � u # deb NOW 7f9dlbr7loa Cir�rai�kn Bad0lraor -1 , of Lubbock — __ t806)775-3000 of ubhrh c k ,annalt Rec,air Various Locations anew Dwaiomv[nift ' e a-.-r as a4_T PA -city ree s h4-1i cri $864. 000.00 1LI F jw C"Odw " - 1tw Fj*dPewueel .. 1 Turned NOSr sey sto :man mm n tirey stockman Col:: r: Coe teeA�co 0ar4ig i� {� nines ialfar�- , �pprd to rc�rudb6 �eawa k+dlrMfeae rr a �tano� �' _ — Itnm _ G T OOM Oww ity of Lubbock 606)775-3000 Prp�cq [lxrr i k Of i k . _ 6,- 9 Re air Concrete all over ittt Teets ReQaira various Locations Pftrw Cgs, 1 $738r002.00 rx - -- � =q Pj*d Paavaad Pi*MNMW Pj*dW OMM 1�m0 rbsay Stockman zs,_'�y stockman Colin Coe Stemve Turner R�tme Clonmq (Npigaoa,powl b �ca,:n��„� de a�mti�vido�aa� 1�no 7f+i�w "ManC � a,,• 6a1! - - Qaaer ity of Lubbock 806 775-3000 ACT Qowrdollw tl�t i 41211'21 8_54 A M "eviown'T iprvjedcanqdmw WIMAIN me lad to Yon Ptaowmr J �hallovv4wr___ - j oui=dDenalidmofpWft__ 'RO"Ve-"Iin.2 J.Shct"R�.jje_: - - — — RecomAtLqTtqfj of Ave L Pr4matcost 889 294.00 -ft. --,av(n,-:-Pd 3.5 Inches of existn-i-baw maternal. PANWO & imtall 3 inches oi MIN tw -Date Pno�est( Name a (WE Reffimm Coto kftmgk,, !eve- -Turner N�8 acmes v Slorkrnaa_ Colin coo hdicqw0val Is the ustan hdividumb a a majam) Nam Owncr Thwpbddm I Thbmboae Deftmer — CommXtiolabrillam ineer 632-4Wi__ -)- Jp4actomw- City Of Lubbock Goad Dwcrfpvm ofpqcft ptojmtmam -11 & Relav -Frankt 4111111 110 a LkNth of 11". - QiNt Avenue N41 - mtrwCost IF 9_M!Lx� Of 90 Black Bow & 2m Ttpe C Hot mix 738.25 Pad Date Pmdtad cmnpjd*d iA1412 55 ow8Nam SAW021cor CSieve Turner rbreSbakmabTWhddm Ormilzatim Detester Ca=bmdm Mang- P1000" Omm C! of 01ton GMMW D==Wmof copt, 11ton U�pt*Ost seal strel�b Praim Cost aft Pmjmt Cmoew Kay Project Pasonad 1�i - Re&tanae Contact Nmm We MmM Is csmm*,0g the oamee Name Owner n womu TIMPOOM Deliver NI 0. 75-3 D 15 Seal Coat `eat .Q9i Sooaaau_,,_ ft officer MEM � MT � ANK&MMA 0 HMAC. CptreatPrajects and Project Completed within the last ]0 Yemm Attachment A Project Owner " 4---`,-- `alnview CIc=mlDcwrWnnofNcci: Ut'-In 8 Road i jeceNaore alnyl ale �,,, y uSlness Pari base ' Praiect cost Project tots cost--�.�,� � - - - -- _ Dare rroleat eoWleted n going — Key Project Personnel - _ Project Manager Project SuPerithtendent name -- Sa&ty Officer �n3' Control o In 1. oe Reference Contact Nbrmadon (listing names indicates approval to contacting the names indlvidhwls as a rr:farence) Steve Turner j Steve_Turner Name _ Title/ Position organization Telephone ' -mail °ice Cit of Plainview' T — �- _4venue Designer _ -- - - I806-296-1100 - --- — 806473-2200 lion Manager Project Owner t.:lty Ot' Lubbock - - - _ General DeNcrrptionofProjccttBuildln a Road a ProjserNa�e Lub oc�c justness a�1c 'Voi ing - - Project Coat _ - 271, 974. ^ d projr•::; r ; - tOfal cost � Project Cbtnpieted - — �- KayProject Personnel n going Name - �ojCd Dag� Project Superintendent Safety officer Qh]► Control - Rafimmce Caafact)nfotmation(8sthhgnemesindiaate� »olin oe o in-- Steve Turner or — —— Steve Turner - — - aPPto� contesting the names individuals as a reference) - - _ Title/ Position Dijon- -� _ - - - - --- - Owner Gl 0 u , p- _ - 0 TTelephone P,� _ 7 Designer - �iPSC --- Constru on Maaagar - — - Projectowner Utj/ OT LUbbOCK General Description of"ect:BUildin a Road ProjeetName Burl Huffman occer omp ex Project Cost 345,827.39 ro;ected total cost Date pmjeatContpleted Key Project Personnel Pmjeot Manager ag Project Superintendent Safety Officer Q�ity _ rcrey stockman Arbre�r StockmanLSteve Turner Reference Contact infoamation (HsHng names iodieartes approval to contacting dw names individuals as a reference) Nsuhe - -- - . Titter positbn- owner Cit of Lubbock - - °�d°��on Telepi� _ Designer Construction Manaw 00 W All. Page Intentionally Left Blank 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. 61201'24 10:20 A M 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. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO 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 Ar omissions may cause my proposal to be rejected. �r Title r1yTMEM13111MV NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY 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. Lone S+qrD;c-4 � Pea%,/ L+J Firm Name Signature Title sworn to, iefore me this AP- 64� Notdry Public My Commission Expires: oZ day o 2(lbx1 z�'µr a�en DEBBIE HERNANDEZ YARBROUGH Notary ID #6199703 of t�+' My Commission Expires June 27, 2026 NOTE: THIS FORM MUST BE COMPLETE : IMISSION 7f221'24 3:14FM Page Intentionally Left Blank LIST OF SUB -CONTRACTORS Company Name Location Services Provided 1. 2. 3. 4. 5. 6. 7. S. 9. 10. 11. 12. 13. 14. 15. 16. Minority Owned Yes No ❑ ❑ ❑ G ❑ G ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: (PRINT NAME OF COMPANY 71221'24 3.14 PM Page 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 Pate Intentionally Left Blank Company Name 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. FINAL LIST OF SUB -CONTRACTORS Location Services Provided SUBMITTED BY: (PRINT NAME OF COMPANY) Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 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 Page 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 Lone Star Dirt & Paving, Ltd. (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 Four Million Three Hundred Two Thousand Six Hundred Seventy - Seven Dollars ($4,302,677) 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 13" day of Au ust, 2024, to RFP 24-18190-TF, 66th Street Channel Drainage Improvements 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 Lone Star Dirt & Paving, Ltd. (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 Four Million Three Hundred Two Thousand Six Hundred Seventy - Seven Dollars ($4,302,677) 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 13th day of Au ust, 2024, to RFP 24-18190-TF, 66th Street Channel Drainage Improvements 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 18190 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 13' day of August, 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 Lone Star Dirt & Paving, Ltd. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 24-18190-TF, 66th Street Channel Drainage Improvements 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 famish 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. Lone Star Dirt & Paving, Ltd.'s proposal dated July 22, 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: CITY OF LUBBOCK, TEXAS (OWNER): Lone Star Dirt & Paving, Ltd. By: PRINTED NAME: TITLE: COMPLETE ADDRESS: Lone Star Dirt & Paving, Ltd. 11820 University Lubbock, TX 79423 ATTEST: Corporate Secretary By: Mark McBrayer, Mayor ATTEST: Courtney Paz, City Secretary APPROVED AS TO CONTENT: Public Works Representative Name (Printed) Date APPROVED AS TO FORM: Kelli Leisure, Senior Assistant City Attorney Contract 18190 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 13"' day of Au ust, 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 Lone Star Dirt & Paving. Ltd. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. JESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and rmed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements ibed as follows: 24-18190-TF, 66th Street Channel Drainage Improvements �d 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 es defined in the General Condition of Agreement. Lone Star Dirt & Pavin�. Ltd.'s proposal dated Julv 22, 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 � given to him and to substantially complete same within the time specified in the contract documents. T' �e OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with t�c �roposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make �ment on account thereof as provided theretn. WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, in the year and day first above written. �nn Star D' & Paving, Ltd. V � �' /�.�r'r�n r- �� �:-�/� � C a nc� 1.ETE ADDRESS: ae ��ar Dirt 8z paving, Ltd. ��� t`niversity ��+, TX 79423 Y OF LUBBOCK, - S(OWN R): �_ By• Mark McBrayer, Mayor ATTEST: Courtney Paz, City Secretary PPROVED AS 1 _ . n lic Works , ./ . . Date ---- OVED S TO FORM: Secretary — � 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 Lone Star Dirt & Paving, LTD who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative 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". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 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 requirements). 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). Commercial General Liability Heavy Equipment Endorsement: Heavy equipment endorsement is required Commercial General Liability Digging Endorsement: XCU endorsement is required Automobile Liability Requirements: $1M/occurrence is needed Professional Liability Requirements: $1M occurrence / $2M aggregate Workers Compensation Requirements: Employer Liability ($1M min) 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. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (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.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on 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 $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 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 $100 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. 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. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such M 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://c i.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 EXHIBIT A "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" Pate 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. Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: CITY OF LUBBOCK SPECIFICATIONS FOR 6611 Street Drainage Channel R F P #XXXX CONTRACT # PROJECT NUMBER: Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncompany.com. Phone: (806) 763-7700 ub City of bock TEXAS CITY OF LUBBOCK Lubbock, Texas ISSUED FOR BID DUNE 2024 SEAL SHEET Division: 01, 02, 31 O F �;'• 0/ .. 0 / HEATHER RAE KEISTER / 00 ..................... / �/��'• 100095 ,'�% 10 x^1".. CE N SEO,G\�'�� 5/28/2024 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 KMH18550 - 66th Street Drainage Channel - Seal Sheet 00 01 10 TABLE OF CONTENTS Section Title Project Cover Sheet Design Professional Seals Table of Contents Division 01 General Requirements 01 11 00 Summary of Work 01 26 00 Change Management 01 29 00 Application for Payment Procedures 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 33 00 Document Management 01 33 02 Shop Drawings 01 33 03 Product Data 01 33 05 Construction Progress Schedule 01 33 06 Graphic Documentation 014000 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 57 23 Temporary Stormwater Pollution Control 01 60 00 Product Requirements 01 64 00 Owner -Furnished Goods and Special Services 01 70 00 Execution and Closeout Requirements 01 74 23 Final Cleaning 01 78 36 Warranties and Service Agreements Division 02 Existing Conditions 02 41 00 Demolition Division 31 Earthwork 31 11 00 Clearing and Grubbing 312316 Excavation 31 23 19.01 Care of Water During Construction 32 23 23.16 Compacted Earth Fill 31 25 13.13 Seeding for Erosion Control 31 35 13 Articulated Concrete Block TxDOT TxDOT Specifications S467 Safety End Treatment Table of Contents 00 01 10 - 1 KMH18550 66T" Street Drainage Channel Section Title Appendix A Lubbock County Septic System Permits Appendix B Letters of Agreement Appendix C Plat - Lubbock Southwest Municipal END OF SECTION Table of Contents 00 01 10 - 2 KMH18550 66T" Street Drainage Channel DIVISION 1 GENERAL REQUIREMENTS 011100 SUMMARY OF WORK 1.00 GENERAL 1.01 SUMMARY A. Construct Work as described in the Contract Documents. B. Provide the materials, equipment, and incidentals required to make the Project completely and fully operable. C. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. D. The Contract Documents do not indicate or describe all Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Construction Manager. 1.02 DESCRIPTION OF WORK A. Work is described in general, non -inclusive terms as: 1. Excavation of the playa lake area 2. Excavation of a drainage channel 3. Construction of concrete -lined channel 4. Construction of drainage culverts 5. Removal and reconstruction of driveways and roadways 1.03 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact construction scheduling, testing, and startup: Owner Description City of Lubbock Transfer Station Site Improvements — west of playa excavation Upland Avenue — Upland Avenue and intersection at 661n City of Lubbock Street B. Bring any discrepancies between the projects listed above and those specified elsewhere in the Contract Documents to the attention of the Construction Manager. It will be deemed that the Contractor included the more expensive listing in the Contract Price if the Contractor fails to bring any discrepancies to the attention of the Construction Manager prior to executing the Agreement. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. D. Coordinate construction activities through the Construction Manager. E. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work 01 1100 -1 KMH18550 66T" Street Drainage Channel F. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 01 1100 - 2 KMH18550 66T" Street Drainage Channel 012600 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Construction Manager will initiate Modifications by issuing a Request for Change Proposal (RCP). 1. Construction Manager and Design Professional will prepare a description of proposed Modifications. 2. Construction Manager will issue the Request for Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Construction Manager for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. Submit the Change Proposal and attach the forms provided by the Construction Manager. 1. Use the Change Proposal form provided by the Construction Manager. 2. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Change Management 01 26 00 - 1 KMH18550 66T" Street Drainage Channel Subcontractor or Supplier. Indicate appropriate Contractor mark ups for Work provided through Subcontractors and Suppliers. Provide the level of detail outlined in the paragraph above for self -performed Work. Submit Change Proposals that comply with the General Conditions for Cost of Work. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Construction Manager to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Section 0133 02 "Shop Drawings." 1.03 CONSTRUCTION MANAGER WILL EVALUATE THE REQUEST FOR A MODIFICATION A. Construction Manager will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Construction Manager will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. Contractor may be informed that the Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON -SPECIFIED PRODUCTS A. The products of the listed manufacturers are to be furnished where the Specifications list several manufacturers and do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specifications where Specifications list one or more manufacturers followed by the phrase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by Section 0133 02 "Shop Drawings" to document that the proposed product is equal or superior to the specified product. Change Management 01 26 00 - 2 KMH18550 66T" Street Drainage Channel 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. a. Indicate on a point -by -point basis for each specified feature that the product is equal to the Contract Document requirements. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. The decision of the Design Professional regarding the acceptability of the proposed product is final. 3. Provide a certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. Has determined that the product will perform in the same manner and result in the same process as the specified product. Will provide the same warranties and/or bonds as for the product specified. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. Will maintain the same time schedule as for the specified product. C. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with documents required for a Shop Drawing as required by Section 0133 02 "Shop Drawings" to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Design Professional's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point -by -point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the Shop Drawing. 3. The decision of the Design Professional regarding the acceptability of the proposed substitute product is final. Change Management 01 26 00 - 3 KMH18550 66T" Street Drainage Channel C. Provide a certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product; 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product; 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent; and 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with Section 0133 02 "Shop Drawings." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 01 26 00 - 4 KMH18550 66T" Street Drainage Channel 012900 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 SUMMARY A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials, if any; 3. Providing Work for alternates and allowances, if any; 4. Providing Work for extra work items, if any and if authorized 5. Commissioning, startup, training, and initial maintenance and operation; 6. Acceptance testing at the manufacturer's facilities or at the Site; 7. All home office overhead costs and expenses, including profit made directly or indirectly from the Project; 8. Project management, contract administration, and field office and field operations staff including supervision, clerical support, and technology system support; 9. Professional services including design fees, legal fees, and other professional services; 10. Bonds and insurance; 11. Permits, licenses, patent fees, and royalties; 12. Taxes; 13. Providing all documentation and Samples required by the Contract Documents; 14. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use and storage facilities for stored materials and equipment including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, and technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all these facilities and equipment. 15. Products, materials, and equipment stored at the Site or other suitable location in accordance with Section 01 31 00 "Project Management and Coordination"; Application for Payment Procedures 0129 00 -1 KMH18550 66T" Street Drainage Channel 16. Products, materials, and equipment permanently incorporated into the Project; 17. Temporary facilities for managing water including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 18. Temporary facilities for managing environmental conditions and Constituents of Concern; 19. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 20. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 21. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 22. Products, materials, and equipment consumed during the construction of the Project; 23. Contractor labor and supervision to complete the Project including that provided through Subcontractors or Suppliers; 24. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 25. Risk associated with weather and environmental conditions, startup, and initial operation of facilities including equipment, processes, and systems; 26. Contractor safety programs, including management, administration, and training; 27. Maintenance of facilities including equipment, processes, and systems until operation is transferred to Owner; 28. Warranties, extended or special warranties, or extended service agreements; 29. Cleanup and disposal of any and all surplus materials; and 30. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing performance and payment bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the "Consent of Surety Company to Payment Procedures" form provided by the Construction Manager. Payment will not be made without this approval. D. Construction Manager may withhold processing the Applications for Payment if any of the following processes or documentation is not up to date: 1. Progress Schedule per Section 0133 05 "Construction Progress Schedule." 2. Project videos and photographs per Section 0133 06 "Graphic Documentation." 3. Record Documents per Section 01 31 13 "Project Coordination." Application for Payment Procedures 0129 00 - 2 KMH18550 66T" Street Drainage Channel 1.02 SCHEDULE OF VALUES A. Divide the Contract Price into an adequate number of line items to allow more accurate determination of the earned value for each line item when evaluating progress payments. Submit a detailed Schedule of Values for the Project at least 10 days prior to submitting the first Application for Payment using forms provided by the Construction Manager. B. Do not apply for payment until the Schedule of Values has been approved by the Construction Manager. C. Divide the cost associated with each line item in the Schedule of Values into installation and materials components. 1. Installation cost is to include all cost associated with the line item except materials cost. 2. Materials cost is the direct cost (as verified by invoice values) for products, materials, and equipment to be permanently incorporated into the Project associated with the line item. 3. Installation cost is to include all direct costs and a proportionate amount of the indirect costs for the Work associated with each line item. Include costs not specifically set forth as an individual payment item but required to provide a complete and functional system. 4. The sum of materials and installation costs for all line items must equal the Contract Price. D. Use each unit price line item in the Agreement as a line item in the Schedule of Values. The sum of materials and installation costs for each line item for unit price contracts must equal the value of the line item in the Agreement. In addition to the installation cost described in Paragraph 1.02.C.3, installation costs for unit price items are to include costs for waste and overages. 1. Installation and materials cost may be left as a single installation component if: a. Contractor does not intend to request payment for stored materials for that line item; or Work in the line item will be completed within a single payment period. 2. Provide adequate detail to allow a more accurate determination of the earned value for installation costs, expressed as a decimal fraction of Work completed, for each line item. 3. Installation cost line items may not exceed $50,000.00. Items that are not subdivided into smaller units may only be included in the Application for Payment when Work on the entire unit is complete. 4. Lump sum items may be divided into an estimated number of units to estimate earned value. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. 5. Include Contractor's overhead and profit in the installation costs each line item in proportion to the value of the line item to the Contract Price. Application for Payment Procedures 0129 00 - 3 KMH18550 66T" Street Drainage Channel 6. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 7. Line items may be used to establish the value of Work to be added or deleted from the Project. Include a breakdown of both mobilization and demobilization costs in the Schedule of Values. The total cost for both mobilization and demobilization may not exceed five percent (5%) of the total Contract Price. Payment for mobilization and demobilization will be based on the earned value of Work completed. Payment for these costs will only be made for Work completed for the following: 1. Bonds and insurance; 2. Transportation and setup for equipment; 3. Transportation and/or erection of all field offices, sheds, and storage facilities; 4. Salaries for preparation of documents required before the first Application for Payment; and 5. Salaries for field personnel directly related to the mobilization of the Project. 1.03 SCHEDULE OF ANTICIPATED PAYMENTS A. Submit a schedule of the anticipated Application for Payments showing the anticipated application numbers, submission dates, and the amount to be requested for each Application for Payment on the form provided by the Construction Manager. B. Update the schedule of anticipated payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 ALTERNATES, ALLOWANCES, AND EXTRA WORK ITEMS A. Include line items and amounts for specified alternate Work and allowances for Work in the Agreement, if any, and as described in Section 0123 10 "Alternates and Allowances." B. Include line items and amounts for Extra Work items in the Agreement, if any, and as described in Section 0129 01 "Measurement and Basis for Payment." 1.05 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. B. Reduce payments for set -offs per the General Conditions as directed by the Construction Manager. 1.06 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the Construction Manager each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the Application for Payment Procedures 0129 00 - 4 KMH18550 66T" Street Drainage Channel draft Application for Payment with the Construction Manager to determine concurrence with: 1. Values requested for materials and equipment, stored or incorporated into the Project as documented by invoices; 2. The earned value for installation costs for each line item in the Application for Payment form expressed as a percent complete for that line item; 3. The quantity of Work completed for each unit price item; 4. Amount of retainage to be held; and 5. Set -offs included in the Application for Payment. B. Submit Applications for Payment to the Construction Manager after agreement has been reached on the draft Application for Payment with the Construction Manager. C. Provide all information requested in the Application for Payment form. Do not leave any blanks incomplete. If information is not applicable, enter "N/A" in the space provided. 1. Number each application sequentially and include the dates for the application period. 2. Complete the "Contract Time Summary' section on the Application for Payment form. If the Final Completion date shows the Project is more than 30 days behind schedule, revise the Schedule of Anticipated Payments to correspond to the updated schedule required per Section 0133 05 "Construction Progress Schedule." 3. Complete the "Summary of Earned Value and Set -offs" section on the Application for Payment form. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage and set -offs. 4. Sign and date the Contractor's Certification on the Application for Payment form that all Work, including materials, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous Payment has been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. 5. Include "Attachment A - Tabulation of Earned Value of Original Contract Performed" to show the value of materials stored and successfully incorporated into the Project and the earned value for installation of the Work for each line item in the Application for Payment for Work. Attachment A includes Work on the original Contract Price and on approved Contract Amendments and Change Orders. 6. Include "Attachment B - Tabulation of Values for Materials and Equipment" to track invoices used to support amounts requested as materials in Attachment A. Enter materials to show the amount of the invoice assigned to each item in Attachment A if an invoice includes materials used on several line items. 7. Include "Attachment C - Summary of Set -offs" to document set -offs made per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the set-off amount if a payment held by a set-off is released for payment. Application for Payment Procedures 0129 00 - 5 KMH18550 66T" Street Drainage Channel 8. Include "Attachment D - Retainage Calculation" to show method for calculating retainage. The amount of retainage with respect to progress payments is stipulated in the Agreement. Any request for a reduction in retainage must be accompanied by a Consent of Surety to Reduction or Partial Release of Retainage. 9. Include "Attachment E - EVA Calculation" and the EVA Chart showing the anticipated and actual total earned value of fees, Work, and materials. Create a graphic representation (curve) of the anticipated progress on the Project each month. Compare the anticipated cumulative total earned value of fees, Work, and materials to the actual total earned value of fees, Work, and materials to determine performance on budget and schedule. Adjust the table and curve to incorporate Modifications. D. Submit attachments in Portable Document Format (PDF). 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided by the Construction Manager. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.07 ADJUSTMENTS TO THE SCHEDULE OF VALUES IN THE APPLICATION FOR PAYMENT A. Submit a Change Proposal to request any changes to the Schedule of Values incorporated into the Application for Payment once approved. A Field Order will be issued by the Construction Manager to modify the Application for Payment form if approved. B. Payment for materials and equipment shown in the Application for Payment will be made for the total of associated invoice amounts, up to the value shown for materials in the Application for Payment for that line item. 1. If the total amount for invoices for materials and equipment for a line item are less than the amount shown for the materials component of that line item in the Application for Payment, and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item, the difference between the total invoice for materials and equipment and the materials component for that line item can be added to the installation component of that Work item. 2. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be paid for under other line items. 1.08 CONSTRUCTION MANAGER'S RESPONSIBILITY A. Construction Manager will review each draft Application for Payment with Contractor to reach an agreement on the amount to be recommended to Owner for payment. Contractor is to revise the Application for Payment to incorporate changes, if any, resulting from this review process. B. Construction Manager will review the Application for Payment to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. Construction Manager will either recommend payment of the Application for Payment to Owner or notify the Contractor of the reasons for not recommending payment. Contractor Application for Payment Procedures 0129 00 - 6 KMH18550 66T" Street Drainage Channel may make necessary corrections and resubmit the Application for Payment. Construction Manager will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. Construction Manager's recommendation of the Application for Payment constitutes a representation that based on its experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. Construction Manager does not represent by recommending payment that: 1. Inspections made to check the quality or the quantity of the Work as it was performed were exhaustive or extended to every aspect of the Work in progress; or 2. Other matters or issues that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor exist. G. Neither Construction Manager's review of Contractor's Work for the purposes of recommending payments nor Construction Manager's recommendation of payment imposes responsibility on the Construction Manager or Owner: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.09 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments; 2. Allowances not previously adjusted by Change Order; 3. Deductions for Defective Work that have been accepted by the Owner; 4. Penalties and bonuses; 5. Deduction for all final set -offs; and Application for Payment Procedures 0129 00 - 7 KMH18550 66T" Street Drainage Channel 6. Other adjustments if needed. B. Construction Manager will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and, if necessary, to reconcile estimated unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the final Application for Payment: 1. Evidence of payment or release of Liens on the forms provided by the Construction Manager and as required by the General Conditions. 2. Consent from surety to final payment. D. Final payment will also require additional procedures and documentation per Section 0170 00 "Execution and Closeout Requirements." 1.10 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the Construction Manager's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 0129 00 - 8 KMH18550 66T" Street Drainage Channel 012901 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 PAYMENT FOR MATERIALS AND EQUIPMENT A. Payment will be made for materials and equipment materials properly stored and successfully incorporated into the Project less the specified retainage. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Remove items from the tabulation of materials and equipment if this documentation is not provided with the next Application for Payment. C. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. D. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until final acceptance in accordance with the General Conditions. E. Payment for materials and equipment does not constitute acceptance of the product. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Measurement for progress payments is the invoice value for stored materials and the earned value for all other cost for constructing each item. Earned value is expressed as the value of the Work completed divided by the total value of installation cost. The total amount paid will be equal to the total lump sum amount for that item. 1.03 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Measure the Work using the unit of measure indicated in this Section for each unit price line item. Payment will be made only for the actual measured unit and/or computed length, area, solid contents, number, and weight unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside dimensions shown in the Contract Documents. B. Payment will be made for the actual quantity of Work completed and for materials and equipment stored during the payment period. Payment amount is the Work quantity measured per Paragraph A above multiplied by the unit price for that line item in the Agreement. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE ITEMS A. Item 1 - Mobilization: 1. Include the following costs in this offer item: a. Bonds and Insurance; Transportation and setup of equipment; Measurement and Basis for Payment 01 29 01 - 1 KMH18550 66T" Street Drainage Channel c. Transportation and/or erection of all field offices, sheds and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; and f. Mobilization may not exceed 5 percent of the total Contract Price. 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Item 2 — Preparing ROW: 1. Preparing Right of Way will include clearing and grubbing as needed in the project area and all removal not explicitly identified elsewhere in the pay items. 2. Measurement for payment will be by the per acre and is considered a plans quantity item. Plans quantity meaning the quantity to be paid is the quantity shown in the proposal. C. Item 3 — Stormwater Pollution Prevention Plan: 1. Stormwater Pollution Prevention Plan will coordination with City of Lubbock and TCEQ for all required notices. This item also includes installation, and maintenance of stormwater BMPs as indicated in the plans, or as required by the City of Lubbock in order to acquire the appropriate TCEQ permits. 2. Stormwater Pollution Prevention Plan will be measured by the month for installed and maintained stormwater BMPs. Owner and Contractor shall agree on partial payment for opening and closing month of construction activities. D. Item 4 — Traffic Control: 1. Traffic Control will include installation, and maintenance of MUTCD compliant traffic controls as indicated in the plans, or as required by the City of Lubbock in order to acquire a Barricade Permit. 2. Barricades, Signs, and Traffic Handling will be measured by the month for installed and maintained traffic controls. Owner and Contractor shall agree on partial payment for opening and closing month of construction activities. E. Item 5 — Asphalt Removal: 1. Includes demolition, sawcutting, haul -off, legal disposal, and any other materials, equipment, labor or incidentals necessary to remove the asphalt. 2. Measurement for payment will be on a per square yard basis for asphalt removed. F. Item 6 — Concrete Removal: 1. Includes demolition, sawcutting, haul -off, legal disposal, and any other materials, equipment, labor or incidentals necessary to remove the concrete. 2. Measurement for payment will be on a per square yard basis for concrete removed. Measurement and Basis for Payment 01 29 01 - 2 KMH18550 66T" Street Drainage Channel G. Item 7 — Fence Removal: 1. Includes demolition, haul -off, legal disposal, and any other materials, equipment, labor or incidentals necessary to remove the fencing. 2. Measurement for payment will be on a per linear foot basis for fence removed. H. Items 8-9 — Excavation: 1. Excavation includes all equipment, labor, and incidentals required for the contractor to achieve the finished lines and grades as shown in the plans. All excavated material should be stockpiled by the contractor as shown on the plans. A copy of the landowner agreements has been provided as an attachment to the specifications. 2. Measuring and payment will be by the cubic yard and is considered a plans quantity item. Plans quantity meaning the quantity to be paid is the quantity shown in the proposal. I. Item 10 — Embankment: 1. Embankment includes all equipment, labor, and incidentals required for the contractor to achieve the finished lines and grades as shown in the plans. This item is associated with stockpiling shown on the plans required to construct the drainage channel. All stockpiling of excavated material is considered subsidiary to the excavation pay item. 2. Measurement and payment will be by the cubic yard and is considered a plans quantity item. Plans quantity meaning the quantity to be paid is the quantity shown in the proposal. J. Item 11— Concrete Riprap: 1. Includes materials, hauling, forming, reinforcing, placing, testing, and all other items incidental to the work within the areas indicated in the plans and constructed to the lines and grades and details of the plans. 2. Measuring for payment will be made on a per square yard basis for concrete riprap installed. K. Items 12 — Reinforced Concrete Pipe: 1. Includes materials, trench excavation, compacted backfill, any special bedding or backfill, protection of utilities, placing, and all other items incidental to the work within the areas indicated in the plans. 2. Measuring for payment will be made on a per linear foot basis by the pipe diameter for reinforced concrete pipe installed. L. Item 13 — Safety End Treatment: 1. Safety End Treatment will be measured and paid in accordance with TxDOT Standard Specification Item 467. M. Item 14 —Yard Hydrant Removal and Relocation: 1. Includes materials, labor, equipment and all other items incidental to the work within the areas indicated in the plans. Measurement and Basis for Payment 01 29 01 - 3 KMH18550 66T" Street Drainage Channel 2. Measuring for payment will be made on a per each yard hydrant removed and relocated. N. Item 15 — Septic System Tank Replacement: 1. Includes materials, labor, equipment, disposal, permitting and all other items incidental to the work for each system specified in the plans. 2. Measuring for payment will be made on a per each septic tank replaced. O. Item 16 — Septic System Leach Field Relocation: 1. Includes materials, labor, equipment, disposal, permitting and all other items incidental to the work for each system specified in the plans. 2. Measuring for payment will be made on a per parcel basis for affected parcels for each septic system leach field relocated. Item 17 — Seeding for Erosion Control: 1. Includes seed, proper preparation of the soil, adequate watering and fertilization until vegetation is established. 2. Measurement for payment will be on a per square yard basis for seeding. Partial payment may be requested. Following installation up to 60% of the total payment may be requested. The remaining 40% will be held until the Owner's Representative determines vegetation has been established. Q. Item 18 — Fence Replacement (Pipe Fence): 1. Includes materials, labor, equipment, and all other items incidental to the work within the areas indicated in the plans. 2. Measuring for payment will be made on a per linear foot basis for pipe fence installed. R. Item 19 —Articulated Concrete Block: 1. Includes articulated concrete block mattresses, geotextile fabric, and any other materials, anchorages, labor, equipment, and superintendence necessary to install the mattresses as specified. 2. Measuring for payment will be made on a per square foot basis of articulated concrete block mattress installed as specified and according to manufacturer requirements. S. Item 20 — Concrete Pavement: 1. Includes materials, hauling, forming, reinforcing, placing, testing, and all other items incidental to the work within the areas indicated in the plans. 2. Measuring for payment will be made on a per square yard basis for 6" concrete pavement installed. T. Item 21—Asphalt Pavement: 1. Includes all materials, hauling, placing, compacting, rolling, testing, flexible base, prime coat, tack coat and all other items incidental to the work for asphalt paving section consisting of HMAC surface course (2") and flexible base course (6") within the areas indicated in the plans. Measurement and Basis for Payment 01 29 01 - 4 KMH18550 66T" Street Drainage Channel 2. Measuring for payment will be made on a per square yard basis for the asphalt pavement section installed. U. Item 22 — Concrete Driveway: 1. Includes materials, hauling, forming, reinforcing, placing, testing, and all other items incidental to the work within the areas indicated in the plans. 2. Measuring for payment will be made on a per square yard basis for concrete driveway installed. V. Item A-1— 10' Concrete Valley Gutter (Additive Alternate): 1. Includes materials, hauling, forming, reinforcing, placing, testing, and all other items incidental to the work within the areas indicated in the plans. 2. Measuring for payment will be made on a per linear foot basis for concrete valley gutter installed. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01 - 5 KMH18550 66T" Street Drainage Channel 013100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 SUMMARY A. Furnish resources required to complete the Project in accordance with the Contract Documents and within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollution, management of water, and management of excess earth as required in Section 0157 00 "Temporary Controls." 1.02 STANDARDS A. Perform Work to comply with: 1. Requirements of the Contract Documents; 2. Laws and Regulations; and 3. Specified industry standards. 1.03 DOCUMENTATION A. Provide documents in accordance with Section 0133 00 "Document Management." B. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. C. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings per Section 01 31 13 "Project Coordination." 1.04 PERMITS A. Obtain environmental permits required for construction at the Site. B. Provide required permits for transporting heavy or oversized loads. C. Provide other permits required to conduct any part of the Work. 1. City of Lubbock Barricade Permit D. Arrange for inspections and certification by agencies having jurisdiction over the Work and include the cost for these inspections and certifications in the Contract Price. E. Make arrangements with private utility companies and pay fees associated with obtaining services or inspections. F. Retain copies of permits and licenses at the Site and comply with all regulations and conditions of the permit or license. Project Management and Coordination 01 31 00 - 1 KMH18550 66T" Street Drainage Channel 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Maintain a supply of personal protective equipment for visitors to the Site. E. Comply with latest provisions of the Occupational Health and Safety Administration (OSHA) and other Laws and Regulations. F. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injuries, or deaths related to the Project to the Construction Manager as Record Data per Section 01 31 13 "Project Coordination." 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Construction Manager as Record Data per Section 01 31 13 "Project Coordination." 1.07 CONTRACTOR'S USE OF THE SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the Construction Manager. Coordinate the use of the Site with the Construction Manager. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Park construction equipment in designated areas only and provide spill control measures as discussed in Section 0157 00 "Temporary Controls." D. Park employees' vehicles in designated areas only. E. Obtain written permission of the property owner before entering privately -owned land outside of the Owner's property, rights -of -way, or easements. F. Cooperate with public and private agencies with facilities operating within the limits of the Project. Provide 48 hours' notice to any applicable agency when Work is anticipated to proceed in the vicinity of any facility by using Dig Tess and calling 1-800-344-8377. Project Management and Coordination 01 3100 - 2 KMH18550 66T" Street Drainage Channel G. Conduct of Contractor's or Subcontractor's Employees: 1. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. 2. Do not allow the use of offensive language or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. 3. Require workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, or any exceedingly torn, ripped, or soiled clothing to be worn on the Site. 4. Do not allow the use, possession, concealment, transportation, promotion, or sale of the following prohibited items anywhere on the Site: a. Firearms (including air rifles and pistols and BB or pellet guns) and ammunition; b. Bows, crossbows, arrows, bolts, or any other projectile weapons; C. Explosives of any kind, including fireworks; d. Illegal knives; Other weapons prohibited by state Laws and Regulations; and Any other item that has been designed or intended to be used as a weapon. g. No exceptions will be made for the possession of a firearm by a person that has a valid state -issued license to carry a firearm. Remove any of the prohibited items listed above from the Site immediately and permanently. Any person found to be in possession of any prohibited item must also be removed from the Site and may be reported to local law enforcement. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, underground facilities, and existing structures. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the Construction Manager before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per Section 01 31 13 "Project Coordination." Coordinate Work with local utility company and others for the relocation or replacement. C. Protect utilities, underground facilities and existing structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the Owner and utility or property owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or Project Management and Coordination 013100 - 3 KMH18550 66T" Street Drainage Channel approved by the Construction Manager. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. Protect existing trees and landscaping at the Site. Mark trees that may be removed during construction and review with the Construction Manager for approval before removing. Protect trees to remain from damage limiting activity, including stockpiling of materials within the drip line of the tree. Protect buildings from damage when handling material or equipment. Protect finished surfaces, including floors, doors, and jambs. Remove doors and install temporary wood protective coverings over jambs, if needed. 1.09 FIELD VERIFICATION A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Verify pipe class, equipment capacities, existing electrical systems, and power sources for existing conditions. D. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. E. Include field measurements in Record Documents as required in Section 01 31 13 "Project Coordination." 1.10 REFERENCE DATA AND CONTROL POINTS A. Construction Manager will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the Construction Manager. Notify Construction Manager when a reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Control points or benchmarks damaged, disturbed or destroyed as a result of the Contractor's negligence will be restored by the Construction Manager. Owner will impose a set-off as compensation for the effort required. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Provide Record Data per Section 01 31 13 "Project Coordination" and measurements per standards. Project Management and Coordination 01 31 00 - 4 KMH18550 66T" Street Drainage Channel 1.11 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in original packages or other containers until installed. If original packages or containers are damaged, repackage in containers and include packing slips, labels and other information from the original packaging. C. Deliver products that are too large to fit through openings to the Site in advance of the time enclosing walls and roofs are erected. Set in place, raised above floor on cribs or pallets. D. Assume full responsibility for the protection and safekeeping of products stored at the Site. E. Store products at locations acceptable to the Construction Manager and to allow Owner access to maintain and operate existing facilities. F. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. Arrange storage to allow access for maintenance of stored items and for inspection. Store unpacked and loose products on shelves, in bins, or in neat groups of like items. G. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. H. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. I. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. Project Management and Coordination 01 3100 - 5 KMH18550 66T" Street Drainage Channel 7. Store products to prevent wind damage. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. K. Replace any stored item damaged by inadequate protection or environmental controls. L. Payment may be withheld for any products not properly stored. 1.12 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Site as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers at the Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish, and debris from the Site and legally dispose of these at public or private disposal facilities. 1.13 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicle during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Coordinate and arrange for emergency vehicle access when streets are to be closed. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request must state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Obtain permits and permissions of the entity that owns the road prior to any Work and provide a copy of the permit or permission Record Data per Section 01 31 13 "Project Coordination." D. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). Project Management and Coordination 013100 - 6 KMH18550 66T" Street Drainage Channel Assume responsibility for any damage resulting from construction along roads or drives. 1.14 BLASTING A. Blasting is not allowed for any purpose. 1.15 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact of the sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for working in these areas from regulatory agencies. 2. Maintain confidentiality regarding the site(s) of artifacts. 3. Adhere to the requirements of applicable local, state, and federal Laws and Regulations. 4. Notify the Construction Manager and any local, state, or federal agency as required by applicable Laws and Regulations. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such sites by construction personnel, and pay all penalties assessed by state or federal agencies for non- compliance with these requirements. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.16 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to destroy or adversely modify the habitat or jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA) or applicable state Laws and Regulations. B. Cease Work immediately in the area of the encounter and notify the Construction Manager if a threatened or endangered species is encountered during construction. Construction Manager will implement actions in accordance with the ESA and applicable state statutes. Resume construction in the area of the encounter when authorized to do so by the Construction Manager. Project Management and Coordination 01 31 00 - 7 KMH18550 66T" Street Drainage Channel 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 013100 - 8 KMH18550 66T" Street Drainage Channel 013113 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENTATION A. Provide documents in accordance with Section 0133 00 "Document Management." 1.03 COMMUNICATION DURING THE PROJECT A. Construction Manager is to be the first point of contact for all parties on matters concerning this Project. B. Construction Manager will coordinate correspondence concerning: 1. Contract administration; 2. Clarification and interpretation of the Contract Documents; 3. Contract modifications; 4. Observation of Work and testing; and 5. Claims. C. Construction Manager will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the Construction Manager at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner; 2. Project name; 3. Contract title; 4. Project number; 5. Date; and 6. A reference statement. E. Submit communications on the forms referenced in this Section or in Section 0133 00 "Document Management." 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference; 2. The location of the conference will be determined by the Construction Manager; Project Coordination 01 31 13 - 1 KMH18550 66T" Street Drainage Channel 3. The time of the conference will be determined by the Construction Manager, but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued; 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference; and 5. Provide and be prepared to discuss: a. Preliminary construction schedule per Section 0133 05 "Construction Progress Schedule"; b. Preliminary Schedule of Documents per Section 0133 00 "Document Management"; c. Schedule of Values and anticipated schedule of payments per Section 0129 00 "Application for Payment Procedures"; d. List of Subcontractors and Suppliers; e. Contractor's organizational chart as it relates to this Project; and f. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, contract modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the Construction Manager, Design Professional, and Owner. a. Meet monthly or as requested by the Construction Manager to discuss the Project. b. Meet at the Site or other location as designated by the Construction Manager. C. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the Construction Manager of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the Construction Manager, Design Professional or Owner concerning this Project. Prepare to discuss: a. Status of overall project schedule; b. Contractor's detailed schedule for the next month; c. Anticipated delivery dates for equipment; d. Coordination with the Owner; e. Status of documents; f. Information or clarification of the Contract Documents; g. Claims and proposed modifications to the Contract; h. Field observations, problems, or conflicts; and Project Coordination 01 31 13 - 2 KMH18550 66T" Street Drainage Channel Maintenance of quality standards. 3. Construction Manager will prepare a record of meeting proceedings. Review the record of the meeting and notify the Construction Manager of any discrepancies within 10 days of the date the record of the meeting is provided. The record will not be corrected after the 10 days have expired. Corrections will be reflected in the record of the following meeting. C. Pre -Documentation and Pre -Installation Meetings: 1. Conduct pre documentation and pre installation meetings as required in the individual technical Specifications or as determined necessary by the Construction Manager (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Construction Manager will prepare a record of meeting proceedings. Review the record of the meeting and notify the Construction Manager of any discrepancies within 10 days of the date the record of the meeting is provided. The record will not be corrected after the 10 days have expired. Corrections will be reflected in the record of the following meeting. D. Weekly Coordination Meetings: Meet on a weekly basis with the Construction Manager or designated on -site representative of the OPT to discuss Work planned for the following week, review coordination issues, testing required, or other issues. Records of these meetings are not required. 1.05 REQUESTS FOR INFORMATION A. Submit a Request for Information to the Construction Manager to obtain additional information or clarification of the Contract Documents. 1. Submit a separate Request for Information for each item on the form provided by the Construction Manager. 2. Attach adequate information to permit a response without further clarification. Construction Manager will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple reviews due to inadequate information. 3. A response will be made when adequate information is provided. The response will be made on the Request for Information form provided by the Construction Manager. B. Response to a Request for Information is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. 1. Submit a Change Proposal per Section 0126 00 "Change Management" if a contract modification is suggested or required. Project Coordination 01 31 13 - 3 KMH18550 66T" Street Drainage Channel C. Use the Decision Register to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. D. Use the Action Item Register to document assignments for actions to be taken in accordance with Paragraph 1.06. 1.06 DECISION AND ACTION ITEM REGISTER A. Construction Manager will maintain a Decision Register to document key decisions made during meetings, telephone conversations, or visits to the Site using the format provided by the Construction Manager: 1. Review the Decision Register prior to each regular meeting. 2. Report any discrepancies to the Construction Manager for correction or discussion at the next monthly meeting. B. Construction Manager will maintain an Action Item Register in conjunction with the Decision Register to track assignments made during meetings, telephone conversations or visits to the Site using the format provided by the Construction Manager: 1. Review the Action Item Register prior to each regular meeting. 2. Report actions taken after the previous progress meeting on items in the register assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the Construction Manager. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow Construction Manager to update the register prior to the Progress Meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the register that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the Construction Manager of: 1. Need for testing; 2. Intent to work outside regular working hours; 3. Request to shut down facilities or utilities; 4. Proposed utility connections; 5. Required observation by Construction Manager, Engineer, or inspection agencies prior to covering Work; and 6. Training. B. Provide notification a minimum of 2 weeks in advance to allow OPT time to respond appropriately to the notification. C. Use the Notification by Contractor form provided by the Construction Manager. Project Coordination 01 31 13 - 4 KMH18550 66T" Street Drainage Channel 1.08 REQUESTS FOR MODIFICATIONS A. Submit requests for Modifications per Section 0126 00 "Change Management." 1.09 RECORD DATA A. Submit information required by the Contract Documents that is not related to a product as Record Data using the form provided by the Construction Manager. 1.10 RECORD DOCUMENTS A. Maintain one complete set of printed Record Documents at the Site including: 1. Drawings; 2. Specifications; 3. Addenda; 4. Modifications; 5. Product Data and approved Shop Drawings; 6. Construction photographs; 7. Test Reports; 8. Clarifications and other information provided in Request for Information responses; and 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain an electronic record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Product Data number, Shop Drawing number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain an electronic record of Drawings in PDF format. 1. Reference the Product Data number, Shop Drawing number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. Project Coordination 01 31 13 - 5 KMH18550 66T" Street Drainage Channel 4. Mark drawings to record actual construction. a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed, and existing utilities encountered during construction. C. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping; 2) Ductwork; 3) Equipment and control devices requiring periodic maintenance or repair; 4) Valves, unions, traps, and tanks; 5) Services entrance; 6) Feeders; and 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Requests for Information or included in the Decision Register. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to Requests for Information. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue. b. Highlight mark ups for new or revised Work (lines added) in yellow. C. Highlight items deleted or not installed (lines to be removed) in red. d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Construction Manager for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 - 6 KMH18550 66T" Street Drainage Channel 013300 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 SUMMARY A. Submit documentation as required by the Contract Documents and as requested by the Construction Manager. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review as "Not Approved." 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submission. Make certifications as required by the Contract Documents and as indicated on Construction Manager provided forms. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Construction Manager for review. Use the form provided by the Construction Manager for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by Section 0133 05 "Construction Progress Schedule." 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14-day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Construction Manager and Contractor. 3. Schedule delivery of review documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 FORMS AND WORKFLOWS A. Use the forms or workflow process provided by the Construction Manager for project documentation. 1.05 DOCUMENT PREPARATION AND DELIVERY PROCEDURES A. Deliver documents in electronic format as directed by the Construction Manager. 1. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Deliver all documents in Portable Document Format (PDF). Document Management 0133 00-1 KMH18550 66T" Street Drainage Channel a. Create PDF document using Bluebeam Revu software. B. Software Requirements: 1. OPT and Contractor will each acquire the software and software licenses necessary to create and transmit Electronic Documents and to read and to use any Electronic Documents received from the other party (and if relevant from third parties), using the following software formats: Document Document Format .htm, .rtf, or .txt without formatting Email that impairs legibility of content on screen or in printed copies Submittals Bluebeam PDF Bluebeam PDF and Microsoft® Applications for Payment Excel Progress Schedules PDF and Schedule in Native Format Layouts and drawings to be submitted to Autodesk® AutoCAD .dwg format Owner for future use and modification. Document submitted to OPT for future word Microsoft® Word processing use and modification. Spreadsheets and data submitted to OPT for Microsoft Excel future data processing use and modification. 2. Software will be the version currently published at the time Contract is signed, unless a specific software version in listed in the Supplementary Conditions. Prior to using any updated version of the software required in this Section for sending Electronic Documents to the other party, the originating party will first notify and receive concurrence from the other party for use of the updated version or convert to comply with this Paragraph 1.05.13. 1.06 DOCUMENT NUMBERING A. Assign a document number to the Contractor originated document to allow tracking of the document during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes will be as follows: Prefix Description AP Application for Payment CP Change Proposal CTR Certified Test Report EIR Equipment Installation Report GD Graphic Documentation NBC Notification by Contractor O&M Operation and Maintenance Manuals PD Product Data RD Record Data RFI Request for Information Document Management 0133 00- 2 KMH18550 66T" Street Drainage Channel Prefix Description SD Shop Drawing SCH Schedule of Progress 2. Issue sequence numbers in chronological order for each type of document as directed by the Construction Manager. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Construction Manager for processing. For example: SD-025 A represents Shop Drawing number 25 and the letter "A" designates this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference to the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data submitted on the Document Transmittal form. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.07 DOCUMENTATION A. Furnish documents as indicated in Section 0133 01 "Document Register" or in the individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Sections shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Certified Test Report 0133 02 for approval of product 0140 00 to demonstrate compliance Change Management 01 26 00 Equipment Installation Report 017500 Graphic Documentation 013306 Notification by Contractor 01 31 13 Product Data 013303 Progress Schedules 013305 Record Data 01 31 13 Request for Information 01 31 13 Schedule of Values 01 29 00 Shop Drawing 013302 Substitutions 01 26 00 Suppliers and Subcontractors 01 31 13 013303 Document Management 0133 00- 3 KMH18550 66T" Street Drainage Channel 1.08 Electronic Documents Protocol A. The parties shall follow the provisions in this Section, referred to as the Electronic Documents Protocol ("EDP"), for exchange of electronic transmittals. B. Basic Requirements: 1. Except as otherwise stated elsewhere in the Contract Documents, the OPT and Contractor will send and accept Electronic Documents sent by Electronic Means using the protocols provided in this Section. 2. The contents of the information in any Electronic Document will be the responsibility of the transmitting party. Electronic Documents may be used in the same manner as the printed versions of the same documents that are exchanged using non -electronic format and methods, and are subject to the same governing requirements, limitations, and restrictions, set forth in the Contract Documents. 3. Provisions of this Contract regarding Electronic Documents must be incorporated into other agreements or subcontracts on the Project. Nothing in this paragraph reduces or eliminates requirements: a. to create, provide, or maintain an original printed record version of Drawings and Specifications, signed and sealed according to applicable Laws and Regulations; to comply with any applicable Law or Regulation governing the signing and sealing of design documents and related Modifications or the signing and electronic transmission of any other documents; or to comply with the notice requirements. 4. When sending Electronic Documents by Electronic Means the sending party makes no representations as to long-term compatibility, usability, or readability of the Electronic Documents resulting from the recipient's use of software application packages, operating systems, or computer hardware differing from those used in the drafting or sending Electronic Documents. C. System Infrastructure for Electronic Document Exchange: 1. Contractor will provide hardware, operating system(s) software, internet, e-mail, and large file transfer functions ("System Infrastructure") at its own cost. System Infrastructure must comply with these requirements. 2. The maximum size of an email attachment for exchange of Electronic Documents under this EDP is 10 MB. Attachments larger than that may be exchanged in parts or by using large file transfer functions or physical media. 3. Contractor assumes full and complete responsibility for its own costs, delays, deficiencies, and errors associated with converting, translating, updating, verifying, licensing, or otherwise enabling its System Infrastructure, including operating systems and software. 4. Contractor is responsible for its own system operations, security, back-up, archiving, audits, printing resources, and other Information Technology ("IT") for maintaining operations of its System Infrastructure during the Project, including coordination with individual(s) or entity responsible for managing its System Infrastructure and capable Document Management 0133 00- 4 KMH18550 66T" Street Drainage Channel of addressing routine communications and other IT issues affecting the exchange of Electronic Documents. 5. Contractor will operate and maintain industry -standard, industry -accepted, ISO standard, commercial -grade security software and systems that are intended to protect others from: software viruses and other malicious software like worms, trojans, adware; data breaches; loss of confidentiality; and other threats in the transmission to or storage of information from the other parties, including transmission of Electronic Documents by physical media such as CD/DVD/flash drive/hard drive. Contractor will not be liable to others for any breach of system security to the extent that Contractor maintains and operates required security software and systems. 6. In the case of disputes, conflicts, or modifications to the use of Electronic Documents required to address issues affecting System Infrastructure, Contractor and OPT will cooperatively resolve the issues; but, failing resolution, OPT is authorized to make and require reasonable and necessary changes meet its original intent. Contractor may submit a Change Proposal if the changes cause additional cost or time to Contractor that could not have reasonably been anticipated. 7. Contractor and OPT are both responsible for their own back-up and archive of documents sent and received during the term of the contract. Contractor and OPT remain solely responsible for its own post -Project back-up and archive of Project documents after the term of the Contract as each party deems necessary for its own purposes. D. Software Requirements: 1. OPT and Contractor will each acquire the software and software licenses necessary to create and transmit Electronic Documents and to read and to use any Electronic Documents received from the other party (and if relevant from third parties), using the following software formats: Document Document Format .htm, .rtf, or .txt without formatting Email that impair legibility of content on screen or in printed copies Submittals Bluebeam PDF Applications for Payment Bluebeam PDF and Microsoft® Excel PDF and Schedule in Schedule in Progress Schedules Native Format Layouts and drawings to be submitted to Autodesk® AutoCAD .dwg format Owner for future use and modification Document submitted to OPT for future Microsoft® Word word processing use and modification Spreadsheets and data submitted to OPT for future data processing use and Microsoft® Excel modification 2. Software will be the version currently published at the time Contract is signed, unless a specific software version in listed in the Supplementary Conditions. Prior to using any Document Management 0133 00- 5 KMH18550 66T" Street Drainage Channel updated version of the software required in this section for sending Electronic Documents to the other party, the originating party will first notify and receive concurrence from the other party for use of the updated version or convert to comply with this Section. 3. The parties agree not to intentionally edit, reverse engineer, decrypt, remove security or encryption features, or convert to another format for modification purposes any Electronic Document or information contained therein that was transmitted in a software data format, including Portable Document Format (PDF), intended by sender not to be modified, unless the receiving party obtains the permission of the sending party or is citing or quoting excerpts of the Electronic Document for Project purposes. Requests by Contractor for Electronic Documents in Other Formats: 1. Release of any Electronic Documents developed during the design process (including Contract Documents, Technical Data, Drawings, and computer models) in formats other than those identified in this Section will be at the discretion of the OPT. 2. To the extent determined by OPT, release of Electronic Documents and other project information requested by Contractor ("Request") in formats other than those identified in this Section will be subject to the provisions of Owner's response to the Request, and to the following conditions: a. Electronic Documents containing text, graphics, metadata, or other types of data that are provided by Design Professional to Contractor under the Request are only for convenience of Contractor. Any conclusion or information obtained or derived from such data will be at the Contractor's sole risk and Contractor waives any claims against the Design Professional or Owner arising from use of data in Electronic Documents covered by the Request. Contractor shall indemnify and hold harmless the owner and design professional and their subconsultants from all claims, damages, losses, and expenses, including attorneys' fees and defense costs arising out of or resulting from the contractor's use, adaptation, or distribution of any electronic documents provided under the request. Contractor agrees not to sell, copy, transfer, forward, give away or otherwise distribute this information (in source or modified file format) to any third party without the direct written authorization of Design Professional, unless such distribution is specifically identified in the Request and is limited to the Contractor's subcontractors. Contractor warrants that subsequent use by the Contractor's subcontractors complies with all terms of the Contract Documents and the Owner's response to Request. 3. In the event that Owner elects to provide or directs Design Professional to provide to Contractor any Contractor -requested Electronic Document versions of project information that is not explicitly identified in the Contract Documents as being available to Contractor, Owner shall be reimbursed by Contractor on an hourly basis for any costs necessary to create or otherwise prepare the data in a manner deemed appropriate by Design Professional in accordance with the General Conditions. Document Management 0133 00- 6 KMH18550 66T" Street Drainage Channel 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 0133 00- 7 KMH18550 66T" Street Drainage Channel 013302 SHOP DRAWINGS 1.00 GENERAL 1.01 SUMMARY A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the Construction Manager to: 1. Record the products incorporated into the Project; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Design Professional to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. D. Submit a Change Proposal per Section 0126 00 "Change Management" to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will not be approved. B. Demonstrate that the proposed products are in full compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.09 are approved. C. Furnish and install products that fully comply with the information included in the Shop Drawings. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Shop Drawings are required for the following items: Specification Shop Drawing Description Section 31 25 13.13 Seed mix, fertilizer, etc 31 35 13 Articulated Concrete Block and any system components (bedding, geotexitile, etc) COL Section 5 1 Waterline pipe COL Section 8 1 Reinforced Concrete Pipe, asphalt, concrete, etc. Shop Drawings 0133 02 -1 KMH18550 66T" Street Drainage Channel Specification Section Shop Drawing Description TxDOT 467 Safety End Treatment B. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by Section 0133 05 "Construction Progress Schedule." 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Submit Shop Drawings for interrelated Work at one time. 3. Allow adequate time for ordering, fabricating, delivering, and installing products so construction of the Project is not delayed. C. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare and review the Shop Drawing or Sample. Coordinate the Shop Drawing or Sample with other Shop Drawings and Samples, with the requirements of the Work, and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Field measurements, quantities, and dimensions are shown on the Shop Drawing and are accurate; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products, existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the Construction Manager; 4. Shop Drawing is complete for its intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. E. Review Shop Drawings prior to submitting to the Construction Manager. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to Shop Drawings 0133 02 - 2 KMH18550 66T" Street Drainage Channel the Construction Manager's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.09. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. G. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Construction Manager and Design Professional. 1.04 DOCUMENTATION A. Provide adequate information in Shop Drawings and with Samples so the Design Professional can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components; 4. All applicable standards; 5. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 6. Wiring and piping diagrams and related controls; 7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 8. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings for fabrication at the same time. Shop Drawings requiring coordination with other Shop Drawings will not be approved until a complete package is submitted, unless approved by the Construction Manager. D. Submit information for all of the components and related equipment required for a complete and operational system in one Submittal. Shop Drawings 0133 02 - 3 KMH18550 66T" Street Drainage Channel 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function together as a system. 2. Provide certifications, warranties, and written guarantees and service contracts with the document package for review when these are required. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required special certifications, reports, and other documentation with the Shop Drawings as specified in the individual Specification Sections which may include: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product, when installed, will meet the requirements of the Contract Documents and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 1.06 WARRANTIES AND SERVICE AGREEMENTS A. Provide warranties and service agreements per Section 0178 36 "Warranties and Service Agreements." 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings to the Construction Manager. Send all documents in digital format for processing. 1. Provide all information requested. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Submit all documents in Portable Document Format (PDF) as required by Section 0133 00 "Document Management." Provide color PDF documents where color is required to interpret the Shop Drawing. Provide Samples and color charts per Paragraph 1.08 3. Submit each specific product, class of material, or equipment system separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one independent system in the same Submittal. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. Provide a list of abbreviations and their meaning as used in the Shop Drawings. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections; Shop Drawings 0133 02 - 4 KMH18550 66T" Street Drainage Channel Drawing number and detail designation; Equipment designation or name; Schedule references; System into which the product is incorporated; and Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black (redact) that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in yellow where selections or decisions by the Design Professional are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action requested of the Design Professional. 4. Make comments in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix "FD" to indicate field verified dimensions on the Shop Drawings. C. Designate a document as requiring priority treatment to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. D. Complete the certification required by Paragraph 1.03.G. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices 4. Indicate the full range of color, texture, and patterns. Shop Drawings 0133 02 - 5 KMH18550 66T" Street Drainage Channel 5. Deliver color charts and Samples to the field office and store for the duration of the Project. 6. Notify the Construction Manager that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have not been approved. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Construction Manager. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per the detailed specifications. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Construction Manager that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for Construction Manager to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have not been approved. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the Construction Manager. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Construction Manager. 1.09 REQUESTS FOR DEVIATION A. Submit a Change Proposal per Section 0126 00 "Change Management" to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. B. Provide a Shop Drawing with the Change Proposal that clearly identifies deviations for any product or component of the product that does not fully comply with the Contract Documents using the Shop Drawing Deviation Request form provided by the Construction Manager. Mark deviations on the Shop Drawing per Paragraph 1.07.13. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. Shop Drawings 0133 02 - 6 KMH18550 66T" Street Drainage Channel Construction Manager will issue a Field Order or Change Order to approve acceptable deviations. Approval of a requested Shop Drawing deviation by the Design Professional on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification issued by the Construction Manager. 1.10 CONSTRUCTION MANAGER AND DESIGN PROFESSIONAL RESPONSIBILITIES A. Shop Drawings will be received by the Construction Manager. Construction Manager will log the documents and forward to the Design Professional for review per this Section for general conformance with the Contract Documents. 1. Design Professional's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Design Professional's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Design Professional's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Design Professional for review and comment. Any marks made by the Design Professional do not constitute a blanket review of the document or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Design Professional will respond to Contractor's markups by either making markups directly in the Shop Drawing file using the color red or by attaching a Document Review Comments form with review comments keyed to the Drawings or Shop Drawing Deviation Request. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. Approved as Noted: Shop Drawing is approved so long as corrections or notations made by Design Professional are incorporated into the Shop Drawing. Not Approved: Shop Drawing or products described are not acceptable. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. 3. Shop Drawings will also be designated for one of the following actions: a. Documents Filed: Shop Drawing is acceptable without further action and has been filed as a record document. Shop Drawings 0133 02 - 7 KMH18550 66T" Street Drainage Channel Shop Drawing Not Required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Section 0133 03 "Product Data." Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. Revise and Resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. Actions "a" through "c" will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Action "d" requires follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted." These drawings are to be revised to provide a clean record of the document. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that do not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Design Professional for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviation, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as a possible Modification to the Contract Documents. 1. A requested deviation will be marked as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Construction Manager for deviations approved by the Design Professional if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will not be approved if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit a complete Shop Drawing incorporating revisions until it is acceptable and marked "Approved" or "Approved as Noted" and is assigned an action per Paragraph 1.10.13.3 that indicates that the Shop Drawing process is closed. Shop Drawings 0133 02 - 8 KMH18550 66T" Street Drainage Channel Information that is submitted as a Shop Drawing that should be submitted as Product Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes required by the Design Professional in the document and resubmit to the Construction Manager until approved. B. Resubmit a complete Shop Drawing for each resubmittal. The last approved Shop Drawing must not rely on previous submissions. The final Shop Drawing is to provide a complete record for the Owner's records. C. Revise initial drawings or data and resubmit as specified for the reviewed document. 1. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Design Professional. This will include changes previously highlighted or clouded in yellow to direct attention to Design Professional to items requiring selections, decisions by the Design Professional or highlighted or clouded in orange for a requested deviation from the Contract Documents, or comments in red made by the Construction Manager. 2. Highlight and cloud new items in yellow where selections or decisions by the Design Professional are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Design Professional. 3. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. D. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Design Professional for the actual hours required for the review of Shop Drawings by Design Professional and in accordance with the rates listed in Section 00 73 00 "Supplementary Conditions." 4. A set-off will be included in each Application for Payment to pay the cost for the additional review. The set-off will be based on invoices submitted to the Owner for these services. Shop Drawings 0133 02 - 9 KMH18550 66T" Street Drainage Channel 5. Need for more than one resubmission or any other delay in obtaining Design Professional's approval of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings 0133 02 -10 KMH18550 66T" Street Drainage Channel 013303 PRODUCT DATA 1.00 GENERAL 1.01 SUMMARY A. Submit Product Data as required by the Contract Documents and as reasonably requested by the Construction Manager. Provide Product Data for all products unless a Shop Drawing is required for the same item. B. Submit Product Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project; 2. Record detailed information about products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Product Data. D. Submit a Change Proposal per Section 0126 00 "Change Management" to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be made by an approved Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Product Data not meeting these criteria will not be accepted and must be resubmitted. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Include Product Data in the Document Register required by Section 0133 00 "Document Management" to indicate the Product Data to be submitted, the dates on which documents are to be sent to the Construction Manager for review, and proposed dates that the product will be incorporated into the Project. B. Complete the following before submitting Product Data: 1. Prepare Product Data and coordinate with Shop Drawings, Samples, Product Data for related products, and with the requirements of the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and Product Data 0133 03 -1 KMH18550 66T" Street Drainage Channel 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. C. Determine and verify: 1. Field measurements, quantities, and dimensions are shown on the Product Data and are accurate; 2. Location of existing structures, utilities, and equipment related to the Product Data have been shown and conflicts between the products, existing structures, utilities, and equipment have been brought to the attention of the Construction Manager; 3. Conflicts that impact the installation of the products have been brought to the attention of the Construction Manager; 4. Product Data is complete for its intended purpose; and 5. Conflicts between the Product Data related to the various Subcontractors and Suppliers have been resolved. D. Review Product Data prior to submitting to the Construction Manager. Certify that all Product Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Product Data. 1.04 DOCUMENTATION A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components; 4. All applicable standards; 5. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 6. Wiring and piping diagrams and related controls; 7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 8. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document that the measurements represent actual dimensions obtained at the Site. B. Submit information for all components and related equipment required for a complete and operational system in one submittal. 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function together as a system. Product Data 0133 03 - 2 KMH18550 66T" Street Drainage Channel 2. Provide certifications, warranties, and written guarantees and service contracts with the document package for review when these are required. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Product Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements of the Contract Documents and is part of the Product Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Product Data. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300-mile radius of the Site. Include the names, addresses, and telephone numbers of approved service organizations with the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that the equipment has been designed to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter must state that mechanical and electrical components have been adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 4. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the applicator or subcontractor proposed to perform a specified function is duly designated as factory authorized and trained for the application of the specified product. 1.06 WARRANTIES AND SERVICE AGREEMENTS A. Provide warranties and service agreements per Section 0178 36 "Warranties and Service Agreements." 1.07 PRODUCT DATA SUBMITTAL PROCEDURES A. Submit Product Data to the Construction Manager. Send all documents in digital format for processing. 1. Provide all information requested. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Submit all documents in Portable Document Format (PDF) as required by Section 0133 00 "Document Management." Provide color PDF documents where color is required to interpret the Product Data. Product Data 0133 03 - 3 KMH18550 66T" Street Drainage Channel 3. Submit each specific product, class of material, or equipment system separately so these can be tracked and processed independently. Do not submit Product Data for more than one system in the same Submittal. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Product Data. a. Use terms and symbols in Product Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Product Data. C. Provide a legend for symbols used on Product Data. 6. Mark Product Data to reference: a. Related Specification Sections; b. Drawing number and detail designation; C. Equipment designation or name; d. Schedule references; e. System into which the product is incorporated; and f. Location where the product is incorporated into the Project. B. Complete the certification required by Paragraph 1.03.F. 1.08 CONSTRUCTION MANAGER AND DESIGN PROFESSIONAL RESPONSIBILITIES A. Product Data will be received by the Construction Manager, logged, and provided to Owner as the Project record. 1. Product Data may be reviewed to see that the information provided is adequate for the purpose intended. Product Data not meeting the requirements of Paragraph 1.02 may not be approved. 2. Product Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Product Data. Contract modifications can only be approved by a Change Order or Field Order. B. Construction Manager may take the following action in processing Product Data: 1. File Product Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be marked "Filed as Received" and "Documents Filed." No further action is required on that Product Data. 2. Not approve the Product Data for one of the following reasons: a. The documentation requirements of the Contract Documents indicate that the document submitted as Product Data should have been submitted as a Shop Drawing. The Product Data will be marked "Not Approved" and "Submit as Shop Product Data 0133 03 - 4 KMH18550 66T" Street Drainage Channel Drawing." No further action is required on this document as Product Data and the Product Data process will be closed. Resubmit the document as a Shop Drawing per Section 0133 02 "Shop Drawings." The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Product Data will be marked "Not Approved" and "Revise and Resubmit." Contractor is to resubmit the Product Data until it is acceptable and marked "Filed as Received." When Product Data is filed, no further action is required and the Product Data process will be closed. The Product Data is not required by the Contract Documents nor is applicable to the Project. The Product Data will be marked "Not Approved" and "Cancelled." No further action is required and the Product Data process will be closed. C. Contractor is to resubmit the Product Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Product Data 0133 03 - 5 KMH18550 66T" Street Drainage Channel 013305 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 SUMMARY A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide Progress Schedule in adequate detail to allow Owner to monitor progress and to relate submittal processing to sequential activities of the Work. C. Incorporate Contract Milestones into the schedule and show activities leading to achievement of these milestones. D. Assume complete responsibility for maintaining the progress of the Work per the Progress Schedule submitted. 1.02 DOCUMENTATION A. Submit the schedules to the Construction Manager. Send all documents in digital format for processing. B. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. C. Provide schedules, schedule updates and revisions to the Construction Manager in electronic format in its originating software and in Portable Document Format (PDF) as required by Section 0133 00 "Document Management." D. Submit a preliminary Progress Schedule at the pre -construction conference. E. Submit a detailed Progress Schedule at least 10 days prior to the first payment request. F. Submit Progress Schedule updates monthly within 10 days after submitting Applications for Payment to indicate the progress made on the Project to the closing date for the Application for Payment. Failure to submit Progress Schedules will cause delay in the review and approval of subsequent Applications for Payment. 1.03 PROGRESS SCHEDULE REQUIREMENTS A. Progress Schedule is to be in adequate detail to: 1. Ensure adequate planning, scheduling, and reporting during the execution of the Work; 2. Ensure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Monitor the progress of the Work; and 4. Evaluate the impact of proposed changes to the Contract Times and Project Schedule. Construction Progress Schedule 0133 05 -1 KMH18550 66T" Street Drainage Channel B. Provide the Progress Schedule in the form of a computer -generated critical path schedule which includes Work to be performed on the Project. It is intended that the Progress Schedule accomplish the following: 1. Give early warning of delays in time for correction. 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revised when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. C. Provide a time -scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; and production rates used to determine the duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. D. Provide a Progress Schedule for Submittals: 1. Allow a reasonable time to review each document, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 2. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for at least a second review. 3. Assume a 14-day review cycle for each time a Shop Drawing is submitted for review unless a longer period is indicated in the Contract Documents or provided by the Construction Manager. 4. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet specification requirements. Construction Progress Schedule 0133 05 - 2 KMH18550 66T" Street Drainage Channel 1.04 FLOATTIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. 1.05 MODIFICATION OF CONTRACT TIMES A. Contract Times cannot be changed by the submission of a Progress Schedule. Contract Times can only be modified by a Change Order or Contract Amendment. B. Submit a Change Proposal for any proposed change in Contract Times, and include justification for the change in accordance with the provisions of the Contract Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 0133 05 - 3 KMH18550 66T" Street Drainage Channel 013306 GRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 SUMMARY A. Provide aerial photographs of the completed Project. Include one photograph for the Project to provide a continuous photograph of the Project without gaps. B. Provide a video recording of the Site. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including streets, curbs and gutter, utilities, driveways, fencing, landscaping, etc., prior to the beginning of construction. Record after construction staking is complete but prior to any clearing. Provide one copy of the dated and labeled recording to the Construction Manager before the start of construction. Provide additional recording as directed by the Construction Manager if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. 2. Provide a video recording of the completed Project. Make the recording from approximately the same distance above ground and that the same angle to provide a consistent perspective. Record the Project while flying the same direction for all segments. 3. Format must allow photographic still shots to be extracted from the video recording. C. All photographs and video recordings are to become the property of the Owner. Photographs or recordings may not be used for public or private publication or display without the written consent of the Owner. 1.02 DOCUMENTATION A. Submit photographic documentation and two DVDs of the video recording in accordance with Section 0133 00 "Document Management." 1.03 QUALITY ASSURANCE A. Provide clear photographs and video recordings taken with proper exposure. View photographs and video recordings in the field and take new photographs or video recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280x960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the Construction Manager. Graphic Documentation 0133 06 -1 KMH18550 66T" Street Drainage Channel C. Provide a digital copy on a DVD of each photograph taken. D. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. 2.02 VIDEO RECORDING A. Provide video recordings in digital format on a DVD that can be played with Windows Media Player in common format in full screen mode without loss of resolution. B. Identify Project on video by audio or visual means. C. Provide video with file size that does not exceed 1 GB. D. Provide video resolution of at least 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest; do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. Label the DVD with construction stationing. Stationing is to be annotated in the video. G. Linear projects should be recorded linearly from beginning to end. 3.00 EXECUTION (NOT USED) END OF SECTION Graphic Documentation 0133 06 - 2 KMH18550 66T" Street Drainage Channel 014000 QUALITY MANAGEMENT 1.00 GENERAL 1.01 OVERVIEW A. Quality management refers to the overall process of delivering a completed Project to the Owner that complies with the requirements of the Contract Documents. Quality management applies to documentation, products, services and the Work. B. The Contractor is responsible for the quality of documentation, products, services and the Work provided. 1. Contractor is to integrate quality control procedures into the execution of the Work that are adequate to produce a Project that meets the requirements of the Contract Documents while minimizing loss of time and increased cost. Contractor is solely responsible for time and cost impacts of correcting Defective Work. 2. Contractor is to provide all testing and inspection required to control the quality of the Work in progress to determine that completed Work will comply with the requirements of the Contract Documents. 3. Contractor is to provide verification or acceptance testing as required by the Contract Documents to demonstrate that the completed Work complies with the requirements of the Contract Documents, except for those test that the OPT has determined are to be conducted independent of the Contractor and identified as OPT testing in the Owner's Quality Management Plan. 1.02 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Transportation, ASTM International (American Society for Testing and Materials), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.03 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of ensuring compliance with the Contract Documents. Submit this plan as Product Data per Section 01 31 13 "Project Coordination." 2. A statement of qualifications for any proposed testing laboratory that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. Quality Management 0140 00 -1 KMH18550 66T" Street Drainage Channel 3. Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that the proposed products comply with the Contract Documents or indicate that the proposed products do not comply with the Contract Documents and why those products do not comply. Submit Certified Test Reports as part of a Shop Drawing submitted per Section 0133 02 "Shop Drawings." 4. Certified Test Reports for inspections and testing required in this Section and in other Sections of the Specifications. Provide reports to indicate that the Work complies with the Contract Documents or indicate that the Work does not comply with the Contract Documents and why the Work does not comply. Submit these test reports on forms provided by the Construction Manager per Section 0133 00 "Document Management." 5. Certified Test Reports of Defective Work and Certified Test Reports documenting that successful corrective action has produced Work that complies with the Contract Documents. Construction Manager will maintain a Defective Work register. Progress on correction of Defective Work will be discussed at progress meetings as described in Paragraph 1.05.E. The final Defective Work register will be incorporated into closeout documentation required per Section 0170 00 "Execution and Closeout Requirements" as a record that all Defective Work has been corrected. 1.04 OWNER'S QUALITY MANAGEMENT ACTIVITIES A. OPT may perform its own verification testing independent of the Contractor. Owner's Quality Management Plan describes the OPT's anticipated verification testing program for this Project. The preliminary testing is shown in Paragraph 3.04. This plan outlines the anticipated testing in general terms and may not reflect the actual testing performed by the OPT. Actual testing will depend on the Contractor's means, methods, and procedures of construction which will not be known until the Contractor submits the Contractor's Quality Control Plan (CQCP) to the OPT. There is no guarantee that all testing in the preliminary OQMP included in the Bidding/Proposal Documents will be performed by the OPT. Contractor will arrange and pay for all production control testing deemed necessary by the Contractor to produce quality results. B. Quality management activities of the OPT are for verifying the results of the Contractor's Work complies with the requirements of the Contract Documents. Performance or non- performance of verification activities by the OPT: 1. Does not relieve the Contractor of its responsibility to provide Work and furnish products that comply with the requirements of the Contract Documents; 2. Does not relieve the Contractor of its responsibility to provide adequate quality control measures to produce quality documents, products, services or Work; 3. Does not relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; and 4. Does not affect the continuing rights of the Owner after OPT's acceptance of the completed Work. C. The Work is subject to OPT's observations or testing at any time. Products which have been tested or inspected and accepted by the OPT at a supply source or staging area may be inspected or tested again by the OPT before, during, or after incorporation into the Work Quality Management 0140 00 - 2 KMH18550 66T" Street Drainage Channel and rejected if products do not comply with the Contract Documents. Verification testing performed by the OPT will be paid for by the Owner, except for testing related to Defective Work as discussed in Paragraph 3.02. 1.05 CONTRACTOR'S RESPONSIBILITIES A. Review the OQMP and provide a Contractor's Quality Control Plan (CQCP) outlining testing to be provided by the Contractor per Paragraph 1.07. B. Implement the CQCP to provide Work that complies with the requirements of the Contract Documents. 1. Provide quality documents meeting the requirements of the Contract Documents. 2. Provide services meeting the requirements of the Contract Documents. 3. Provide the services of a Construction Materials Inspection and Testing (CMIT) provider meeting the requirements of this Section to provide testing required by the Contract Documents to demonstrate that products proposed for the Project in Shop Drawings and Product Data fully comply with the Contract Documents. 4. Inspect and test products to be incorporated into the Project to identify defects before installing them. Do not install Defective products. Conspicuously mark Defective products and remove from the Site. If products are installed before the defect is recognized, remove the Defective products, mark them as Defective and remove them from the Site when the defect is recognized. 5. Integrate production quality control measures into construction activities to produce Work meeting the requirements of the Contract Documents. Inspect self -performed Work and the Work of Subcontractors and Suppliers to identify defects. Correct or replace Defective Work. 6. Provide facilities, equipment, and Samples required for inspections and tests. a. Give the Construction Manager adequate notice before proceeding with Work that would interfere with inspections or testing. Notify the Construction Manager and CMIT provider prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be performed. Do not proceed with Work that would impact the ability to correct defects, or with Work that would require that it be removed to correct defects, until testing is complete, and test results indicate that the corrected Work is acceptable. Provide safe access for all CMIT activities, including those to be conducted as part of the Owner's Quality Management Program. C. Perform tests as indicated in Contract Documents. All verification testing is to be observed by the OPT or its designated representative. D. Submit test reports to the Construction Manager. Provide an update on quality control activities performed the previous month and planned for the coming month at monthly progress meetings required by Section 01 31 13 "Project Coordination." Quality Management 0140 00 - 3 KMH18550 66T" Street Drainage Channel Determine testing or inspections required to implement the CQCP. Include costs for additional testing and inspections required to meet Contractor's quality control obligations in the Contract Price. 1.06 CONTRACTOR'S QUALITY CONTROL MANAGER A. Provide a Quality Control Manager for the Project. The Quality Control Manager must have authority to reject Defective Work, redirect the efforts of the Contractor, Subcontractor and Suppliers to correct Defective Work and implement steps to prevent future Defective Work. B. The resident superintendent or an approved assistant can serve as Quality Control Manager, provided other duties will allow adequate time to serve in this capacity. 1.07 CONTRACTOR'S QUALITY CONTROL PLAN A. Provide a CQCP that describes testing and inspections for Work performed at the Site and at remote locations. Include Work by Subcontractors and Suppliers. The CQCP is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Procedures for scheduling, reviewing, certifying, and managing documentation including documentation provided by Subcontractors and Suppliers; 3. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, C. Parameters of Work to be tested, d. Test frequency, Persons responsible for each test, and Applicable industry testing standards and laboratory facilities to be used for the test; 4. Incorporate the testing specified in the OQMP into the CQCP, specifically identifying the tests or inspections that will be provided by the OQMP; 5. Procedures for tracking and documenting quality management efforts per Paragraph 1.03. 6. Reporting procedures which incorporate the use of forms provided by the Construction Manager. 7. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.03. B. Use the Contractor's Quality Control Plan Checklist provided by the Construction Manager to review the CQCP before submitting and include a copy of the completed checklist with the CQCP. Do not begin Work until the CQCP is accepted. Submit an interim plan covering only the portion of Work to be performed if the Contractor plans to begin Work prior to Quality Management 0140 00 - 4 KMH18550 66T" Street Drainage Channel submitting the complete CQCP for the Project. Do not begin Work on other parts of the Project until the complete CQCP is accepted. C. Meet with the OPT 7 days after CQCP is submitted and before start of construction to discuss the CQCP. D. Notify the Construction Manager of any changes to the CQCP or quality control personnel. 1.08 CONTRACTOR'S USE OF OWNER'S TEST REPORTS A. Contractor will receive copies of all test reports documenting Owner's verification tests. Contractor is entitled to rely on the accuracy of these tests results and use these as part of its quality control efforts. B. Contractor may submit a Change Proposal if the Owner's testing program deviates significantly from the OQMP. Contractor must demonstrate that actual testing and inspection costs were incurred implementing the CQCP as a result of OPT's decision to not provide testing described in the OQMP. 1.09 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.10 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT using the process directed by the Construction Manager. These reports must include the following: a. Name of the Owner, Project title and number, and name of the Contractor; b. Name, address, and telephone number of the laboratory; C. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site where the test was taken; Quality Management 0140 00 - 5 KMH18550 66T" Street Drainage Channel Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors, or Suppliers on the as directed by the Construction Manager. 3. OPT will prepare test reports on tests performed by the OPT. B. Submit test reports as directed by the Construction Manager within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. Notify the Construction Manager using acceptable means other than the test report, immediately of any test that fails to comply with the Contract Documents. 2.00 PRODUCTS 2.01 TESTING APPARATUS A. Furnish testing apparatus and related accessories necessary to perform the tests. 2.02 SAMPLE PRODUCTS A. Provide Samples of products in adequate quantity for testing. 3.00 EXECUTION 3.01 IMPLEMENTING CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Include the following phases for each definable work task. A definable work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable work task: a. Review the Contract Documents. b. Review documents the Contractor will submit and determine that they are complete in accordance with the Contract Documents. C. Check to ensure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to ensure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and sample Work to ensure that they are on hand, conform to Contract Documents, Shop Drawings and Product Data, and are properly stored. Quality Management 0140 00 - 6 KMH18550 66T" Street Drainage Channel Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the work task. Check that the portion of the plan for the Work to be performed incorporates document review comments. Discuss results of planning phase with the Construction Manager. Conduct a meeting attended by the Construction Manager, Quality Control Manager, superintendent, other quality control personnel as applicable, and the foreman responsible for the work task. Instruct applicable workers as to the acceptable level of workmanship required to meet the requirements of the Contract Documents. Document the results of the planning phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 2. Work Phase: Complete this phase after the planning phase: a. Notify the Construction Manager at least 1 week in advance of beginning the Work and discuss the review of the planning phase effort to indicate that requirements have been met. Check the Work to ensure that it is in full compliance with the Contract Documents. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. Repeat the work phase for each new crew to work on -site, or any time acceptable specified quality standards are not being met. 3. Follow -Up Phase: Perform daily checks to ensure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. Conduct follow-up checks and correct all defects prior to the start of additional work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. Conduct a review of the Work at least 1 month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and work phases if: 1. The quality of on -going Work is unacceptable; 2. Changes are made in applicable quality control staff, on -site production supervision, or crews; Quality Management 0140 00 - 7 KMH18550 66T" Street Drainage Channel 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. 3.02 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the Construction Manager why the Work is not to be corrected immediately and when corrective action will be completed. B. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all costs associated with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. C. Document Defective Work, corrective actions taken to correct defects and that corrected Work complies with the Contract Documents. D. Implement countermeasures to prevent future Defective Work. E. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. F. Owner will withhold payment for Defective Work or Work that has not been tested or inspected in accordance with the CQCP, OQCP, or the Contract Documents. 3.03 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on corrected Work when corrective action is complete to demonstrate that the corrected Work complies with the Contract Documents. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. Document that Defective Work has been corrected with the Construction Manager. B. Pay for verification testing until Work meets quality requirement set forth in the Contract Documents. OPT may perform verification testing as part of its Quality Management Program and impose a Set-off to recover the cost for this testing. 3.04 OWNER'S PRELIMINARY QUALITY CONTROL PLAN A. Owner role for testing and inspection is described in City of Lubbock Standards and Specifications. 1. Earthwork, concrete, pipe, and pavement testing and inspection are in accordance with section '8.03 Testing and Inspection' in the City of Lubbock Standards and Specifications. END OF SECTION Quality Management 0140 00 - 8 KMH18550 66T" Street Drainage Channel 015000 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.01 SUMMARY A. Provide temporary facilities, including OPT's field office, Contractor's field offices, storage sheds, workshops, and other facilities needed to complete the Work. B. Provide temporary utilities needed to support the operation of the facilities and construction activities. C. Provide and maintain temporary project identification signs for the Owner. D. Provide temporary informational signs to identify key elements of construction and direct the flow of traffic. E. Provide a weatherproof kiosk for display of permits and other notices required by Laws and Regulations. 1.02 DOCUMENTATION A. Submit Shop Drawings in accordance with Section 0133 02 "Shop Drawings" for the following: 1. Project identification sign. 2. Office Floor Plan: Provide a scaled floor plan prior to installation of OPT's field office. Include details for: a. Telephone equipment; b. Internet equipment; c. Computer equipment; d. Security/alarm systems; and e. Office furniture and appliances. 1.03 QUALITY ASSURANCE A. Inspect and test each utility before using facilities. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use of facilities. 1.04 DELIVERY, STORAGE, AND HANDLING A. Transport, unload, and set up all temporary buildings and utilities. 1.05 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. Temporary Facilities and Controls 01 50 00 - 1 KMH18550 66T" Street Channel C. Provide Contractor's temporary facilities and utilities in time to avoid delays in the performance of the Work. D. Provide and maintain temporary facilities and utilities. E. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on utilities to operate within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain site security and protection of the facilities. F. Remove temporary facilities and utilities when construction is complete and removal is approved by the Construction Manager. PART 2 - PRODUCTS 2.01 SIGN MATERIALS A. Provide wood or metal signs in sound condition, structurally adequate to withstand wind and weather. B. Provide 3/4-inch exterior grade A/D face veneer plywood with medium density overlay for sign surface. C. Provide galvanized or stainless steel bolts, brackets, fasteners, and other hardware. D. Provide exterior quality coatings. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site for the entire duration of the Project. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations so that no point at the Site will be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and startup of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. B. Provide power for construction and storage. Provide power to energize space heaters for stored electrical equipment. Temporary Facilities and Controls 01 50 00 - 2 KMH18550 66T" Street Channel 2.05 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. PART 3 - EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the Construction Manager. Construct and install signs at locations approved by the Construction Manager. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION SIGNS A. Arrange for a professional sign painter to paint and erect a sign for the Site in accordance with the sign information provided in the Contract Documents or provided by Owner. Sign will include identification of the OPT and Contractor (including appropriate logos, as required) and other Project information as determined by the Construction Manager. Paint sign on a 4-foot by 8-foot by 3/4-inch exterior grade plywood board. Frame plywood with 2 x 4 wood frame and mount on not less than two 4 x 4 posts. House plywood board in a channel routed 1/2 inch deep in the 2 x 4 frame. Shoulder, glue, and screw corners. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide exterior security lighting. C. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. D. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary facilities, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished condition in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove project identification signs, framing, supports, and foundations upon completion of the Project. 3.05 MAINTENANCE AND JANITORIAL SERVICE A. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. B. Repair any damage to Work caused by placement or removal of temporary signage. Temporary Facilities and Controls 01 50 00 - 3 KMH18550 66T" Street Channel END OF SECTION Temporary Facilities and Controls 01 50 00 - 4 KMH18550 66T" Street Channel 015700 TEMPORARY CONTROLS PART 1- GENERAL 1.01 SUMMARY A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing, and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. 1.02 DOCUMENTATION A. Provide Shop Drawings in accordance with Section 0133 02 "Shop Drawings." B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Product Data in accordance with Section 01 31 13 "Project Administration." 1.03 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.04 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off -site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off -site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. Temporary Controls 0157 00 - 1 KMH18550 66T" Street Drainage Channel 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or contaminated soil is considered contaminated. Do not allow contaminated water to enter streams or water courses, leave the Site in a non -contained form, or enter non - contaminated areas of the Site. 1. Construct temporary holding ponds or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 2. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.05 EARTH CONTROL A. All excavated material is to be stockpiled as shown on the plans. Control stockpiled materials to eliminate interference with the project, adjacent city projects, surrounding neighborhood or the traveling public. 1.06 TEMPORARY STORMWATER POLLUTION CONTROL A. Provide temporary stormwater pollution control per Section 0157 23 'Temporary Stormwater Pollution Control." 1.07 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the Construction Manager and to match surrounding material at the conclusion of the Work. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. Temporary Controls 0157 00 - 2 KMH18550 66T" Street Drainage Channel PART 3 - EXECUTION 3.01 CONSTRUCTING, MAINTAINING, AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable or in accordance with the requirements of the Contract Documents. C. Remove temporary control when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 0157 00 - 3 KMH18550 66T" Street Drainage Channel 015723 TEMPORARY STORMWATER POLLUTION CONTROL 1.00 GENERAL 1.01 SUMMARY A. Furnish labor, materials, equipment, and incidentals necessary to provide stormwater pollution prevention for the duration of the construction period including furnishing, installing, and maintaining erosion and sediment control structures and procedures and properly removing the features when no longer required. B. Develop, implement, and maintain a stormwater pollution prevention plan (SWPPP) in compliance with local, state, and federal Laws and Regulations. Provide preventive measures to keep sediment and other pollutants from the construction activity from entering any stormwater system, including open channels. C. Comply with the Texas Commission on Environmental Quality General Permit, TXR150000, (General Permit) for storm water discharges from construction activities under the Texas Pollutant Discharge Elimination System (TPDES) program. D. SWPPP shall be coordinated with Owner and approved by Owner. E. File all required legal notices and obtain required permits prior to beginning any construction activity. F. This Section provides guidelines and Best Management Practices information for the Contractor to use in adhering to all local, state, and federal environmental Laws and Regulations with respect to stormwater pollution prevention during construction activities. 1.02 DOCUMENTATION A. Documentation must be provided in accordance with Section 0133 00 "Document Management." B. Submit copies of required notices and reports to the Construction Manager as Product Data in accordance with Section 0133 03 "Product Data." Retain copies of these documents at the Site for review and inspection by the OPT or regulatory agencies at all times. C. Submit copies of required notices to local, state, and federal authorities and any other entity as required by the General Permit and applicable Laws and Regulations. D. Post a copy of required notices at the Site in a location where it is readily available for viewing by the general public and local, state, and federal authorities prior to starting construction activities and maintain the posting until completion of the construction activities. E. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP required under the General Permit. F. Provide schedules in accordance with Paragraph 3.05. 1.03 QUALITY ASSURANCE A. Comply with applicable requirements of all governing authorities having jurisdiction. The Specifications and the Drawings are not intended to be prescriptive but rather to convey Temporary Stormwater Pollution Control 01 57 23 - 1 KMH18550 66T" Street Drainage Channel the intent to provide complete slope protection, erosion control, and stormwater pollution prevention for both the Owner's property and adjacent properties. B. Perform Work to comply with "Best Practices" as established by the local agency of jurisdiction. C. Contractor must develop and implement a SWPPP in accordance with the General Permit prior to the beginning of construction activity. D. Contractor assumes solely responsible for implementing, updating, and modifying the General Permit per Laws and Regulations for the SWPPP and Best Management Practices. E. Stormwater pollution prevention measures must be established prior to the beginning of construction and maintained during the entire length of construction until final stabilization has been achieved for the area protected. F. All land -disturbing activities must be planned and conducted to minimize the area to be exposed at any one time as well as time of exposure, off -site erosion, sedimentation, and adverse water quality impacts. G. Surface water runoff originating upgrade of an exposed area must be managed to minimize erosion and sediment loss during the period of exposure. H. Install measures to control both the velocity and rate of release so as to minimize erosion and sedimentation of the receiving water body (i.e., ditch, channel, stream) in accordance with regulatory requirements and as directed by the OPT. I. Periodically clean out and dispose of all sediment and other pollutants as necessary to maintain adequate treatment capacity of each pollution control feature. Clean out and properly dispose of all sediment and other stormwater pollutants at the time of completion of the Work. 1.04 JOB CONDITIONS, CODES AND ORDINANCES A. Comply with the local codes and ordinances. If local codes and ordinances require more stringent or additional stormwater pollution prevention measures during construction beyond those required by state and federal Laws and Regulations, the Contractor must provide such measures at no additional cost. 2.00 PRODUCTS 2.01 MATERIALS A. All materials used for stormwater pollution prevention must meet the requirements of TxDOT specifications as noted in the plans. 3.00 EXECUTION 3.01 PREPARATION A. Prepare a SWPPP in accordance with applicable permit requirements for construction activity. Develop the SWPPP in conformance with the General Permit and any applicable local requirements. Temporary Stormwater Pollution Control 01 57 23 - 2 KMH18550 66T" Street Drainage Channel B. Prepare and implement the SWPPP prior to the beginning of construction activity in accordance with local, state, and federal Laws and Regulations. C. OPT may require Contractor to install stormwater pollution prevention devices and/or practices during construction in addition to those required under the approved SWPPP. Contractor must remain solely responsible for complying with all local, state, and federal Laws and Regulations. 3.02 INSTALLATION A. Erosion control blankets to hold seed and soil in place until vegetation is established on disturbed areas are subject to the following installation criteria: 1. Prior to the installation of any erosion control matting, all rocks, dirt clods, stumps, roots, trash, and any other obstructions that would prevent the mat from lying in direct contact with the soil must be removed. 2. Anchor trenching must be located along the entire perimeter of the installation area, except for small areas with less than 2 percent slope. 3. Installation and anchoring must conform to the recommendations shown within the manufacturer's published literature for the erosion control blanket. 4. Anchors (staples) must be a minimum of 6 inches in length and 1 inch wide. They must be made of 11-gauge wire, or equivalent, unless the ECB is intended to remain in place with final stabilization and biodegrade. 5. Particular attention must be paid to joints and overlapping material. Overlap along the sides and at the ends of ECBs should be per the manufacturer's recommendations for site conditions and the type of ECB being installed. At a minimum, the end of each roll of ECB must overlap the next roll by 3 feet and the sides of rolls must overlap 4 inches. 6. After installation, check blankets for uniform contact with the soil, security of the lap joints, and flushness of the staples with the ground. B. Silt fences for perimeter controls located downstream of disturbed areas are subject to the following installation criteria: 1. Construct fences along a line of constant elevation (along a contour line if possible). 2. Maximum drainage area must be 0.25 acres per 100 linear feet of silt fence. 3. Maximum flow to any 20-foot section of silt fence must be 1 cfs. 4. Maximum distance of flow to silt fence must be 200 feet or less. If the slope exceeds 10 percent, the flow distance must be less than 50 feet. 5. Maximum slope adjacent to the fence must be 2:1. 6. Stone overflow structures or other outlet control devices must be installed at all low points along the fence or spaced at approximately 300 feet if there is no apparent low point. 7. A 6-inch wide trench is to be cut 6 inches deep at the toe of the fence to allow the fabric to be laid below the surface and backfilled with compacted earth or gravel to prevent bypass of runoff under the fence. Fabric must overlap at abutting ends a minimum of 3 feet and must be joined such that no leakage or bypass occurs. If soil Temporary Stormwater Pollution Control 0157 23 - 3 KMH18550 66T" Street Drainage Channel conditions prevent a minimum toe -in depth of 6 inches or installation of support post to depth of 12 inches, silt fences must not be used. C. Rock Bag Check Dams: a. Rock bag check dams should have a minimum top width of 16 inches. b. Bag length must be 24 to 30 inches, width must be 16 to 18 inches, and thickness must be 6 to 8 inches and having a minimum weight of 40 pounds. C. Minimum rock bag dam height of 12 inches would consist of one row of bags stacked on top of two rows of bag. The dam must always be one more row wide than it is high, stacked pyramid fashion. d. PVC pipes may be installed through the dam to allow for controlled flow through the dam. Pipe should be schedule 40 or heavier polyvinyl chloride (PVC) having a nominal internal diameter of 2 inches. D. Sack Gabion Check Dams: a. Sack gabion check dams may be used in channels with a contributing drainage area of 5 acres or less. b. Wire mesh must be one piece, wrapped around the rock, and secured to itself on the downstream side using wire ties or hog rings. c. Sack gabions must be staked with 3/4-inch rebar at a maximum spacing of 3 feet. Each wire sack must have a minimum of two stakes. E. Organic Filter Tube Check Dams: a. Organic filter tubes may be used as check dams in channels with a contributing drainage area of 5 acres or less. b. Organic filter tubes must be a minimum of 12 inches in diameter. C. Staking of filter tubes must be at a maximum of 4-foot spacing and must alternate through the tube and on the downstream face of the tube. F. Stabilized construction exits for sites in which significant truck traffic occurs on a daily basis are subject to the following installation criteria: 1. Limit site access to one route during construction, if possible; two routes for linear and larger projects. 2. Prevent traffic from avoiding or shortcutting the full length of the construction exit by installing barriers. Barriers may consist of silt fence, construction safety fencing, or similar barriers. 3. Design the access point(s) to be at the upslope side of the construction site. Do not place construction access at the lowest point on the construction site. 4. Stabilized Construction Exits are to be constructed such that drainage across the entrance is directed to a controlled, stabilized outlet on -site with provisions for storage, proper filtration, and removal of wash water. 5. The exit must be sloped away from the paved surface so that stormwater is not allowed to leave the Site onto roadways. Temporary Stormwater Pollution Control 01 57 23 - 4 KMH18550 66T" Street Drainage Channel 6. Minimum width of exit must be 15 feet. 7. Vehicles must not be permitted to track or drop sediment onto paved roads, streets, or parking lots. When necessary, vehicles must be cleaned to remove sediment prior to exit onto paved areas. When washing is required, it must be done on a constructed wheel wash facility that drains into an approved sediment trap or sediment basin or other sedimentation/filtration device. 8. Minimum dimensions for the exit must be as follows: Tract Area Min. Width of Exit Min. Length of Exit <1 Acre 15 feet 20 feet >_ 1 acre but <5 Acres 25 feet 50 feet >_5 Acres 30 feet 50 feet G. Install pollution control devices in a manner consistent with their designed intent. 3.03 MAINTENANCE A. Maintain pollution prevention control structures and procedures in full working order at all times during construction. This must include any necessary repair or replacement of items which have become damaged or ineffective. Remove sediment and other pollutants which accumulate in pollution control devices as necessary to maintain the intended design efficiency for the pollution prevention measure. B. Dispose properly of trash, debris, and other pollutants. C. Place sediment material in approved earth spoil areas or return the sediment material to the area from which it eroded. D. Maintain pollution prevention structures and procedures until construction is complete for the area protected and until the Site achieves final stabilization. Unless more stringently defined by local, state, or federal requirements, final stabilization is defined as achieving 70 percent of background vegetative cover or placement of permanent cover, such as concrete or asphalt. E. Upon completion of construction and achievement of final stabilization, properly remove the temporary pollutant control structures and complete the area as indicated. Pollution control devices made of organic materials designed to degrade naturally in place will not require removal, unless specifically required by the OPT. F. Erosion control blankets must be inspected regularly (at least as often as required by the General Permit) for bare spots caused by weather related events. Missing or loosened blankets must be replaced or re -anchored. Also check for excess sediment deposited from runoff. Remove sediment and/or replace blanket as necessary. In addition, determine the source of excess sediment and implement appropriate Best Management Practices to control the erosion. G. Silt fences must be inspected regularly (at least as often as required by the General Permit) for buildup of excess sediment, undercutting, sags, and other failures. Sediment should be removed when it reaches approximately one-half the height of the fence. In addition, determine the source of excess sediment and implement appropriate Best Management Temporary Stormwater Pollution Control 01 57 23 - 5 KMH18550 66T" Street Drainage Channel Practices to control the erosion. If the fabric becomes damaged or clogged, it must be repaired or replaced as necessary. H. Check dams should be inspected regularly (at least as often as required by the General Permit). Silt must be removed when it reaches approximately one-third the height of the dam or 12 inches, whichever is less. Inspectors should monitor the edges of the dam where it meets the sides of the drainage ditch, swale, or channel for evidence of erosion due to bypass or high flows. Eroded areas must be repaired. If erosion continues to be a problem, modifications to the check dam or additional controls are needed. Care must be used when taking out rock check dams in order to remove as much rock as possible. Loose rock can create an extreme hazard during mowing operations once the area has been stabilized. Stabilized construction exits should be inspected regularly (at least as often as required by the General Permit). The stabilized construction exit must be maintained in a condition that prevents tracking or flow of sediment onto paved surfaces. Periodic re -grading and top dressing with additional stone must be done to keep the efficiency of the exit from diminishing. The rock must be re -graded when ruts appear. Additional rock must be added when soil is showing through the rock surface. Additional controls are needed if inspections reveal a properly installed and maintained exit, but tracking of soil outside the construction area is still evident. Additional controls may be daily sweeping of all soil spilled, dropped, or tracked onto public rights -of -way or the installation of a wheel cleaning system. 3.04 FIELD QUALITY CONTROL A. In the event of conflict between the specified requirements and stormwater pollution control laws, rules, or regulations or other local, state, or federal agencies, the more restrictive laws, rules, or regulations will apply. 3.05 SCHEDULES A. Prior to start of construction, submit schedules to the OPT for accomplishment of temporary and permanent erosion control work in connection with required clearing and grubbing, grading, construction, and paving. Include a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials in the submittal. END OF SECTION Temporary Stormwater Pollution Control 0157 23 - 6 KMH18550 66T" Street Drainage Channel 016000 PRODUCT REQUIREMENTS 1.00 GENERAL 1.01 SUMMARY A. Provide products for this Project that comply with the requirements of this Section. Specific requirements of the detailed equipment specifications govern in the case of a conflict with the requirements of this Section. B. Comply with applicable specifications and standards. 1.02 DOCUMENTATION A. Provide documents in accordance with the Contract Documents. 1.03 QUALITY ASSURANCE A. Design Criteria: 1. Provide products designed for structural stability and operational capability. 2. Provide members designed to withstand all loads imposed by installation, erection, and operation of the product without deformation, failure, or adversely affecting the operational requirements of the product. Size and strength of materials for structural members are specified as minimums only. 3. Design mechanical and electrical components for all loads, currents, stresses, and wear imposed by startup and normal operations of the equipment without deformation, failure, or adversely affecting the operation of the unit. Mechanical and electrical components specified for equipment are specified as the minimum acceptable for the equipment. B. Coordination: 1. Provide coordination of the entire Project, including verification that structures, piping, and equipment components to be furnished and installed for this Project are compatible. 2. Determine that the equipment furnished for this Project is compatible with the requirements of the Contract Documents and with the equipment and materials furnished by others. 3. Provide electrical components for equipment that comply with all provisions of the Contract Documents. 4. Apply protective coatings and paints to equipment in the shop that are fully compatible with the final coatings to be field applied in accordance with the Contract Documents. C. Adapting Substitute Products: 1. The Drawings and Specifications are prepared for the specified products. Make modifications to incorporate the products into the Project if a substitution is requested Product Requirements 0160 00 -1 KMH18550 66T" Street Drainage Channel for a product is and approved in accordance with Section 0126 00 "Change Management." 2. Do not provide a product with a physical size that exceeds the available space. Consideration may be given to the acceptance of these products or equipment if the Contractor assumes all costs necessary to incorporate the item and the OPT approves such revisions. 3. Coordinate electrical requirements for the products to be installed in the Project, including revisions in electrical equipment components wiring and other elements necessary to incorporate the component. 1.04 STANDARDS A. The applicable industry standards referenced in the Specifications apply as if written here in their entirety. B. Provide equipment manufactured using structural and miscellaneous fabricated steel conforming to the standards of the American Institute of Steel Construction, except where indicated otherwise. 1.05 WARRANTIES AND GUARANTEES A. Normal warranty provisions are as stated in the General Conditions and Section 0178 36 "Warranties and Service Agreements." B. Correct Defective Work under the provisions of the General Conditions. C. Provide warranties and guarantees for periods as defined in the Contract Documents. Individual Sections of the Specifications may have more stringent warranty requirements than stated in the General Conditions. The most stringent warranty will apply in the event of conflicts within the Contract Documents. D. In the event that products are repaired, modified, or replaced under the warranty bond, then the warranty period will continue on the date of completion of these repairs for a period of 6 months or until the end of the original warranty period, whichever is later. In no event will the warranty period extend more than 6 months beyond the end of the original warranty period. 2.00 PRODUCTS 2.01 MATERIALS A. Provide products according to normally accepted engineering and shop practices, except where a higher standard of quality is required by the Contract Documents. B. Manufacture like parts of duplicate units to standard sizes and gages that are interchangeable. C. Two or more items of the same kind are to be identical and made by the same Supplier. D. Provide products suitable for the intended service. E. Adhere to the equipment capacities, sizes, and dimensions indicated in the Contract Documents. Product Requirements 0160 00 - 2 KMH18550 66T" Street Drainage Channel Do not use products for any purpose other than that for which they were designed. G. Provide new products. Do not provide equipment that has been in service at any time prior to delivery except for testing in accordance with the Contract Documents. H. Provide materials suitable for service conditions. END OF SECTION Product Requirements 0160 00 - 3 KMH18550 66T" Street Drainage Channel 017000 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 SUMMARY A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENTATION A. Submit affidavits and releases on forms provided by the Construction Manager. 1.03 SUBSTANTIAL COMPLETION A. The following requirements must be met for the Project or a designated portion of the Work to be Substantially Complete per the General Conditions: 1. Work must be fully functional and able to operate in accordance with the Contract Documents without special or extraordinary efforts on the part of the Owner. B. Conduct inspections with superintendent, Subcontractors, and Suppliers for the Work or a designated portion of the Work prior to calling for a Substantial Completion inspection by the OPT. Create a list of deficiencies in the Work that must be completed for the Project to qualify for Substantial Completion. Review the list with the Construction Manager or the designated member of the OPT. The Construction Manager or the designated member of the OPT may assist the Contractor with this effort; however, it is the Contractor's responsibility to create and manage this list of deficiencies until corrections are made. C. Correct the identified deficiencies prior to calling for a Substantial Completion inspection. D. Notify the Construction Manager that the Work or a designated portion of the Work is Substantially Complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered for Final Completion. E. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. F. Construction Manager will notify the Contractor that the Work is either Substantially Complete or that additional Work must be performed before the Project will be considered Substantially Complete. 1. Construction Manager will notify the Contractor of items that must be completed before the Project will be considered Substantially Complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Construction Manager when the items of Work in the Construction Manager's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Construction Manager will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be Substantially Complete. The Execution and Closeout Requirements 01 70 00 - 1 KMH18550 66T" Street Drainage Channel certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Construction Manager of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 CLOSEOUT REQUIREMENTS A. Provide the following before Final Completion: 1. Record Documents per Section 01 31 13 "Project Coordination"; 2. Keys and keying schedule; 3. Warranties, bonds, and service agreements; 4. Equipment Installation Reports; 5. Shop Drawings, Product Data, operation and maintenance manuals, and other documentation required by the Contract Documents; 6. Specified spare parts and special tools; 7. Certificates of occupancy, operating certificates, or other similar releases required to allow the Owner unrestricted use of the Work and access to services and utilities; 8. Evidence of continuing insurance and bond coverage as required by the Contract Documents; and 9. Final videos and photographs per Section 0133 06 "Graphic Documentation." 1.05 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by Section 0133 00 "Document Management" or by the individual Sections of the Specifications. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Each document is to be signed by the respective Supplier or Subcontractor. 2. Each document is to include: a. The product or Work item description; b. The firm name, with the name of the principal, address, and telephone number; C. Scope of warranty, bond, or services agreement; d. Date, duration, and expiration date for each warranty bond and service agreement; e. Procedures to be followed in the event of a failure; and f. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Construction Manager for review. Execution and Closeout Requirements 0170 00 - 2 KMH18550 66T" Street Drainage Channel Submit warranties, bonds, and services agreements within 10 days after equipment or components placed in service. 1.06 FINAL COMPLETION A. Conduct inspections with Superintendent, Subcontractors, and Suppliers prior to calling for a Final Completion inspection by the OPT. Create a list of deficiencies in the Work that must be completed for the Project to qualify for the Final Completion inspection. Review the list with the Construction Manager or the designated member of the OPT. The Construction Manager or the designated member of the OPT may assist the Contractor with this effort; however, it is the Contractor's responsibility to create and manage this list of deficiencies until corrections are made. B. Identify, list, and correct deficiencies prior to calling for a Final Completion inspection. The Project at the call for Final Completion represents the Contractor's interpretation of a project completed in conformance with the Contract Documents and reflects the Contractor's representation of a quality project meeting the Owner's expectations. C. Notify the Construction Manager when: 1. Work has been completed and complies with the Contract Documents; 2. Work is complete and ready for final inspection; 3. Final documentation for all outstanding Modifications and Claims (other than those listed on the Certificate of Final Completion) have been processed and are ready for incorporation into the final Application for Payment; and 4. Closeout requirements in Paragraph 1.05 have been completed. D. OPT will visit the Site to determine if the Project is complete and ready for final payment within a reasonable time after the notice is received. E. Construction Manager will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. F. Take immediate steps to correct Defective Work. Notify the Construction Manager when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Construction Manager will issue a Certificate of Final Completion to the Contractor when the Project is complete or will notify the Contractor that Work is Defective. G. Submit the request for final payment with closeout documentation described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.07 REINSPECTION FEES A. Owner may impose a set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. Execution and Closeout Requirements 0170 00 - 3 KMH18550 66T" Street Drainage Channel 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements 01 70 00 - 4 KMH18550 66T" Street Drainage Channel 017423 FINAL CLEANING 1.00 GENERAL 1.01 SUMMARY A. Perform a thorough cleaning of the Site, buildings, or other structures prior to Owner occupancy of the buildings, and prior to Final Completion. Leave the Project clean and ready for occupancy. 1.02 DOCUMENTATION A. Provide data for maintenance per Section 0133 04 "Operation and Maintenance Data." 1.03 QUALITY CONTROL A. Use experienced workmen or professional cleaners for final cleaning. 2.00 PRODUCTS 2.01 MATERIALS A. Furnish the labor and products needed for cleaning and finishing as recommended by the manufacturer of the surface material being cleaned. B. Use cleaning products only on the surfaces recommended by the Supplier. C. Use only those cleaning products which will not create hazards to health or property and which will not damage surfaces. 3.00 EXECUTION 3.01 FINAL CLEANING A. Thoroughly clean the entire Site and make ready for occupancy. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. B. Clean floors and inspect for damage. 1. Remove oil, grease, paint drippings, and other contaminants from floors, then mop repeatedly until thoroughly clean. Replace damaged flooring. 2. Clean resilient flooring with an approved cleaner and provide one coat of liquid floor polish as recommended by the flooring manufacturer. Polish to a buffed appearance with powered floor buffer. 3. Vacuum all carpets with powered floor sweeper to remove dirt and dust. Remove glue or other substances from nap of carpet. Final Cleaning 01 74 23 - 1 KMH18550 66TH Street Drainage Channel C. Clean and polish inside and outside glass surfaces. Wash with window cleaner and water, apply a coat of high quality glass polish, and wipe clean. Do not scratch or otherwise mar glass surfaces. D. Clean wall surfaces to remove dirt or scuff marks. Remove excess adhesive along top edges of wall base. Remove adhesive from surfaces of vinyl wall coverings. E. Align ceiling tile to fit properly in grid and replace cracked or damaged tile. Remove smear marks and other dirt from tile and clean surface of grid system. F. Spot paint nicks and other damage. Repaint the wall from inside corner to inside corner if spot -painting does not blend into the existing color and texture of the surrounding surfaces. Touch up damaged surfaces on factory finished equipment using special paint furnished by the manufacturer. G. Clean plumbing fixtures, valves, and trim. Clean toilet seats and covers. Remove labels and adhesive from fixtures. Remove floor drains and clean baskets or buckets. Polish strainers and exposed chrome or brass. H. Remove dirt, oil, grease, dust, and other contaminants from floors, equipment, and apparatus in mechanical and electrical rooms. I. Clean and polish ceramic tile floors and wall surfaces to remove mildew or other stains. Tuck point defective joints. J. Inspect exterior painted surfaces. Spot paint any damaged surfaces. K. Clean permanent filters and replace disposable filters on heating, ventilating, and air conditioning systems. Clean ducts, blowers, and coils if units were operated without filters during construction. L. Clean roof areas of debris; flush roof drainage systems with water until clear. M. Broom clean exterior paved surfaces and rake clean other surfaces of the grounds. N. Clean and polish all electrical equipment and exposed conduits. Remove paint overspray. Provide a blemish free appearance on all exposed equipment and conduits. END OF SECTION Final Cleaning 0174 23 - 2 KMH18550 66TH Street Drainage Channel 017836 WARRANTIES AND SERVICE AGREEMENTS 1.00 GENERAL 1.01 WARRANTY REQUIREMENTS A. Provide products for this Project that comply with the requirements of this Section. 1.02 WARRANTIES AND GUARANTEES A. Guarantee and warrant products furnished by the Contractor against: 1. Faulty or inadequate design; 2. Improper assembly or erection; 3. Defective workmanship or materials; and 4. Leakage, breakage, or other failure. B. Guarantee and warrant the products installed under this Contract, including Goods furnished by the Owner, against leakage, breakage, or other failure due to improper assembly or erection and against improper installation of the equipment. The correction period is as defined in the General Conditions. Individual Specification Sections may have more stringent warranty requirements than those stated in the General Conditions. The most stringent warranty will be provided in the event of conflicts. C. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of Substantial Completion. D. Include an additional copy of equipment warranties in operation and maintenance manuals. E. Provide a copy of all warranties in a separate document in accordance with Section 0170 00 "Execution and Closeout Requirements." 1.03 EXTENDED WARRANTIES A. Extended Warranties are defined as any guarantee of performance for the product or system beyond the one-year correction period described in the General Conditions. B. Issue the warranty certificate in the name of the Owner. C. Provide a warranty bond for Extended Warranties as required by the individual Specification Sections. 1.04 SERVICE AGREEMENTS A. Provide Extended Service Agreements (ESA) and related documents with the Shop Drawing. An Extended Service Agreement is a contract between the Owner and an approved Subcontractor or Supplier to provide service and or maintenance beyond that required to fulfill requirements for warranty repairs or to perform routine maintenance for a definite period beyond the one-year correction period specified in the General Conditions. B. Requirements for the Extended Service Agreement are described in the Specification Sections for each piece of equipment or system requiring an Extended Service Agreement. Warranties and Service Agreements 01 78 36 - 1 KMH18550 66T" Street Drainage Channel C. Enter into a contract with the service provider and assign the service contract to the Owner on the date of Substantial Completion. Once assigned to the Owner, Contract requirements for the Extended Service Agreement will be complete and will not extend the Contract between the Owner and Contractor. D. Owner may require that a performance bond be provided for the Extended Service Agreement. Provide a separate bond meeting the same requirements as those for the Contractor's performance bond if required. The bond will be in the amount of the Extended Service Agreement. E. Include an additional copy of Extended Service Agreements in operation and maintenance manuals. F. Provide a copy of Extended Service Agreements in a separate document in accordance with Section 0170 00 "Execution and Closeout Requirements." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Warranties and Service Agreements 0178 36 - 2 KMH18550 66T" Street Drainage Channel DIVISION 2 EXISTING CONDITIONS 024100 DEMOLITION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for every type of required demolition. B. Furnish equipment of every type required to demolish and transport construction debris away from the Site. 1.02 STANDARDS A. Work shall be performed in accordance with the codes and ordinances of the agency having authority over the Place of Record. 1.03 DELIVERY AND STORAGE A. Stockpile construction debris at the Site only as long as necessary to haul to a disposal site. Stack materials neatly and handle in an orderly manner until removed from the Site. 1.04 JOB CONDITIONS A. Contractor shall visit the Site and determine the extent of demolition required and the Site conditions that might affect its proposal. Include costs of covering all aspects of the demolition as part of the proposal. B. The Drawings shall be carefully reviewed to determine the extent of necessary demolition and to identify elements of the existing construction which are to remain in place. Report any discrepancies to Owner and Engineer before disturbing existing conditions. Property lines and limits of demolition shall be accurately located prior to beginning site demolition. Start of demolition activities shall represent confirmation by Contractor that existing conditions are as presented in the Contract Documents. Demolition outside the limits indicated on the Drawings, or outside the property lines shall not be performed. 1. For electrical demolition, verify field measurements and circuiting arrangements are as shown on the Drawings. Verify that existing wiring and equipment designated to be abandoned or demolished serve only abandoned facilities. 2. For process piping demolition confirm with the Owner that current operations will not be impacted and provide temporary equipment with Owner to keep systems functional during demolition process if required. C. Material removed during demolition, and any equipment not otherwise designated to remain the property of the Owner, shall become the property of the Contractor, and shall be promptly removed from the Site. D. Equipment and material designated as remaining the property of the Owner shall be removed from the structure and transported to a designated location on the Site and stored for the Owner's use. Store on wood runners raised above the surrounding grade and cover with weather resistant covering that is tied securely in place. Demolition 02 4100 - 1 KMH18550 661h Street Drainage Channel G R P —02/13/19 E. Take necessary precautions in removing Owner designated property to prevent damage during the demolition process. Equipment shall be removed in one piece. Loose components may be removed separately. Controls and electrical equipment may be removed from the equipment and handled separately. Large units, such as motor driven pumps, may be dismantled and motors handled separately. Do not use a cutting torch to separate the Owner's equipment or material. Salvaged piping shall be taken apart at flanges or fittings and removed in sections. F. The Owner's designated property shall include: 1. Fences of various types and materials, to the limits shown on the plans. 2. Sheds, barns or outbuildings. 3. Trees, as shown on the plans. 4. Asphalt or gravel drives, to the limits shown on the plans. 5. Trailers, vehicles, or miscellaneous construction supplies not removed by the property owners. 6. Valves, piping accessories, and other major piping components. 7. Flush valves and fixture trim from plumbing fixtures. 8. Copper wiring pulled from conduits. 1.05 HAZARDOUS MATERIALS A. Hazardous materials will be removed by Owner before start of the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Engineer and Owner. Hazardous materials will be removed by Owner under a separate contract. 2.00 PRODUCTS 2.01 MATERIALS A. New materials and equipment for patching and extending work shall meet the requirements of the individual Sections in these Contract Documents. For materials not addressed in these documents, materials used shall meet or exceed the dimensions and quality of the existing work. 3.00 EXECUTION 3.01 SITE CLEARING A. Perform site clearing to the limits indicated on the Drawings. Scrape the Site, removing brush, trees, weeds and trash. Haul debris away from the Site to an approved site as it accumulates. B. Grub out tree and brush roots within the limits of buildings, parking lots, driveways and other structures. Remove rock out-croppings and boulders from any area within the limits of Demolition 02 4100 - 2 KMH18550 661h Street Drainage Channel G R P —02/13/19 grading or structures. Remove roots and backfill any excavation resulting from tree removal with suitable soil for final grading plan. C. Trees not located within the construction limits, or otherwise indicated for removal, shall remain in place. Visit the Site with the Engineer or Owner and identify those trees that are to remain. Mark all other trees with yellow paint to indicate removal. Protect remaining trees during construction. Wrap the tree trunks with 2 x 4 timbers if construction equipment must operate in close proximity to them. D. Only designated trees shall be removed. In the event that trees other than those designated are erroneously removed or damaged to the point of distress, install replacement trees of equal size and number to compensate for those destroyed, at no additional cost to the Owner. 3.02 BUILDING DEMOLITION A. Demolition shall include any item noted on the Drawings or required to make room for new Work as indicated on the Drawings. Demolition drawings included in the Contract Documents are provided for the Contractor's reference, but are not intended to limit the demolition to those items shown or otherwise noted. Contractor is responsible to verify for himself any demolition necessary to perform the Work. B. Remove all electrical components scheduled for demolition, including light fixtures, duplex receptacles, switches, and panelboards, complete with related feeders, conduit and wiring. Remove disconnect switches, motor starters, panelboards and related feeders. Cut conduit flush with walls and floors, and patch surfaces. Where electrical components are removed from an electrical circuit scheduled to remain in use, re -connect wiring and conduit as required to make the remaining circuit electrically continuous. Provide blank cover for abandoned outlets which are not removed. C. Maintain access to existing electrical installations which remain active. Modify installation or provide access panel as appropriate. D. Remove all heating, ventilation and air conditioning equipment and related ductwork, including air devices, hangers, fire dampers and other related items. E. Where conduit, piping, or other utilities are presently installed under concrete slabs and the underground portion of the component is to be abandoned in place, remove conduit or piping to a point 2 inches below level of concrete slab surface and cap off. Abandon under floor conduit and piping. Patch concrete as required to match surrounding area. F. Remove vinyl composition flooring, wall base and flooring mastic. In the event that Contractor suspects materials may contain asbestos, notify Engineer in accordance with Section 0135 00 "Special Procedures." G. Remove ceramic wall tile and ceramic floor tile scheduled for demolition. Where ceramic floor tile was installed on a setting bed, also remove setting bed down to concrete floor slab. Resulting recess at setting bed shall be filled with epoxy grout to match level of surrounding floor slab. Demolition 02 4100 - 3 KMH18550 661h Street Drainage Channel G R P —02/13/19 3.03 REMOVAL OF CONCRETE SLABS A. Remove parts of the existing concrete floor slab as indicated on the Drawings. Saw -cut the existing slab with two parallel lines around the area to be removed to the depth of the reinforcing. Do not cut reinforcing. Breakout the remainder of the slab using jackhammers or by manual means. Cut reinforcing at a distance of 24 inches from the cut edge of the slab and bend back out of the way. Perform the remainder of the demolition, removing underground piping, or installing new Work. 3.04 REMOVAL OF EXISTING SITE STRUCTURES A. Remove concrete or masonry structures located below the ground line where indicated or where such structures will interfere with new construction. Where structures are a part of an active underground utility system, repair piping to prevent blockage in the flow. B. Remove abandoned manholes, basins, or similar structures. With the Engineer's approval, and if structures will not interfere with any other proposed construction, they may be abandoned in place. Remove the top part of the structure so that it is a minimum of 2 feet below the new finish grade. Remove part of the floor system of basins, manholes and other such structures to prevent entrapment of water. Fill remaining cavities with approved backfill material. 3.05 REMOVAL OF STRUCTURES A. Removal of Steel Structures: Meet with Owner and identify any material to be salvaged. Protect such material from damage using protective demolition methods. Remove steel structural members by unbolting, cutting welds, or cutting rivet heads and punching shanks through holes. Do not use flame -cutting unless approved by the Engineer. B. Removal of Timber Structures: Protect existing timber structures designated by Owner as salvageable. Remove using protective measures which prevent damage. Disconnect wood members at joints by removing fasteners. Do not cut into smaller sections, unless approved by the Engineer. Extract timber piles from the ground, except when existing piles are located in an area not interfering with any other construction. When approved by the Engineer, piles may be cut 3 feet below the finished ground line. 3.06 REMOVAL OF PIPE A. Meet with Owner and identify any material to be salvaged. Remove pipe designated for salvage by carefully excavating surrounding backfill material. Remove pipe using protective measures which prevent damage. Piping shall be disconnected at joints, allowing removal in one piece. Salvaged pipe determined unsatisfactory for re -use by the Engineer may be removed in any manner. Suspended or supported pipe shall be disassembled at joints. Remove in sections without cutting. Welded pipe sections may be cut with a torch, but cuts shall be along a welded joint. Demolition 02 4100 - 4 KMH18550 661h Street Drainage Channel G R P —02/13/19 3.07 UNDERGROUND PIPING A. Contractor shall be responsible for obtaining location of underground utilities at the Site. Arrange for all applicable utility companies to accurately locate underground piping and set color -coded flags along the pipe route. Investigate utility company's records to ascertain depths and sizes of piping and other ancillary features. B. In the event that exact location of piping cannot be obtained, dig test holes as necessary to establish location of piping. Contractor shall not use mechanical digging machines within 6 feet of any active buried piping. For a distance of 4 feet on either side of buried piping, all digging shall be by hand excavation. If the piping is not active, or is to be abandoned or removed, any form of excavation may be used. Any existing active piping that is damaged during demolition will be repaired to new condition by the Contractor at no additional cost to the Owner. 3.08 BACKFILLING A. Backfill cavities resulting from demolition. Fill cavities occurring within the limits of buildings, structures, or pavements in accordance with the requirements of other Sections of the Specifications. Backfill and compact cavities outside the construction limits to the same density as the surrounding earth. No testing is required for backfill outside the limits of new construction. 3.09 CLEANING AND REPAIR A. Clean and repair existing materials and equipment which remain or are to be reused. B. Lights: Use mild detergent to clean all exterior and interior surfaces. Rinse with clean water and wipe dry. Replace lamps and broken electrical parts impacted by the demolition processes END OF SECTION Demolition 02 4100 - 5 KMH18550 661h Street Drainage Channel G R P —02/13/19 DIVISION 31 EARTHWORK 311100 CLEARING AND GRUBBING [CIVIL] 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary to perform operations in connection with clearing, grubbing, and disposal of cleared and grubbed materials. 1.02 QUALITY ASSURANCE; DEFINITIONS A. Clearing: Clearing is defined as the removal of trees, shrubs, bushes, and other organic matter at or above original ground level. B. Grubbing: Grubbing is defined as the removal of stumps, roots, boards, logs, and other organic matter found at or below ground level. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 PREPARATION A. Mark areas to be cleared and grubbed prior to commencing clearing operations. The Owner's Representative shall approve clearing and grubbing limits prior to commencement of clearing operations. B. Trees and shrubs outside of the clearing limits, which are within 10 feet of the clearing limits, shall be clearly marked to avoid damage during clearing and grubbing operations. C. Remove trees and brush outside the clearing limits, but within the immediate vicinity of the work, upon receipt of approval by the Owner's Representative, when the trees or brush interfere with the progress of construction operations. D. Clearly mark trees and shrubs within the clearing limits, which are to remain, and protect the trees and shrubs from damage during the clearing and grubbing operations. E. The clearing limits shall not extend beyond the project limits. F. Establish the clearing limits as follows: 1. Embankments plus 10 feet beyond the toe of the embankment. 2. Excavations plus 5 feet beyond the top of the excavation. 3. Concrete structures plus 10 feet beyond the edge of the footing. G. Establish the grubbing limits as follows: 1. Embankments plus 2 feet beyond the toe of the embankment. 2. Concrete structures plus 2 feet beyond the edge of the footing. 3.02 INSTALLATION Clearing and Grubbing [Civil] 31 1100 - 1 KMH18550 66T" Street Drainage Channel A. Clearing: Clearing shall consist of the felling, cutting up, and the satisfactory disposal of trees and other vegetation, together with the down timber, snags, brush, rubbish, fences, and debris occurring within the area to be cleared. B. Grubbing: 1. Grubbing shall consist of the removal and disposal of stumps and roots larger than 1 inch in diameter. 2. Extend grubbing to the depth indicated below: In the case of multiple construction items, the greater depth shall apply. a. Footings: 18 inches below the bottom of the footing. b. Embankments: 24 inches below existing ground. c. Concrete Structures: 18 inches below the bottom of the concrete. 3.03 FIELD QUALITY CONTROL A. Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the Owner's property. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the Contractor may cut, trim, hew, saw, or otherwise dress felled timber within the limits of the Owner's property, provided timber and waste material is disposed of in a satisfactory manner. Materials shall be removed from the site daily, unless permission is granted by the Engineer to store the materials for longer periods. END OF SECTION Clearing and Grubbing [Civil] 31 1100 - 2 KMH18550 66T" Street Drainage Channel 31 23 16 EXCAVATION [LANDFILLS AND HEAVY EARTHWORK PROJECTS, EXCLUDING DAMS] 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to perform the operations in connection with removing, hauling, and disposing of materials from the locations specified in accordance with these specifications. Conduct excavations to be placed in the compacted fills to segregate different materials in accordance with their suitability in the various zones of the work. B. Excavation for pipelines is not a part of this Section. 1.02 QUALITY ASSURANCE A. Classifications: Classifications of excavation shall include material of whatever nature encountered, including but not limited to clays, sands, gravels, conglomeritic boulders, weathered clay shales, shales, rock, debris, and miscellaneous abandoned subsurface structures. The Engineer will, in accordance with the specifications, determine the classification of required excavations. All required excavation shall be considered to fall within one of the following classifications. 1. Stripping Excavation: Shall consist of excavation, down to a maximum depth of 9 inches, required to remove topsoil, rubbish, vegetation not removed by clearing and grubbing operations, and other unsatisfactory material from the subgrade area of the compacted fills for the embankments, from the surfaces underneath roadways or other structures and from the surface areas of all required excavations. 2. General Required Excavation: Shall consist of the material required to be excavated which is not classified or subsidiary to another class of excavation or other work. General required excavation includes but is not limited to the playas and drainage channels. 3. Roadway Excavation: Shall consist of the excavation required for the access roads and adjacent roadway drainage ditches. 4. Channel Excavation: Shall consist of the material required to be excavated for the channelization of playa overflow and for preparation of the banks to receive riprap or other erosion protection. 5. Structural Excavation: Shall consist of the excavation required for structures including but not limited to footings, foundations, walls and slabs below grade, drop structures, and any other structures specified, excluding roadways and embankments. 6. Additional Structural Excavation: Shall consist of additional excavation below structures listed in the Structural Excavation paragraph above as may be required to remove unsuitable material. Rock which occurs under only a portion of a structure may be defined as unsuitable and will require removal a minimum of 1 foot below footings, foundations and below grade slabs. Excavation [Landfills and Heavy Earthwork Projects, Excluding Dams] 31 23 16 - 1 KMH18550 66T" Street Drainage Channel 7. Undercutting: Shall consist of the excavation and removal of soft or otherwise unsuitable soil from prepared subgrade areas underneath embankments, roadways, parking areas, slabs at grade and similar structures. 2.00 PRODUCTS 2.01 EQUIPMENT A. Excavation of materials maybe performed by the use of any excavating and hauling equipment adaptable to the work and by any method generally accepted for this type of work, which is compatible with project requirements and conditions. 3.00 EXECUTION 3.01 REMOVAL A. General: 1. Excavations shall be to the lines and grades shown on the drawings within a tolerance of plus or minus 0.1 foot unless specified otherwise herein. Any and all excess excavation for the convenience of the Contractor or over -excavation performed by the Contractor for any purpose or reason, except when requested by the Engineer, and whether or not due to the fault of the Contractor, shall be at the expense of the Contractor. Where required to complete the work, refill the excess excavation and over -excavation with materials furnished, placed and compacted at the Contractor's expense, using procedures approved by the Engineer. 2. Perform excavation for embankments and structural foundations in the dry. Perform no excavation in frozen material without the approval of the Engineer. No additional allowance above the unit prices bid per cubic yard for the respective classification of excavation shall be made on account of any material being wet or frozen or on account of any surface or ground water condition. 3. Excavations shall be to the full dimensions shown on the drawings. Finish excavations to the prescribed lines and grades. 4. Following completion of the excavation and prior to placement of embankment material upon the prepared subgrade surface, the Engineer will approve the subgrade surface. If the subgrade material, in the opinion of the Engineer, is unsuitable for use as the subgrade, perform additional excavation and backfill as requested by the Engineer. Such additional excavation and backfill shall be paid for in accordance with the appropriate bid items. Following approval of the subgrade surface, assume all responsibility for maintaining the subgrade surface and remove or recompact the weathered or unsatisfactory subgrade material and replace with compacted fill at Contractor's expense. Following approval of the subgrade, diligently prosecute the work of placing the appropriate embankment material on the prepared subgrade. Maintenance of all slopes is the Contractor's responsibility. B. Stripping Excavation: Complete stripping at least 200 feet in advance of other excavation or fill operations. Stockpile stripping excavation which is suitable for use as topsoil in areas approved by the Engineer for later respreading. Dispose of surplus stripping excavation Excavation [Landfills and Heavy Earthwork Projects, Excluding Dams] 31 23 16 - 2 KMH18550 66T" Street Drainage Channel material or topsoil in spoil disposal areas as designated by the Engineer or in offsite disposal areas. Maintain continuous drainage of stripped areas to prevent ponding of water or formation of swampy areas. C. General Required Excavation: Perform general required excavation to the full lines and grades shown on the drawings and within the tolerance of plus or minus 0.1 foot. Sequence and schedule the excavation operations so that the various types of excavated materials will be available when needed for fill or backfill and so the overall site drainage patterns will not be unduly interrupted. D. Roadway Excavation: Perform roadway excavation to the full lines and grades shown on the drawings within the tolerance of plus or minus 0.1 foot, except grade subgrade areas underneath the roadways including shoulders to a tolerance of plus or minus 0.04 foot. E. Channel Excavation: Perform channel excavation to the full dimensions shown on the drawings and finish to the prescribed lines and grades. Individual sharp points of undisturbed material will be permitted to extend within the prescribed lines not more than 0.5 foot, except at riprap areas a subgrade tolerance of minus 0.3 foot and plus 0.0 foot shall be achieved. Maintenance of the slopes is the Contractor's responsibility. F. Structural Excavation: Perform structural excavation to the full lines and grades shown on the drawings or necessary for placement of the structures. Perform structural excavation to the tolerance of plus or minus 0.1 foot, except excavation areas underneath footings, foundations, slabs, or other structures will have a tolerance of minus 0.1 foot and plus 0.0 foot. Perform final depth of excavation underneath structures immediately prior to placement of structure to the fullest extent practicable. Protect foundation subgrades from saturation by rain or other surface water. Remove and replace any material in the foundation subgrade that becomes soft from saturation with suitable material as requested by the Engineer, at no additional cost to the Owner. G. Additional Structural Excavation: 1. Additional Structural Excavation shall consist of removal of unsuitable material underneath structures and below the excavation limits of minus 0.1 foot and plus 0.0 foot. Perform additional structural excavation only when specifically requested by the Engineer and to the limits determined by the Engineer. The Engineer shall be notified by the Contractor in advance of the time that structural excavation is to be performed for the various structures. The Engineer shall observe the excavations and determine if additional structural excavation is required. H. Proof -Rolling and Undercutting: Proof -roll the prepared subgrade areas underneath embankments, roadways, parking areas, slabs at grade or other such structures with a loaded dump truck or other rubber - tired, heavy ground pressure equipment acceptable to the Engineer. The equipment shall pass over the entire subgrade at low speed with tire tracks staggered approximately 3 feet on each pass. Mark any soft or otherwise unsuitable subgrade areas during proof -rolling for undercutting. 2. Undercut and remove the marked areas of soft or otherwise unsuitable subgrade to the limits determined by the Engineer. Borrow Excavation: Excavation [Landfills and Heavy Earthwork Projects, Excluding Dams] 312316 - 3 KMH18550 66T" Street Drainage Channel 1. Use the soil borrow materials from required excavations and onsite borrow areas in the most restrictive earth fill classification zone which the borrow material will meet until all requirements for the most restrictive earth fill classification are fulfilled. Segregate and stockpile borrow materials. It is the intent that the segregation take place generally in the normal course of excavation. Highly selective excavation or segregation of small pockets less than 50 cubic yards of soil material shall not be required. 3.02 DISPOSAL A. Suitable material from excavations which meets the requirements for the various fills as specified in Section 3123 23.16 "Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams]" except stripping excavation may be placed in the fill zones of the embankments. When necessary, adjust the moisture of the excavation suitable for use in the embankments to the proper moisture content prior to placing on the fill. When necessary, stockpile excavated materials suitable for use at convenient locations in an approved manner. END OF SECTION Excavation [Landfills and Heavy Earthwork Projects, Excluding Dams] 31 23 16 - 4 KMH18550 66T" Street Drainage Channel 3123 19.01 CARE OF WATER DURING CONSTRUCTION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to operate pumps, piping and other facilities to assist in the removal of surface water, stormwater runoff, and ground water, and provide protection of the work site from water of any source. Build and maintain the necessary temporary cofferdams, berms, diversions, impounding works, channels and ditches to protect the work site from lake levels and spillway discharges, streamflow, and stormwater runoff. Remove the temporary works, equipment, and materials after completion in accordance with this Section and the applicable Drawings. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: Plans and procedures for handling flood flows, stormwater runoff, and dewatering excavations for approval by the Engineer. Modifications to these plans shall also be submitted for approval by the Engineer. If the Project contains separate phases that require different steps in the diversion of runoff, then the submitted plans must clearly distinguish the differences in each phase. Plans for each phase in the sequence may be submitted separately. B. Approval of submittals does not relieve the Contractor of full responsibility and liability for care of water during construction. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 FLOOD FLOWS AND OTHER SURFACE WATER A. The Contractor is responsible for handling and diverting any flood flows, stormwater runoff, stream flows, or any other water, including groundwater encountered during the progress of the work. Build, maintain, and operate cofferdams, channels, flumes, sumps, berms, ditches, and other temporary works as needed to divert stormwater runoff water through or around the construction site and away from construction work while it is in progress. The handling of stormwater runoff should be coordinated with the erosion control plan, as described in Section 0157 23 "Temporary Stormwater Pollution Control." Unless otherwise approved by the Owner, a diversion must discharge into the same natural watercourse in which its headworks are located. Construct permanent Work in areas free from water. Full responsibility for the successful dewatering of the work areas rests with the Contractor. Remove protective works, after they have served their purpose, in a manner satisfactory to the Owner or its representative. 3.02 DEWATERING EXCAVATED AND OTHER FOUNDATION AREAS Care of Water During Construction [Dams] 3123 19.01- 1 KMH18550 66T" Street Drainage Channel A. The Contractor is responsible for dewatering foundations for all areas during construction of the Project, including areas of required backfills. Lower the water table as needed to keep work areas free of standing water or excessively muddy conditions as needed for proper performance of the construction work as indicated in Section 35 70 13 "Foundation Preparation [Dams]" and Section 35 73 13.16 "Compacted Fill [Dams]." Furnish, prepare, and maintain drains, sumps, casings, well points, and other equipment needed to dewater areas for required construction work. Any dewatering method that causes a loss of fines from foundation areas shall not be permitted. Keep available standby equipment to ensure the proper and continuous operation of the dewatering system. Provide continuous monitoring (24 hours per day) of the dewatering system to ensure continuous operation. B. Construction modifications in the dewatering system may be required by the Engineer to provide adequate performance. In the event of failure of the system, flooding of the excavation may be ordered by the Engineer until the system is operative. 3.03 DEWATERING BORROW AREAS A. Unless otherwise specified on the Drawings, maintain the borrow areas in drainable condition or otherwise provide for timely removal of surface waters that accumulate, for any reason, within the borrow areas. END OF SECTION Care of Water During Construction [Dams] 3123 19.01- 2 KMH18550 66T" Street Drainage Channel 3123 23.16 COMPACTED EARTH FILL [LANDFILLS AND HEAVY EARTHWORK PROJECTS, EXCLUDING DAMS] 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals, and perform the necessary operations in connection with preparing the subgrades for the embankments and placing and compacting the permanent earth fill and backfill not otherwise specified. See specification Section 3105 13.13 "Offsite Soil Borrow [Landfills and Heavy Earthwork Projects, Excluding Dams]." B. Backfill for pipelines is not a part of this Section. 1.02 QUALITY ASSURANCE A. Definitions: The term "embankment" as used in these specifications is defined as the earth fill portions of the levee structures, pond liner, construction pads, channel fill, roadway fill, topsoil and any other earth fill as specified or shown on the drawings. Slurry cutoff backfill and earth spoil shall not be considered as embankments and are not a part of this Section. B. General Provisions: 1. Lines and Grades: The embankments shall be constructed to the lines, grades, and cross sections indicated on the drawings. The embankments and fills shall be final graded to a tolerance of plus or minus 0.1 foot, except earth fill underneath roadways shall be graded to a tolerance of plus or minus 0.04 foot. There will be no payment for shrinkage or consolidation that occurs during construction. The end slopes and side slopes of fill sections shall not be steeper than those shown on the plans. 2. Conduct of the Work: Maintain and protect the embankments in a satisfactory condition at all times until final completion and acceptance of the work. If the hauling equipment causes horizontal shears or slickensides, rutting, quaking, heaving, cracking, or excessive deformation of the embankments, limit the type, load, travel speed, and/or haul pattern of the hauling equipment on the embankments. Excavate and remove from the embankments any material which the Engineer considers objectionable and dispose of such material and refill the excavated area. Remove any embankment material placed outside of prescribed lines shown on the drawings. Replacement of any material rendered unsuitable as a result of the operation will be at the Contractor's own expense. b. Do not place frozen earth fill or fill upon frozen subgrade. Previously frozen fill shall be recompacted prior to placement of additional fill. 3. Haul Roads: Locate and construct haul roads at approved locations. Construct roads to maintain the intended traffic and be free draining. Maintain roads in good condition throughout the contract period. When no longer needed, remove haul roads and topsoil and seed the area as requested by the Owner. Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams] 3123 23.16 - 1 KMH18550 66T" Street Drainage Channel 4. Control Testing: a. The Contractor will provide for quality control tests on the materials incorporated in the work using our approved testing laboratory, including classification testing of borrow materials from on -site sources. Copies of the results of the tests performed will be furnished to the Owner and Engineer upon request. The testing performed by the Contractor in no way relieves the Contractor of the responsibility of completing the work in accordance with the specifications. The Contractor shall assist the testing personnel in taking tests to the extent of furnishing labor and equipment to prepare the areas for testing and curtailing operations in the vicinity of the test area during testing. b. The Owner has the right to conduct such tests as deemed necessary to assure compliance with the contract specifications. Conflicting results between the Owner's tests and those made by the Contractor will be resolved by the Engineer, and his decision shall be final. Contractor shall also assist any testing personnel of the Owners. c. The Contractor shall have the sole responsibility for seeing that the appropriate class of earth fill is placed in each zone. To this end, the Contractor will be responsible for determining any changes in materials from borrow sources, excavations, and stockpiles, and see that appropriate classification tests are requested in a timely manner. Any earth fill which does not meet the classification requirements for the zone in which it is placed, shall be removed and properly replaced with conforming material by the Contractor at no additional cost to the Owner. 5. Slides: In the event of slides in any part of the embankments prior to final acceptance of the work, remove all loose material from the slide area and rebuild the portion of the embankment as requested by the Engineer, at no additional cost to the Owner. 1.03 STANDARDS A. The following publications, referred to hereafter by basic designation only, form a part of this specification to the extent indicated by the references thereto: 1. American Society for Testing and Materials (ASTM) Standards: Moisture -Density Relationship of Soils and Soil Aggregate Mixtures, ASTM D698 Using 5.5-lb. Rammer and 12-Inch Drop ASTM D1556 Density of Soil in Place by the Sand Cone Method ASTM D2922 Density of Soil and Soil -Aggregate In -Place by Nuclear Methods Moisture Content of Soil and Soil -Aggregate In -Place by Nuclear ASTM D3017 Methods Test Methods for Maximum Index Density and Unit Weight of Soils ASTM D4253 Using a Vibratory Table Test Methods for Minimum Index Density and Unit Weight of Soils ASTM D4254 and Calculation of Relative Density Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams] 3123 23.16 - 2 KMH18550 66T" Street Drainage Channel B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. C. References herein or on the drawings to soil classifications shall be understood to be according to ASTM D2487, "Classification of Soils for Engineering Purposes" unless indicated otherwise. 2.00 PRODUCTS 2.01 MATERIALS; EARTH FILL ZONES A. General: Materials for embankment fills shall be secured from required excavations, from the borrow areas indicated on the drawings, or from offsite borrow areas approved by the Engineer. The intention is to use the most suitable materials obtainable from these sources. Materials containing brush, roots, sod, or other perishable materials will not be considered suitable. The suitability of the materials shall be subject to approval of the Engineer. Mixing of materials during the excavating process at the borrow area may be required for Class 3 earth fill. B. Embankments and Backfill: Consist of earth fill of the class shown on the drawings or specified herein for the various zones of fill. C. Structural Backfill: Consist of earth fill of the classes shown on the drawings, unless otherwise specified. D. Additional Structural Backfill — Soil: Consist of Class 4 earth fill unless shown otherwise on the drawings. E. Additional Structural Backfill - Lean Concrete: Class E concrete as specified in specification Section 03 30 00 "Cast -In -Place Concrete." F. Undercutting Backfill: Consists of the same class of earth fill as the fill zone or structure to be placed on the subgrade. Appropriate foundation treatment is needed prior to placement of undercutting backfill. 2.02 COMPACTION EQUIPMENT A. Compaction equipment shall conform to the following requirements and shall be utilized as hereinafter specified. 1. Tamping Rollers (Sheepsfoot): a. Tamping rollers shall consist of a heavy duty double drum unit with a drum diameter not less than 60 inches and an individual drum length of not less than 60 inches. The drums shall be water or sand and water ballasted. Each drum shall have staggered feet uniformly spaced over the cylindrical surface such as to provide approximately 3 tamping feet for each 2 square feet of drum surface. The tamping feet shall be 7 to 9 inches in clear projection from the cylindrical surface of the roller and shall have a face area of not less than 7 nor more than 10 square inches. Self- propelled rollers with tamping feet surface areas greater than 10 but less than 30 square inches can be utilized provided the feet have tapered heads that add to the compactive effort. The roller shall be equipped with cleaning fingers, designed and Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams] 3123 23.16 - 3 KMH18550 66T" Street Drainage Channel attached to prevent the accumulation of material between the tamping feet, and these cleaning fingers shall be maintained at their full length throughout the periods of use of the roller. The weight of the roller shall not be less than 3500 pounds per foot of linear drum length weighted and shall not be less than 1500 pounds per foot of drum length empty. The two drums comprising one roller unit shall be designed such that they will both function when traversing uneven ground. The roller shall be self-propelled or tractor drawn at a speed that will give optimum compactive effort. b. The design, operation, and use of the tamping roller shall be approved by the Engineer based on the results of the construction of a test section. The test section shall be constructed using the proposed roller and the materials from designated and/or planned borrow areas. The roller shall provide uniform compaction throughout the lift and shall insure bonding by its kneading action. The roller shall not cause scarring of the fill or laminations in the fill. The roller shall not walk across a lift until uniform compaction is obtained. Additional testing will be required if the materials change during construction. When necessary, repairs shall be made to the tamping feet, minor alterations shall be made to the roller, and variations in the weight of roller shall be made. 2. Pneumatic Rollers: Pneumatic rollers shall have a minimum of four wheels equipped with pneumatic tires. The tires shall be of such size and ply as can be maintained at tire pressures between 80 and 100 pounds per square inch for a 25,000-pound wheel load during rolling operations. The roller wheels shall be located abreast and be designed so that each wheel will carry approximately equal load in traversing uneven ground. The spacing of the wheels shall be such that the distance between the nearest edges of adjacent tires will not be greater than 50 percent of the tire width of a single tire at the operating pressure of a 25,000-pound wheel load. The roller shall be provided with a body suitable for ballast loading such that the load per wheel may be varied, from 18,000 to 25,000 pounds. The roller shall be towed at speeds not to exceed ten miles per hour. The character and efficiency of this equipment shall be subject to the approval of the Engineer. 3. Vibratory Rollers: Vibratory rollers shall have a total static weight of not less than 20,000 pounds, with at least 90 percent of the weight transmitted to the ground through a single smooth drum when the roller is standing in a level position. The diameter of the drum shall be between 5 and 5-1/2 feet and the width between 6 and 9 feet. The unsprung weight of drum, shaft, and internal mechanism shall be not less than 12,000 pounds. The frequency of vibration during operation shall be between 1100 and 1500 cpm, and the dynamic force shall be not less than 40,000 pounds at 1,400 cpm. No backing of the vibratory roller will be allowed on the embankment unless the vibrating mechanism is capable of being reversed. The Equipment Manufacturer shall furnish sufficient data, drawings and computations for verification of the above specifications, and the character and efficiency of this equipment shall be subject to the approval of the Engineer. Self-propelled and towed vibratory rollers shall be operated at speeds not exceeding 3 miles per hour and 1.5 miles per hour, respectively. 4. Power Hand Tampers and Vibratory Plate Hand Compactors: Compaction of material in areas where it is impracticable to use a roller or tractor shall be performed with approved power hand tampers, vibratory plate hand compactors, or other approved equipment. Approval shall be based upon performance in a test section. Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams] 3123 23.16 - 4 KMH18550 66T" Street Drainage Channel 3.00 EXECUTION 3.01 PREPARATION OF SUBGRADE A. Stable Subgrades: After excavation or stripping of the subgrades and excavation of the undesirable material to the extent indicated on the drawings or otherwise required, break down the sides of stump holes, test pits, and other similar cavities or depressions to flatten out the slopes to no steeper than five horizontal to one vertical (5:1). Scarify the sides of the cut or hole to provide bond between the subgrade material and the fill. Scarify the slopes and bottom of all excavations. Fill each depression with the appropriate class of earth fill material, depending upon the type of material which is to be placed immediately above the subgrade. Place the fill in layers, moistened, and compacted in accordance with the applicable provisions. Spread materials which cannot be compacted by roller equipment because of inadequate clearances in 4-inch layers and compact with power tampers to a density and moisture content specified herein for the particular material being placed. After filling of depressions and trenches and immediately prior to placement of compacted fill in any section of the embankment, loosen the subgrade of such section thoroughly by scarifying, plowing, discing, or hallowing to a minimum depth of 6 inches. The moisture content shall be within the limits specified in Paragraph 3.03 of this specification for the appropriate type of material. After removal of roots or other debris turned up in the process of loosing, compact the entire surface of the embankment subgrade area as specified in Paragraph 3.04 of this specification. B. Unstable Subgrades: 1. In areas of the subgrade which, in the opinion of the Engineer, are too soft, wet, or otherwise unstable to allow embankment construction to begin, the Engineer may request soft ground stabilization techniques. Soft ground stabilization techniques shall consist of plating and/or plating in combination with a geogrid. 2. Plating shall consist of covering the unstable areas with an approximate 12-inch lift of dry cohesive soil meeting the earth fill classification requirements for the particular zone. Spread and initially compact the lift with low ground pressure equipment such as D-3 Caterpillar bulldozer or equivalent. The lift shall receive a minimum of three coverages of the bulldozer tracks prior to beginning compaction with the equipment specified in Paragraph 2.05 of this specification. The lift shall receive the specified number of passes of the specified compaction equipment for the particular class of earth fill. In areas which will not support the specified number of passes of the compaction equipment without severe rutting or pumping, place an additional 8-inch lift of dry cohesive soil over the previous lift and apply the specified number of passes of the specified compaction equipment. This process shall continue until all areas will support the compaction equipment for the specified number of passes without significant rutting or pumping. 3. Each lift of plating will be tested for moisture and density by the Owner's independent testing personnel. These tests on the plating will be for informational purposes. No specific moisture or compaction criteria will be required in areas of plating which will not support the specified number of passes of the compaction equipment without significant rutting or pumping; however, when requested by the Engineer, the Contractor shall adjust the moisture content of the earth fill material being used for Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams] 3123 23.16 - 5 KMH18550 66T" Street Drainage Channel plating prior to spreading on the plating areas. This adjustment shall be within a range as designated by the Engineer. The minimum and maximum percentages of moisture content of the range designated by the Engineer shall be separated by no less than 5 percentage points. Once the lifts of plating are built up in an area to the point that the plating will support the specified number of passes of the specified compaction equipment, these areas will then be considered as stable subgrade areas. Embankment construction shall then proceed and all additional lifts of earth fill shall meet the requirements for placing, moisture, and density as specified in this specification for the particular class of earth fill. 4. Soft ground stabilization techniques in relation to embankment construction will not be undertaken by the Contractor without prior approval of the Engineer. When soft ground stabilization techniques are approved or requested by the Engineer, each lift of plating and each layer of geogrid will require specific approval by the Engineer prior to the Contractor proceeding to the next lift or layer. Any soft ground stabilization techniques performed by the Contractor without prior specific approval of the Engineer shall be subject to removal and proper replacement by the Contractor at no cost to the Owner. 5. Soft ground stabilization techniques shall not be used within any portion of a constructed soil liner used for containment purposes. 3.02 PLACING OF MATERIAL A. Class 1 through Class 5 Earth Fill: 1. Place embankment materials on properly prepared subgrade as specified above. The combined excavation, placing, and spreading operation shall be done in such manner to obtain blending of material and to insure that the materials, when compacted in the embankment, will have the best practicable degree of compaction, impermeability, and stability. The placing of materials from the borrow sources shall be in the zones as shown on the drawings or specified. Spread the earth materials that can be compacted with the specified tamping and pneumatic rollers with approved equipment in approximate horizontal layers not more than 8 inches thick for Class 1 and 2 earth fill and not more than 12 inches thick for Class 3 through 5 earth fill, before compacting over the length and breadth of the section of embankment under construction. Lift thickness will be reduced if required to consistently achieve the specified density. In areas where the specified tamping and pneumatic rollers cannot be utilized, spread the earth materials in approximately horizontal layers not more than 4 inches thick before compacting. If the surface of the embankment is too smooth and hard to bond properly with succeeding layer, roughen and loosen the surface by scarifying before the succeeding layer is placed. Where fill is to be placed next to existing fill, remove fill to unweathered, dense material, sloped to no steeper than 1H:1V if existing fill face is parallel to the centerline of the embankment and 5H: 1V if the face is perpendicular to the centerline of the embankment. Bench and scarify each layer as adjoining lifts are placed. Route material hauling equipment over the surface of the embankment to distribute the added compaction afforded by the rolling equipment and to prevent the formation of ruts on the embankment surface. Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams] 3123 23.16 - 6 KMH18550 66T" Street Drainage Channel 2. As soon as practicable after commencement of construction of any section of the embankment, raise or crown the appropriate portions with grades not to exceed 2 percent so that the surface of the fill will drain freely and can be maintained throughout construction. During the dumping and spreading process, maintain at all times a force of men adequate to remove all roots and debris and all stones greater than 3 inches in maximum dimension from all embankment materials. Remove roots, stones and debris from the embankment and dispose of material in an approved manner. B. Structural Backfill: Place structural backfill as shown on the drawings or as required for the various structures and in accordance with the provisions of Paragraph [A] above. C. Additional Structural Backfill — Soil: Place additional structural backfill-soil as specified in Paragraph A above and use for backfilling "Additional Structural Excavation" areas specified in Section 3123 16 "Excavation [Landfills and Heavy Earthwork Projects, Excluding Dams]" as requested by the Engineer. D. Additional Structural Backfill - Lean Concrete: Place additional structural backfill - lean concrete in accordance with Section 03 30 00 "Cast -In -Place Concrete" and use the additional structural backfill - lean concrete to backfill "Additional Structural Excavation" areas as specified in Section 3123 16 "Excavation [Landfills and Heavy Earthwork Projects, Excluding Dams]" as requested by the Engineer. E. Undercutting Backfill: Place undercutting backfill as specified in Paragraph A or D above and use undercutting backfill to backfill the excavations formed by "Undercutting" as specified in Section 3123 16 "Excavation [Landfills and Heavy Earthwork Projects, Excluding Dams]" as requested by the Engineer. F. Class 12 Earth Fill: 1. Prior to and immediately preceding spreading of Class 12 earth fill, lightly scarify the surface of the area to receive Class 12 earth fill and lightly wet the surface if unusually dry, as determined by the Engineer. Uniformly spread Class 12 earth fill over the areas and to the thickness shown on the drawings or specified. Class 12 earth fill thickness shall be 4 inches if not shown or specified otherwise. 3. Remove stones 1-1/2 inches or larger in maximum dimension, stumps, large roots, or other objectionable debris from the Class 12 earth fill at the time of spreading, and dispose of material in an approved manner. 3.03 MOISTURE CONTROL - CLASS 1 THROUGH CLASS 5 EARTH FILL A. General: The materials in each layer of the fill shall uniformly contain the amount of moisture within the limits specified below necessary to obtain the maximum dry density for the soil. Compact Class 1 and Class 2 earth fill with a moisture content at or within 5 percentage points wet of optimum moisture content. Compact Class 3, Class 4, and Class 5 earth fill with a moisture content within 2 percentage points dry to 5 percentage points wet of optimum moisture content. The moisture content ranges specified above for the various classes of earth fill represent maximum upper and lower limits of the particular range. Determination of the maximum dry density -optimum moisture is specified in Paragraph 3.04 of this specification. Completely cohesionless materials which are to be compacted to a specified percentage of maximum density and shall be at a moisture content which will Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams] 3123 23.16 - 7 KMH18550 66T" Street Drainage Channel allow use of the specified compaction equipment and consistent achievement of the specified density. B. Irrigation of Borrow: Irrigation of borrow shall be done with distributing or sprinkling equipment that will uniformly produce the required results. Wet the material at the source of borrow to within 3 percentage points of optimum moisture content. Wet the material in the borrow pits by irrigation sprinkler system, by flooding, or by another approved method. Allow an adequate amount of time to wet the borrow source in advance of excavation operations to permit thorough and uniform distribution and penetration of moisture throughout the material. Divide the borrow area into sufficient sections to be worked in rotational order, for example, while one section is being worked, the previously worked section will be in the process of wetting, and the other sections will be in the process of curing to obtain uniform distribution and penetration of moisture. C. Drying of Borrow: Drying of borrow prior to placing may be required if the placed material is wet enough to adversely affect the moisture and/or density of the underlying lifts. D. Moisture Control During Placement: After spreading the soil on the embankment, adjust the moisture content of the soil if necessary by either aeration or the addition of water to bring the moisture content within the range specified. Uniformly distribute the moisture content throughout the layer of soil to be compacted. In order to accomplish this distribution, thoroughly mix the layer of soil by discing, harrowing, or by the use of a power - driven pulverizer. Should the surface of a previously compacted layer become dry due to exposure to the elements, appropriately wet the surface of the compacted layer prior to placing the succeeding layer of soil, and properly disk or harrow the surface. Should a layer of soil be over wet, allow the layer to dry to a proper moisture content prior to compacting. Should the surface of a layer become smooth and hard, roughen the surface by scarifying, and wet the surface if necessary prior to placing the next layer of soil. Reprocess any layer which becomes damaged by weather conditions to meet the specification requirements. There shall be no additional payment made for such reprocessing. The prescribed moisture and density characteristics of the compacted fill shall be met immediately prior to placement of any fill on top of it. 3.04 PROCESSING AND COMPACTION A. Class 1 through Class 5 Earth Fill: 1. After a layer of fill material has been dumped and spread, thoroughly process the material to break up and blend the fill materials. Perform harrowing with a heavy disc plow or other approved harrow to the full depth of the layer. If the power -driven pulverizer is used, a minimum of three passes shall be required. If a heavy disc plow or other similar harrow is used, a minimum of five passes shall be required. Where space permits, each pass shall be in a direction perpendicular to the previous pass. Regardless of the type of equipment used, a greater number of passes than specified above shall be used if necessary to accomplish the breaking up and blending of the materials. When the moisture content and the condition of the layer is satisfactory, compact the lift of material by at least the specified number of passes to the percent of maximum density specified below. 2. Compact the Class 1 and Class 2 earth fill zones by a minimum of eight passes with a tamping roller. Compact the Class 3, Class 4, and Class 5 earth fill zones by a minimum Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams] 3123 23.16 - 8 KMH18550 66T" Street Drainage Channel of eight passes with a tamping roller or by a minimum of four passes with a tamping roller, followed by a minimum of four passes with a pneumatic roller. A vibratory roller shall be required if the material is sandy and if requested by the Engineer. A pass shall consist of one trip over the area being compacted. The front and rear axle rollers on self-propelled models will only be considered as one pass per trip. The initial and final area to be rolled shall each have eight passes. Stagger passes between the initial and final area in order to establish overlapping with at least eight passes at all locations. Dumping, spreading, sprinkling and compacting may be performed at the same time at different points along a section where there is sufficient area to permit these operations including approximate testing to proceed simultaneously. 3. Areas of the fill being compacted with power hand tampers or vibratory plate hand compactors shall receive a minimum of eight passes of the equipment with an overlap of 50 percent of the equipment base plate width. 4. The in -place density of Class 1 through Class 5 earth fill shall not be less than 95 percent of maximum dry density as determined by ASTM D698, Standard Proctor, except compact the top 12 inches of fill underneath roadways and parking areas to not less than 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor. In areas of cut underneath roadways and parking areas scarify and recompact the top 8 inches of the subgrade within the specified moisture content, to not less than 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor. 5. Cohensionless materials on which are not practical to control the density by proctor methods shall be compacted to a minimum of 95 percent of the maximum density as determined by ASTM D4253. 6. Determine the moisture and density of in -place materials by one or more of the following ASTM procedures: D1556, D3017, or D2922. 7. If necessary to achieve the specified density, the number of passes of the compaction equipment shall be increased and/or the weight of the compaction equipment shall be modified. 8. Regardless of the density achieved, the number of passes of the compaction equipment shall not be less than eight. B. Structural Backfill: 1. Place structural backfill as specified in Paragraph 3.02 at the moisture content specified in Paragraph 3.03 and to the density specified in Paragraph A above. Compaction shall be by power hand equipment or rubber tired equipment, provided the rubber tired equipment does no damage to the structure. Compaction by power hand equipment or rubber tired equipment shall be completed such that there will be a 24-inch overlap by roller compaction. 2. Do not permit rollers to operate within 3 feet of structures. Do not place backfill or other loads on or against concrete surfaces until at least 14 days have elapsed since placement. Before passage of hauling and rolling equipment over the top of a concrete structure will be permitted, the depth of fill over the concrete shall be sufficient to permit such passage without inducing harmful stresses or vibrations in the structures. Keep backfill on structures receiving fill on both sides within 2 feet of the opposite side. Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams] 3123 23.16 - 9 KMH18550 66T" Street Drainage Channel C. Class 12 Earth Fill: Class 12 earth fill does not require specific compaction but roll with suitable construction equipment as required for initial stability. Finish grade Class 12 earth fill to a tolerance of plus or minus 0.1 foot. Repair any erosion of Class 12 earth fill at the Contractor's expense until final acceptance by the Owner. END OF SECTION Compacted Earth Fill [Landfills and Heavy Earthwork Projects, Excluding Dams] 3123 23.16 - 10 KMH18550 66T" Street Drainage Channel 3125 13.13 SEEDING FOR EROSION CONTROL 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary to seed the slopes and other areas as specified. This Section includes seedbed fertilization, watering, mulching, and emulsifying or tacking the mulch and maintenance until final acceptance by the Owner. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Texas Testing Seed Label. 2. Record Data for fertilizer to be used. 3. Results of a recent soil test (6 months old or less) of the area to be seeded shall be submitted. Soil samples shall be collected after final grading, when topsoil has been placed. The test results must include soil lab recommended additions of Nitrogen (N), Phosphorus (P), and Potassium (K) for the type of vegetation proposed, as well as soil organic matter percentage and textural class. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges. 2. Texas Seed Law. 3. Texas Fertilizer Law. 1.04 DELIVERY AND STORAGE A. Deliver seed and store in required quantities as furnished and shipped from source. B. Deliver fertilizer (if soil tests determine it is needed) to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture, has become caked, or otherwise damaged, making it unsuitable for use, shall be rejected. 1.05 OPTIONS A. When seed, tackifier, and fertilizer are to be distributed as a water slurry, apply the mixture within 30 minutes of mixing. B. If dry mechanical methods are permitted; the fertilizer maybe spread at the same time as the seed. After sowing straw mulch will be mechanically spread over the seeded area. Seeding for Erosion Control 3125 13.13 - 1 KMH18550 — 66t" Street Drainage Channel 2.00 PRODUCTS 2.01 MATERIALS A. Seed: 1. Seed shall be from the previous season's crop. Seed packaging must carry a Texas Testing Seed Label showing purity and germination, name, type of seed and that the seed meets all requirements of the Texas Seed Law. 2. Each variety of seed shall be furnished and delivered in separate bags or containers clearly marked with the date of analysis shown. The date of analysis shall be within nine months of the date of delivery to the Site. Seed shall not be stored on site for more than two consecutive calendar months unless stored in refrigerated conditions. 3. Seed shall equal or exceed the quality, purity and germination requirements established by TxDOT Item 164. The species shall be determined based upon appropriate seasons and soil texture as listed under Item 164 for TxDOT District 5 (Lubbock). B. Fertilizer: If fertilizer usage is deemed necessary based on soil lab recommendations, the fertilizer shall be in an acceptable condition for distribution in containers labeled with the analysis. The type and rate of fertilizer should be based on chemical tests of recent (6 months old or less) representative site soil samples. A pelleted or granulated fertilizer shall be used. For nitrogen fertilizer, at least 50% of the nitrogen component shall be a slow - release sulfur -coated urea. Fertilizer should be applied only when plants can take them up for growth, during: 1) seed germination and plant establishment and 2) after plant establishment. C. Mulch: 1. Consisting of straw, wood -fiber, mulch nettings, wood chips or other suitable material approved by the Engineer and free of Johnson grass and other noxious weed seeds. 2. Straw mulch shall be oat, wheat or rice straw, prairie hay, Bermuda grass hay, or other hay harvested before seed production and approved by the Engineer. The straw mulch will be kept dry and shall not be rotted or molded. A minimum of 50 percent by weight of the herbage making up the hay shall be 10 inches in length or longer. D. Topsoil: As specified for Class 12 earth fill in Section 3105 13 "Soils for Earthwork." E. Herbicide: Contractor shall be responsible for using herbicides in a manner consistent with label requirements and precautions. Only registered herbicides having a minimal residual effect shall be used. Contractor shall strictly adhere to all Federal, State, and local laws governing herbicide usage. 3.00 EXECUTION 3.01 PREPARATION A. After the areas disturbed by construction operations have been backfilled and completed to the original preconstruction lines or final grades as shown on the Drawings, perform seeding in accordance with the procedure described below. Seeding for Erosion Control 3125 13.13 - 2 KMH18550 — 66t" Street Drainage Channel 3.02 PLANTING SEASON AND APPLICATION RATES A. Perform planting during the periods identified for each type of seed in Item 164 of the TxDOT specifications. The seed shall be applied at the mixture and rate specified in Item 164 for District 5 (Lubbock). 3.03 TEMPORARY COOL SEASON SEEDING A. Seedbed Preparation: Use a one-way plow, tandem disk, bedder, or equipment that will accomplish similar results. Break or mix the surface of the soil with the tillage equipment. Provide tillage operations, as necessary, so planting can be on a clean, firm seedbed. Chiseling shall be performed on areas that have been severely compacted. B. Seeding: 1. Seeding will be required in all disturbed areas and where requested in writing by the Owner. 2. Accomplish the seeding for temporary planting within the time periods specified in TxDOT Item 164. Planting rates when drilled or broadcast shall be in accordance with Item 164. 3.04 PERMANENT SEEDING A. Seedbed Preparation: Use a one-way plow, tandem disk, bedder, or equipment that will accomplish similar results. Break or mix the surface of the soil with the tillage equipment. Provide tillage operations, as necessary, so planting can be on a clean, firm seedbed. Chiseling shall be performed on areas that have been severely compacted. B. Fertilization: Pelleted or granulated fertilizer shall be applied uniformly into the soil at time of seedbed preparation to a depth of 4 inches (100 mm) over the area to be fertilized and in the manner directed for the particular item of work. The fertilizer shall be applied at the rate recommended by soil tests. The fertilizer shall be dry and in good physical condition. The fertilizer may also be applied with mulch or hydromulch as specified in Section 32 92 13 "Hydro -Mulching." C. Mulching: 1. Spread mulch material on the area to be planted. Mulch the planting areas to control soil erosion and seed loss by wind and water and to promote grass establishment. Apply Mulch hay at the rate of 2 tons per acre and spread uniformly so that about 25 percent of the ground surface is uniformly visible through the mulch. 2. Anchor the mulch hay by treading into the soil with a straight disk type mulch tiller. Perform disking across the slope along contours. Other types of mulch such as wood cellulose fiber or cotton bur mulch may be used at recommended rates, if approved by the Engineer. Apply mulch in a manner that will not hinder emergence of seedlings. Seeding for Erosion Control 3125 13.13 - 3 KMH18550 — 66t" Street Drainage Channel D. Seeding: 1. Seeding will be required in all disturbed areas and where requested in writing by the Owner. 2. Accomplish the seeding for permanent planting within the time periods specified in TxDOT Item 164. Planting rates when drilled or broadcast shall be in accordance with Item 164. 3.05 MAINTENANCE A. Irrigation: Supply the seeded areas with adequate moisture (3 to 4-inch penetration) at regular intervals to support seed germination and plant growth until acceptance by the Owner. Seedlings may require irrigation immediately after germination to prevent desiccation. Water the seed in a manner that will prevent erosion of the soil. B. Repair: Repair washouts and other bare soil areas greater than a square yard in a seeded area either by re -seeding, sprigging, or spot sodding, and perform maintenance as needed to establish grass in the area. C. Weed Control: Control competitive weed growth during the establishment period by mowing and/or with herbicides. Chemical usage shall be in accordance with the current recommendations of the Texas Agricultural Experiment Station, Texas Department of Agriculture, or local Soil Conservation Service Field Office Technical Guides. Strictly adhere to all Federal, State, and local laws governing herbicides. 2. Weed control shall be the Contractor's responsibility whether topsoil is from on -site or off -site sources and for seeded areas that are specified not to receive topsoil. 3.06 SEEDING OF DISTURBED AREAS A. Disturbed areas will require seeding as specified in this Section unless requested otherwise by the Engineer or shown otherwise on the drawings or in the specifications. B. Any areas which are disturbed by the Contractor which are not shown on the drawings or specified to require disturbance including any approved areas not shown on the drawings, shall be considered as unauthorized disturbed areas. Any such areas shall be seeded as specified in this Section at the Contractor's expense and shall not be measured or paid under this Section. 3.07 FIELD QUALITY CONTROL; OBSERVATION AND ACCEPTANCE A. Observation: Upon completion of the site preparation, mulching, fertilizing, seeding, and maintenance of seeded areas, the Engineer will observe the seeded areas periodically to determine the establishment success. The Engineer will consider soil coverage, purity of the grass stand, and maturity of the plants. B. Establishment of Stand and Acceptance: 1. The Engineer will determine that a grassed area is established upon fulfillment of the following conditions: Seeding for Erosion Control 3125 13.13 - 4 KMH18550 — 66t" Street Drainage Channel The permanent grass stand uniformly covers the planting area, with no exposed soil areas more than 36 inches across in any dimension. Grass stand shall be 80% or greater before final completion. b. The permanent grass stand is free of over -topping weed species which would compete for sunlight, moisture, and nutrients. In addition, no area of pure weed species greater than 36 inches across in any dimension shall occur within a permanent grass stand. c. The majority of the grass plants in a stand shall have a well -established root system to survive if irrigation is discontinued and shall be no less than 1-1/2 inches in height. Establish the permanent grass stand within the time periods specified in TxDOT Item 164 to preclude having to perform a temporary cool season seeding. In the event a temporary seeding must be performed, follow-up the temporary seeding with a permanent seeding as specified. Upon final acceptance of the Work under this Contract, the Owner will assume the responsibility of maintaining the grassed areas. END OF SECTION Seeding for Erosion Control 3125 13.13 - 5 KMH18550 — 66t" Street Drainage Channel 31 35 13 ARTICULATED CONCRETE BLOCK 1.00 GENERAL 1.01 WORK INCLUDED A. The contractor shall furnish all labor, materials, equipment, and incidentals required for, and perform all operations in connection with, the installation of the Articulating Concrete Block (ACB) system in accordance with the lines, grades, design and dimensions shown on the Contract Drawings and as specified herein. 1.02 SUBMITTALS A. Shop Drawings. At least 30 days prior to the start of any installation of the cellular concrete mats, the Contractor shall submit to the owner shop drawings for the layout and details of the cellular concrete mats. The cellular concrete mat layouts shall be to the lines and grades shown on the drawings. The shop drawings shall include layout, layout sequence, anchor details, mat junction details, anchor to mat connection details, and details for grade change. B. Representative Samples. The sources from which the Contractor proposes to obtain materials shall be selected well in advance of the time when the materials will be required in the work. Product literature and suitable samples of the cellular concrete mattresses, cable, fittings, anchors and filter fabric shall be submitted to the Owner's Representative for approval, prior to delivery of any such material to the site of the work. All samples shall be obtained by the Contractor and delivered at his expense to a point designated by the Owner's Representative at least 14 calendar days in advance of the time when the placing of the concrete mattresses is expected to begin. The contractor shall submit the cellular concrete block revetment system manufacturer's certification that the revetment system and components meet the requirements of this specification. C. Documentation of Testing. The contractor shall provide to the owner test results documenting that the revetment system has been tested under controlled flow conditions for hydraulic performance characteristics in accordance with FHWA-RD-89-199, utilizing a 2:1 slope in the direction of flow, as well as other calculations and testing in support of the proposed concrete block mattress system and geotextile. D. Manufacturer Certificates of Compliance. 1. The Contractor shall furnish the manufacturer's certificates of compliance for cellular concrete mattresses, revetment cable, and any revetment cable fittings and connectors. The Contractor shall also furnish the manufacturer's specifications, literature, and any recommendations, if applicable, that are specifically related to the project. Cellular concrete mattresses will only be accepted when accompanied by documented hydraulic performance characteristics that are derived from tests under controlled flow conditions. Testing guidelines shall conform to U.S. Federal Highway Administration and U.S. Bureau of Reclamation Testing Protocol as documented in "Minimizing Embankment Damage During Overtopping Flow", Report No. FHWA-RD-88-181 and all hydraulic performance testing shall be performed in a 2H:1V flume. Alternative Materials. Alternative materials may be considered. Such materials must be pre - approved in writing by the Engineer prior to bid date. Alternative material packages must be Articulated Concrete Block 3135 13 -1 KMH18550 66T" Street Drainage Channel submitted to the Owner's Representative a minimum of fifteen (15) days prior to bid date. Submittal packages must include, as a minimum, the following: 1. Full-scale laboratory testing performed by the submitting manufacturer and associated engineered calculations quantifying the hydraulic capacity of the proposed cellular concrete mat system in similar conditions to the specific project. A list of 5 comparable projects, in terms of size and applications, in the United States, where the results of the specific alternate revetment system use can be verified after a minimum of five (5) year of service life. The submittal shall include contact names, addresses and telephone numbers. 1.03 QUALITY ASSURANCE A. Design Criteria — Flowable Fill Proportions and Consistency: Flowable fill shall be proportioned to give the necessary workability, strength, and consistency, and shall conform to the following governing requirements: B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the Specifications. In lieu of trial mix design, Contractor may submit historical data for a mix design used successfully in previous similar work. The Contractor shall not make changes in materials, either in gradation, source, or brand, or proportions of the mixture after having been approved, except by specific approval of the Engineer. 1.04 STANDARDS AND REFERENCES A. The applicable provisions of the following references and standards shall apply to this Section as if written herein in their entirety. 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specification for Concrete Aggregates ASTM C150 Specification for Portland Cement ASTM C207 Specification for Hydrated Lime Types ASTM C595 Blended Hydraulic Cements ASTM C618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as Mineral Admixture in Portland Cement Concrete ASTM D 3786 Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics ASTM D 4354 Sampling of Geosynthetics for Testing ASTM D 4355 Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water ASTM D 4491 Water Permeability of Geotextiles by Permittivity ASTM D 4533 Trapezoidal Tearing Strength of Geotextiles ASTM D 4632 Grab Breaking Load and Elongation of Geotextiles ASTM D 4751 Determining Apparent Opening Size of a Geotextile Articulated Concrete Block 3135 13 - 2 KMH18550 66T" Street Drainage Channel ASTM D 4759 Determining the Specification Conformance of Geosynthetics Index Puncture Resistance of Geotextiles, Geomembranes, and ASTM D 4833 Related Products ASTM D 4873 Identification, Storage, and Handling of Geosynthetic Rolls ASTM D 6684 Materials and Manufacture of Articulating Concrete Block (ACB) Standard Practice for Installation of Articulating Concrete Block ASTM D 6884 (ACB) Revetment Systems 2.00 PRODUCTS 2.01 MATERIALS A. Concrete Blocks 1. Concrete shall conform to ACI requirements for normal weight concrete. The ACB units shall be produced using a dry cast method. Dry cast units obtain strength more quickly than wet cast blocks and will also achieve a greater uniformity of quality and greater durability. 3. At the time of delivery to the work site, the ACB units shall conform to the physical requirements prescribed in Table 2.02 listed below. 2.02 PHYSICAL REQUIREMENTS Compressive Strength Net Area Water Absorption Min. p.s.i (mPa) Max. Ib/ft3 (kg/m3) Avg. of 3 units Individual Unit Avg. of 3 units Individual Unit 4,000 (27.6) 3,500 (24.1) 9.1(160) 11.7 (192) Units will be sampled and tested in accordance with ASTM D 6684, Standard Specification for Materials and Manufacture of Articulating Concrete Block (ACB) Revetment Systems. B. Revetment Cable and Fittings 1. Option 1 Polyester Revetment Cable and Fittings: Revetment cable shall be constructed of high tenacity, low elongating, and continuous filament polyester fibers. Cable shall consist of a core construction comprised of parallel fibers contained within an outer jacket or cover. The size of the revetment cable shall be selected such that the minimum acceptable strength is at least five (5) times that required for lifting of the mats, in accordance with ASTM D-6684 paragraph 5.5.2. b. Elongation requirements specified below are based upon stabilized new, dry cable. Stabilization refers to a process in which the cable is cycled fifty (50) times between z a load corresponding to 200D and a load equal to 10%, 20% or 30% of the cable's Articulated Concrete Block 3135 13 - 3 KMH18550 66T" Street Drainage Channel approximate average breaking strength. Relevant elongation values are as shown in the table below. The tolerance on these values is + 5%. ELASTIC ELONGATION at Percentage of Break Strength 10% 20% 30% 0.6 1.4 2.2 c. The revetment cable shall exhibit resistance to most concentrated acids, alkalis and solvents. Cable shall be impervious to rot, mildew and degradation associated with marine organisms. The materials used in the construction of the cable shall not be affected by continuous immersion in fresh or salt water. d. Selection of cable and fittings shall be made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Fittings such as sleeves and stops shall be aluminum and washers shall be plastic unless otherwise shown on the Contract Drawings 2. Option 2. Galvanized Steel Revetment Cable and Fittings: a. Revetment cable shall be constructed of preformed galvanized aircraft cable (GAC). The cables shall be made from individual wires and strands that have been formed during the manufacture into the shape they have in finished cable. b. Cable shall consist of a core construction comprised of seven (7) wires wrapped within seven (7) or nineteen (19) wire strands. The size of the revetment cable shall be selected such that the minimum acceptable strength is at least five (5) times that required for lifting of the mats. c. The revetment cable shall exhibit resistance to mild concentrations of acids, alkalis, and solvents. Fittings such as sleeves and stops shall be aluminum, and the washers shall be galvanized steel or plastic. Furthermore, depending on material availability, the cable type (70 or 7x19) can be interchanged while always ensuring the required factor of safety for the cable. d. Selection of cable and fittings shall be made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Revetment cable splicing fittings shall be selected so that the resultant splice shall provide a minimum of 75% of the minimum rated cable strength. C. Filter Fabric 1. The geotextile filter shall meet the minimum physical requirements listed in Table No. 3 of these Specifications. Consultation with the manufacturer is recommended; the standard for sizing geotextile for these applications is AASHTO M-288, Permanent Erosion Control. Either woven or non -woven geotextile are acceptable, as long as they meet the other project requirements. The geotextile fiber shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of propylene, ethylene, ester, or amide, and shall contain Articulated Concrete Block 3135 13 - 4 KMH18550 66T" Street Drainage Channel stabilizers and/or inhibitors added to the base plastic, if necessary, to make the filaments resistant to deterioration due to ultraviolet and heat exposure. The edges of the geotextile shall be finished to prevent the outer fiber from pulling away from the geotextile. The Contractor shall furnish manufacturer's certified test results to the EOR, showing actual test values obtained when the physical properties are tested for compliance with the specifications. During all periods of shipment and storage, the filter fabric shall be protected from direct sunlight, UV radiation, and temperatures greater than 140°F. To the extent possible, the fabric shall be maintained wrapped in its protective covering. The geotextile shall not be exposed to sunlight or UV radiation until the installation process begins. PHYSICAL REQUIREMENTS Physical Property Test Procedure Minimum Value Grab Tensile Strength (Unaged Geotextile) ASTM D4632 IAW AASHTO M288 Class 2 Breaking Elongation (Unaged Geotextile) ASTM D4632 50% max. (in any principal direction) Burst Strength ASTM D3786 IAW AASHTO M288 Class 2 Puncture Strength ASTM D4833 IAW AASHTO M288 Class 2 A.O.S., U.S. Std. Sieve ASTM D4751 As Shown in Plans Permittivity ASTM D4491 As Shown in Plans At the time of installation, the filter fabric shall be rejected if it has been removed from its protective cover for over 72 hours or has defects, tears, punctures, flow deterioration, or damage incurred during manufacture, transportation or storage. With the acceptance of the EOR, placing a filter fabric patch over the damaged area prior to placing the mats shall repair a torn or punctured section of fabric. The patch shall be large enough to overlap a minimum of three (3) feet in all directions. 3.00 EXECUTION 3.01 SUBGRADE PREPARATION A. General: All subgrade preparation shall be performed in accordance with ASTM D 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as updated and amended. B. Grading: The slope shall be graded to a smooth plane surface to ensure that intimate contact is achieved between the slope face and the geotextile (filter fabric), and between the geotextile and the entire bottom surface of the individual ACBs. All slope deformities, roots, grade stakes, and stones which project normal to the local slope face must be re- graded or removed. No holes, "pockmarks", slope board teeth marks, footprints, or other voids greater than 0.5 inch in depth normal to the local slope face shall be permitted. No grooves or depressions greater than 0.5 inches in depth normal to the local slope face with a Articulated Concrete Block 3135 13 - 5 KMH18550 66T" Street Drainage Channel dimension exceeding 1.0 foot in any direction shall be permitted. Where such areas are evident, they shall be brought to grade by placing compacted homogeneous material. The slope and slope face shall be uniformly compacted, and the depth of layers, homogeneity of soil, and amount of compaction shall be as required by the EOR. Excavation and preparation for all termination trenches or aprons shall be done in accordance to the lines, grades and dimensions shown in the Contract Drawings. The termination trench hinge -point at the top of the slope shall be uniformly graded so that no dips or bumps greater than 0.5 inches over or under the local grade occur. The width of the termination trench hinge -point shall also be graded uniformly to assure intimate contact between all ACBs and the underlying grade at the hinge -point. C. Inspection: Immediately prior to placing the filter fabric and ACB mats, the prepared subgrade shall be inspected by the FOR as well as the owner's representative. No fabric or blocks shall be placed thereon until that area has been approved by each of these parties. 3.02 PLACEMENT OF GEOTEXTILE FILTER FABRIC A. General. All placement and preparation should be performed in accordance with ASTM D 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as updated and amended. Filter Fabric, or filtration geotextile, as specified elsewhere, will be placed within the limits of ACBs shown on the Contract Drawings. B. Placement. The filtration geotextile will be placed directly on the prepared area, in intimate contact with the subgrade, and free of folds or wrinkles. The geotextile will not be walked on or disturbed when the result is a loss of intimate contact between the ACB and the geotextile or between the geotextile and the subgrade. The geotextile filter fabric will be placed so that the upstream strip of fabric overlaps the downstream strip. The longitudinal and transverse joints will be overlapped at least one and a half (1.5) feet for dry installations and at least three (3) feet for below -water installations. The geotextile will extend at least one (1) foot beyond the top and bottom revetment termination points, or as required by the EOR. If ACBs are assembled and placed as large mattresses, the top lap edge of the geotextile should not occur in the same location as a space between ACB mats unless the space is concrete filled. 3.03 PLACEMENT OF ACB/MAT A. General. ACB placement and preparation should be performed in accordance with ASTM D 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as amended and updated. B. Placement. The subgrade shall be prepared in such a manner as to produce a smooth plane surface prior to placement of the ACBs or mats. No individual block within the plane of placed ACBs will protrude more than one-half inch or as otherwise specified by the EOR. ACBs should be flush and develop intimate contact with the subgrade section, as approved by the EOR. Proposed hand placing is only to be used in limited areas, specifically identified by the FOR or manufacturers' mat layout drawings, as approved by the EOR. If assembled and placed as large mattresses, the ACB mats will be attached to a spreader bar or other approved device to aid in the lifting and placing of the mats in their proper Articulated Concrete Block 3135 13 - 6 KMH18550 66T" Street Drainage Channel position by the use of a crane or other approved equipment. The equipment used should have adequate capacity to place the mats without bumping, dragging, tearing or otherwise damaging the underlying fabric. The mats will be placed side -by -side, so that the mats abut each other, and/or end -to -end. Mat seams or openings between mats greater than two (2) inches will be backfilled with 4000 p.s.i. non -shrink grout, concrete or other material approved by the EOR. Whether placed by hand or in large mattresses, distinct changes in grade that results in a discontinuous revetment surface in the direction of flow will require backfill at the grade change location so as to produce a continuous surface. Termination trenches will be backfilled and compacted flush with the top of the blocks. The integrity of the trench backfill must be maintained so as to ensure a surface that is flush with the top surface of the ACBs for its entire service life. Termination trenches will be backfilled as shown on the Contract Drawings. Backfilling and compaction of trenches will be completed in a timely fashion. No more than 500 linear feet of placed ACBs with non - completed termination trenches will be permitted at any time. C. Finishing. The cells or openings in the ACBs will be backfilled and compacted with suitable material, as specified by the EOR. Backfilling and compaction will be completed in a timely manner so that no more than 500 feet of exposed mats exist at any time. Finishing requirements are explicitly at the discretion of the EOR. D. Consultation. The manufacturer of the ACBs/mats shall provide design and construction advice during the design and initial installation phases of the project when required or as necessary, at the discretion of the EOR. The ACB supplier shall provide, at a minimum, one full day or two half -days of on -site project support upon request. END OF SECTION Articulated Concrete Block 3135 13 - 7 KMH18550 66T" Street Drainage Channel TxDOT SPECIFICATIONS 467 Item 467 Texas Safety End Treatment Deparrmeni of Transportation 1. DESCRIPTION Furnish, construct, and install safety end treatments for drainage structures, or install or replace pipe runners or pipe runner assemblies on existing drainage structures. 2. MATERIALS 2.1. General. Furnish materials in accordance with the following. ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 432, "Riprap," ■ Item 440, "Reinforcement for Concrete," ■ Item 442, "Metal for Structures," ■ Item 445, "Galvanizing," ■ Item 460, "Corrugated Metal Pipe," and ■ Item 464, "Reinforced Concrete Pipe." Use Class C concrete for cast -in -place and precast concrete units unless otherwise shown on the plans. Furnish cast -in -place or precast safety end treatments unless otherwise shown on the plans. Furnish Class B concrete for concrete riprap unless otherwise shown on the plans. Provide galvanized steel for prefabricated metal end sections in accordance with Item 460, "Corrugated Metal Pipe." Furnish pipe runners in accordance with the following: ■ ASTM A1085; ■ ASTM A53, Type E or S, Grade B; ■ ASTM A500, Grade B; or ■ API 5L, Grade X42. Furnish plates and angles in accordance with ASTM A36. Furnish nuts and bolts in accordance with ASTM A307. Galvanize pipes, plates, angles, nuts, and bolts in accordance with Item 445, "Galvanizing." 2.2. Fabrication. Fabricate cast -in -place concrete units and precast units in accordance with Item 420, "Concrete Substructures." Provide either prefabricated metal end sections or mitered CMP when specified for the pipe structure unless otherwise shown on the plans. Provide one of the following when reinforced concrete pipe (RCP) is specified for the pipe structure, unless otherwise shown on the plans: ■ mitered RCP or ■ precast safety end treatment (SET) units. Provide riprap only if the plans specifically require it for this alternative. 2.2.1. SET Types. 2.2.1.1. Type I. Provide Type I SET consisting of reinforced concrete headwalls or wingwalls and pipe runners in accordance with the details shown on the plans when required. 467 2.2.1.2. Type II. Provide Type II SET in accordance with the details shown on the plans consisting of the following: ■ CMP or RCP mitered to the proper slope, concrete riprap and pipe runners, when required; ■ prefabricated metal end sections, concrete riprap and pipe runners, when required; or ■ precast SET units, concrete riprap, when required, and pipe runners, when required. 2.2.2. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Cut no more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. Repair spalled areas around lifting holes. 2.2.3. Marking. Clearly mark the following on each precast unit, mitered CMP, mitered RCP, or metal end section before shipment from the casting or fabrication yard: ■ the date of manufacture, ■ the name or trademark of the manufacturer, and ■ the type and size designation. 2.2.4. Storage and Shipment. Store precast units on a level surface. Do not place any loads on precast units until the design strength is reached. Do not ship units until design strength requirements have been met. 2.2.5. Causes for Rejection. Precast units may be rejected for not meeting any one of the specification requirements. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. Remove rejected units from the project and replace with acceptable units meeting the requirements of this Item. 2.2.6. Defects and Repairs. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. The repaired units will be acceptable if they conform to the requirements of this Item and the repairs are sound and properly finished and cured in conformance with pertinent specifications. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." 3. CONSTRUCTION 3.1. General. Remove portions of existing structures in accordance with Section 420.4.8., "Extending Existing Substructures." Drill, dowel, and grout in accordance with Item 420, "Concrete Substructures." Furnish concrete riprap in accordance with Item 432, "Riprap." Provide riprap on all prefabricated metal end sections. 3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. 3.3. Placement of Precast Units. Provide adequate means to lift and place the precast units. Fill lifting holes with mortar or concrete and cure. Precast concrete or mortar plugs may be used. 3.4. Connections. Make connections to new or existing structures in accordance with the details shown on the plans. Furnish jointing material in accordance with Item 464, "Reinforced Concrete Pipe." Also remove a length of the existing pipe from the headwall to the joint when removing existing headwalls as shown on the plans or as approved. Re -lay the removed pipe if approved, or furnish and lay a length of new pipe. 3.5. Install or Replace Pipe Runners or Assemblies. Install or replace individual pipe runners or pipe runner assemblies on existing drainage structures as indicated on the plans. 467 4. MEASUREMENT SETs of all types will be measured by each barrel of each structure end. Pipe runners or pipe runner assemblies installed or replaced on existing structure will be measured by each installed or replaced on each structure end. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the various designations of "Safety End Treatment' specified as follows: ■ SET (Type 1) (Barrel Span) (Wall Height) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) ■ SET (Type 1) (Pipe Diameter or Design) (Slope, Horizontal: Vertical) (Orientation, Cross or Parallel) ■ SET (Type 11) (Pipe Diameter or Design) (Pipe Material) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) ■ SET (Pipe Runner) ■ SET (Pipe Runner Assembly) For payment purposes, the wingwall heights of Type I SETs for box culverts will be rounded to the nearest foot. This price is full compensation for constructing, furnishing, transporting, and installing the end treatments; pipe runners, or pipe runner assemblies, connecting to existing structure; breaking back, removing and disposing of portions of the existing structure, removing and disposing of existng pipe runner or pipe runner assemblies, and replacing portions of the existing structure as required to make connections; excavation and backfill; furnishing concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, and pipe runners; and concrete riprap, nuts, bolts, plates, angles, equipment, labor, tools, and incidentals. The removal and re-laying of existing pipe or the furnishing of new pipe to replace existing pipe will not be paid for directly but will be considered subsidiary to this Item. The mitered length of CMP or RCP that is a part of the SET (Type 11) will not be paid for directly but will be considered subsidiary to this Item. The limits for payment for pipe will be as shown on the plans and paid for in accordance with the pertinent bid item. The limits of riprap to be included in the price bid for each SET will be shown on the plans. Any riprap placed beyond the limits shown will be paid in accordance with Item 432, "Riprap." Riprap between multiple precast SET units will be required as shown on the plans and is included in the price bid for SET. When precast SETs are provided as an option to mitered RCP, riprap aprons will not be required unless the plans specifically require riprap aprons for precast SET units. The plans will show the limits of the riprap to be included with the precast SET for payment. Appendix A: Lubbock County Septic System Permits ADDRESS LCAD SEPTIC PERMIT 6602 MARSHA SHARP FWY R85677 OSSF-10186 6701 SANTA FE DR. R117540 OSSF-4932 6703 SANTA FE DR. R117564 OSSF-2158 6705 SANTA FE DR. R117587 OSSF_-6166 6707 SANTA FE DR. R117634 NO 6709 SANTA FE DR. R117684 OSSF-7246 6711 SANTA FE DR. R117762 OSSF-33 6713 SANTA FE DR. R117804 OSSF-6107 ;6715 SANTA FE DR. R117828 OSSF-252 6717 SANTA FE DR. R117880 OSSF-7245 6719 SANTA FE DR. R117929 OSSF-14996 6721 SANTA FE DR. R117982 OSSF-14997 6723 SANTA FE DR. R118043 OSSF-7239 6725 SANTA FE DR. R118113 OSSF-2288 7001 SANTA FE DR. R118189 OS5F-7230 7003 SANTA FE DR. R114880 OSSF-7253 7005 SANTA FE DR. R114935 OSSF-14998 7007 SANTA FE DR. R114956 OSSF-7224 7009 SANTA FE DR. R114999 OSSF-5541 7101 SANTA FE DR. R115067 OSSF-7228 7103 SANTA FE DR. R115106 OSSF-14999 7105 SANTA FE DR. R115194 OSSF-1500 7107 SANTA FE DR. R115403 NO 7109 SANTA FE DR. R115420 NO 7111 SANTA FE DR. R347690 OSSF-15001 7113 SANTA FE DR. R109510 OSSF-15002 742166TH ST. R7550 03445-03 740166TH ST. R130481 NO 6502 UPLAND AVE. 6601 UPLAND AVE. R58811 R42956 NO 92-77 `75510D Property Owner: EDDIE BELL V. Septic System layout as installed. DRAI�IELD WELL Permit Number. 03445-03 Inspection conducted by: MARK RICH, D.R. # 7075 Date: 11/25/2003 40 q�)._`7"] s� LUBBOCK CITY -COUNTY I1E.&LTH DF.PANT,.It,., IT PRIVATE' SEWAGE DISPOSAL CERTIFTCATE OF COMPLIANCE DATE, MAN, 6. 19 77 PF21MIT 1I0. 92 .1 bile Sony► of i.ntexsectian of L0CATIOII Caen ,v Road 70 arkd-aUntv P01144 G n n-zmt side MAINE DOMIrJM FRANC0 THIS IS TO CIMTIF'Y THAT THIS SEWAGE, DISPOSAL SYSIEV HAS BFTN DESICHED AND ITISTALLl?D IN C01APLIANCE WITII THE OTANDARDS SPECIFIED III LUBT4CCK Cr)uim RJ;S0LiiT7nN 75-1-5 INSPECTED I.3Y N Property Owner: APPALOOSA DEVELOPMENT 1_.P V. Septic System layout as installed: HICAP INFILTRATOR W V 10 CHAN LM FENCE Permit Number: 07723-14 NORTH WELL 1 W I TO OSW Y AREA FOR PROPSEO WAOING POOL ORrMAL QW (PERMIT N51114if ABANDONED' 24' $ GAL I vj J7 26' I !- PICNIC AREA � VdDOOPRWACY FENCE 1-- PARIQNGLOT Inspection conducted by: MARK RICH, D.R. #7075 Date: 04/24/2014 � l�75yD J� � r�! • 5a n a Fe br- Property Owner: MICHAEL DERTIEN Permit Number: 03028-03 V. Septic System layout as installed: -a• c TREr STR-u-' F IIOU+ TO FIELD WELL Inspection conducted by: MARK RICH, D.R. # 7075 Date: 03/12/2003 L703 %- n4u- Q br Property Owner: RAMON PORTER V. Septic System layout as installed: iVDk1Ii WFLE + 10 Permit Number: C0137-16 HI -CAP WILTRATOR Q-4 TOP 14, if0 �Ck Inspection conducted by: MARK RICH, D.R. #7075 Date: 08/18/2016 WELL ICU TO DRAINFIELD 55'TOS LOT LINE NORTH I �a 7�--N sin DRANVING 3 5(M)CA J'c or. Show cleanouts, lengths and types (solid, perforated, SB-2, Infiltrator, etc.) of all lines i, the septic system and include the locations and distances from the septic tank and drainfield to the following items on this property and adjacent properties: Water wells, underground cisterns 6 pump suction pipes, streams, ponds, lakes, water supply lines & property lines, sharp slopes, breaks, foundations, structures and surface improvements easement lines, soil absorption systems, swimming pools, and abandoned sewage disposal systems • I t *_-L _ �. - ----- • o f ---------------- r € , .Adopted 1-30-91 °-11 Revised 1-76-53 e is less than I acre)? OMMMMMMMMMM� Yes liv0ded: ific si:,v% age disposal plan prepared by RS. or PJE.: (Last) (First) I License no. OS 0036 ,e P.E. or RS.) Standards, Table III U7, �TL bedroow s ratt jLL gallons/da -as] and multi -family residential):] Water SuPPIN, . ...... MVO� 10 Square footage M daily water consumpt A i It (must be 24"> than proposed drainfield) Class Ib (suitable) Class IN' (unsui flable) D. Presence of other conditions %hieb wiH affect sul floes plain? No If yes, explain what precaution ation I ",-, 0 "log OXIM"Woomw "OWWWW', —'a"',ft, I OJ � 33 ..s r),,a 11 San Or Property owner: Jamey & Tracy Gregory Permit no TV. Septic system layout as installed: _ owei, Inspection conducted by: Mark Rich Date:_41-22-Q2 _^ A917 Fort Property Owner: Eddie Owens Permit No. 02427-02 V. Septic system layout as installed: T Inspection conducted by: Donnie Thorns. D.R. #7580 Date: 3/_ 5/02 ZO o .A� r 31Yr 410yl .� 01 , sz ,rl7dOd� ,r / O.1` Xf-7L, 3 5lyH IXY 17 OG'1 _ 4- -7VAO 0-&L!('16 I�goJ �a� • No Text U037- - 1-1 -1 Ac lo7lq Sanf&re R 111%9 'Pine- Grove Cd� es 61 k AK See .55 7r )m L L. , > AC: I /I -Ctv,,. " 60. 1, 'T I / I cw tee,, M) 0 sFa0 )a -Hp it �-)J- L `7 ON V r I IL r' n v .r �;� � 3 �a1� ra (��. fir:• PROPERTY OWNER 4• ?, `•r`'1.Gr�� PERMIT # 3�"i f�' -W=' p. 5 r ini Draw 4 diagram of the disposal system as ihouseledroperty�lines��poolsCating location of tank, drainfield, water well, , p outbuildings, driveways and walkways, etc. Include distances. Use reverse side, if necessary. E_7 } Revised 1-30-91 L SS F 3a S R 11�)13 Property Owner: CORY BILLS V. Septic System layout as installed: NORTH 114 Permit Number: CO270-18 Mice Emery Ck K 1419 6725 Santa Fe Or 413116 RtS 6800 Cary gills LUBBOCK CM -COUNTY HEALTH DEPAF DUMC PRIVATE SERE DISPOSAL CERTIFICATE OF COMPLIANCE DATE 6-1-84 PST NO. 5219-84 LOCATION Pine Grove Lot #106 NAME Doug Hubbard THIS IS TO CER'iM THAT THIS SEOM DISPOSAL SYSTEM HAS BEEN DESIGNED AND INSTALLED IN COMPLIANCE WITH THE STANDARM SPECIFIED IN: Lubbock County ResolutiOn No. 75-R-5. iNSPDCTED BY: - rf , ire /� •f9t+'_`� % a 'c" m v 2 �X.L . a. C) 3 5 5ao JCL re j r 'e- 15, c-an LUBBOCK CITY. -COUNTY HEMTH DEPARTMIENT PRIVATE 'SEWAGE DIF3POSAL CERTIF7CATE, OF COMPLIANCE. DATA 3-8-83 PIMMIT 1-10. 2754-8,3 LOCATI QN Pine aove Addition Z?22 3 c-A MUM Ed Johnso TH±3 -Is To ammy THAT TH11.9 SEWAGE DISPOSAL SYSTM W BM DESIGNED AND 11ISTALLED IN C01PLIANCE 14M THE STANDAIWI Spr4CI17ED IN INSPECTED BY �DO9 5or�7a Fc WELL 100'+ TQ DRAINFIELD NORTH UTILITY POLES �t-?�tiLr LUBBOCK CITY-COLWY HEALTH DEPAR711OU PRIVATE SEWAGE DISPOSAL CERTIFICATE OF CaeLTANCE DATE I2-4-64 PST NO. 3934-83 LOCATION Pine Groves NAME Bob Sanderson THIS IS TO CER= THAT THIS SENAGE DISPOSAL SYSTEM HAS BEEN DESIGNED AND INSTALLED IN COMPLIANCE WITH THE STANDARDS SPECIFIED IN: Lubbock County Resolution No. 75 R-5. INSPECTED BY: J � � .J ��Q /9 /•• Cis 1 • + ' �.;1 . L{ 1 5)D6 r1 t u3 So n+a Fe br- /l OJ In 24 \�o lyqvt r c-x-x.' Property Owner: Chet Pharies gi� "1 f) 5 Safi �0 re Pf- 36' to N. lot lin( 1250 4' ` s� W.P.L. gal.conc. 6 1 /2�t° W.P.L. Inspection conducted by: Mark Rich, R.S. W C.O. Permit No.: 01541-00 well 100'+ to drainfield Date: May 24, 2000 Vl\�A711L` UL' t1�AW0jr Z;VZJLl 1 t111 L1VrxAA-. .i - CONSTRUCTION PERMIT NO. e0684049 /f Check No. 4949 Authorization to Construct Date; 1 1. Property owner's name: 2. C rent mailing address: Check if mailing address is different from site location 3. Telephone number: A K Home 4. Legal description: 3 5 �— 2 Block Section LptRY0aZDo. No. of Acres L.C.A.D.# R 5. Variance requested? _ Yes Jef No Unplatted subdivision - date lot subdivided: Platted subdivision - date of site specific sewage dis os 6. Directions (and address, if applicable) to site: — 4 7. Builder's or agent's name: (First) (Middle) 7V Subdivison name, if applicable Gj le",�%� t) (First) (Work hone no.�,, 8. Installer's name: L J - ,. l osst 'I E� r'Y License no. �% " 9. Designer's name, if applicable (must be P.E. or R.S.) 1V Reg no. 10. Water usage rate from Construction Standards, Table III Water -saving devices? t-�Yes No Water Supply: Private ( ) Single-family residential: No. of bedrooms Square footage of living area Usage rate gallons/day ( nstitutional (includinglommergial anjf mul family residential): Type of facility Q_��'�_� aGl • Estimated daily water consumption 11. Site evaluation and soil analysis Public o206 gallons A. Depth to bottom of test hole or pit (must be 24"> than proposed drainfield) K" inches Y B. Soil texture: Class Ia (unsuitable) Class Ib (suitable) Class II(suitable) Class III (suitable) Class IV (unsuitable) C. Presence of hard caliche deposits? AIQ D. Presence of other conditions which will affect suitability, size, or location of system?� If yes, please explain E. Is the site located in the 100-year floodplain? If yes, explain what precautions will be taken to prevent tank flotation and environmental contamination F. Site evaluator's name _1/2 ; -Avo —.L_� 12. Tank size and License no. t:/ 13. Drainfield: Leaching chambers PVC & Gravel Gravelless Other: 14. Total drainfield area: S = square feet -75c::1 a-az . 15. Please include drawing of septic system layout on back of this sheet noting location and distances of wells, property lines, foundations, surface improvements, abandoned sewage disposal systems, easement lines, swimming pools, ponds/lakes, sharp slopes, drainage ditches, direction of and % slope, soil evaluation boring locations, and scale of drawing. I CERTIFY THAT THE ABOVE STATEMENTS ARE TRUE AND CORRECT. AUTHORIZATION IS HEREBY GIVEN TO THE LUBBOCK COUNTY DESIGNATED REPRESENTATIVE(S) TO ENTER UPON THE ABOVE DESCRIBED PRIVATE PROPERTY FOR THE PURPOSE OF LOT EVALUATION AND INSPECTION OF ON -SITE SEWAGE FACILITIES. 16. Signature of owner or agent Date U O " �/ e, 1 -r�- r at-L-,> V1N-31IJu J VV lYL' 1'A1.1L11 I AYYL1t,A11VIN AINL CONSTRUCTION PERMIT NO.W1 Jam' 1d Check No. * 5.3 Z Authorization to Construct Date: — L? Property owner's name: ���/U %� �%�////"/'�� /—/ (Last) (First) (Middle) 2. Current mailing address: - - Check if mailing address is different from site location 3. Telephone number: L a13ozr e., - TX 75-- v/7,y Home 4. Legal description: ►✓ 1Z I Block Section Lot/Tract No. No. of Acres L.C.A.D.# R 5. Variance requested? _ Yes No Unplatted subdivision - date lot subdivided: Platted subdivision - date of site specific sewage disposal plan prepared by 6. Directions (and address, if applicable) to site: 7,/I a -SldAT Flo 7. Builder's or agent's name: 8. Installer's name: 9. Designer's name, if applicable (must be P.E. or 0219,9 Work lots& Cy-ove. ics+aies Subdivison and date platted R.S. or P.E.: (First) ID rkphe o.) License no. (J .J Reg no. T3�,p G1� IC 10. Water usage rate from Constryetfon Standards, Table III Water -saving devices? VV on No Water Supply: f/ Private Public ( ) Single-family residential: No. of bedrooms Square footage of living area Usage rate gallons/day (111ustitutional (including com rcial and multi -family residential): Type of facility T Estimated daily water consumption I gallons 11. Site evaluation and soil analysis A. Depth to bottom of test hole or pit (must be 241'> than proposed drainfield) jg�ainches _ B. Soil texture: Class Ia (unsuitable) Class Ib (suitable) Class II(suitable) !// :_ Class III (suitable) -� Class IV (unsuitable) C. Presence of hard caliche deposits— /v D. Presence of other conditions which wil affect suitability, size, or location of system? If yes, please explain E. Is the site located in the 100-year floodplain (determined from FEMA maps)? If yes, explain what precautions will be taken to prevent tank flotation & environmental contamination F. Site evaluator's name /Ll c—" L _ —X-7_ M -1* License no. 12. Tank size and manufacturer: l 13. Drainfield: Leaching chambers PVC & Gravel Gravelless Other• 14. Total drainfield area: square feet 15. Please include scale drawing of septic system layout on back of this sheet noting location and distances of wells, property lines, foundations, surface improvements, abandoned sewage disposal systems, easement lines, swimming pools, pondsllakes, sharp slopes, drainaee ditches, direction of and % slope, soil evaluation boring locations, and scale of drawing. I CERTIFY THAT THE ABOVE STATEMENTS ARE TRUE AND CORRECT. AUTHORIZATION IS HEREBY GIVEN TO THE LUBBOCK COUNTY DESIGNATED REPRESENTATIVE(S) TO ENTER UPON THE ABOVE DESCRIBED PRIVATE PROPERTY FOR THE PURPOSE OF LOT EVALUATION AND INSPECTION OF ON -SITE SEWAGE FACILITIES. 16. Signature of owner or agent f' Date LUBBOCK COUNTY OSSF SOIL EVALUATION FORM Property owner: —0- Site Location/Address: Name of Site Evaluator: / C Registration No. 13- `— Date Site Evaluation Performed: 5— — ; 10 Proposed Depth of Excavation: inches *At least two soil evaluations must be performed on the site, at opposite ends of the proposed disposal area. *Soil evaluations must be performed to a depth of at least two feet below the proposed excavation depth. *Please describe each soil horizon and identify any restrictive features in the space provided below. Draw lines at the appropriate depths. Soil Boring No. Depth Textural Class Structure Drainage Mottles/ Restrictive Comments (inches) (if applicable) Water Table? Horizon? 0- 12- 24 - 36 - 48 - 60 - 84 - Soil Boring No. Depth Textural Class Structure Drainage Mottles/ Restrictive Comments (inches) (if applicable) Water Table? Horizon? 0- 12- 24 - 36 - 48 - 60 - 84 - �fy U-SROCK ,ITY-COU4TY HEALTH DEPARTMEMT P'IVATE SE14AGE DISPOSAL COVSTRUCTION PERAIT DATE 2 q' � / LOCATION . !�_�' 24 ile ' / f 9 FAME , 1 ec c 'r M, BEDR00'!S SIZE OF LOT SIZE AND TYPE OF SEPTIC TAMK% C/- % So�p/y/ PERCOLATION TIME AREA REnt3-IRED 2 2 /5.. THIS PROMSED INSTALLATION MEETS THE STANDARDS SPECIFIED IN LUBBOCK CO. RES. NO. 75-R-5 A permit for a pr'ivaCe sewage disposal system shall mt become Pffect?v: until the installation is completed to the s?tVsf_icti(n 0* the Inspector. He shall be allowed to inspect the lv,u'k a any stage of construction and in any event, the applicant for the permit shall notify the Inspector when the work is reader for final inspection, and before any underground portions are- ce,.,-e!-ed. inspection shall be made within for ty-E T tI JU hccu- 1e ecei pt of, tice by the Inspector. SITE INSPECTION BY PEPMIT NP . 0076 INSTALFEE PAID $ 20.00 a LUBBOCK CITY -COUNTY HEALTH DEPARTMENT PRIVATE SEWAGE DISPOSAL CERTIFICATE OF COMPLIANCE DATE February 3. 1981 PERMIT NO. 0076 LOCATION Co. Rd. 70 & 16, .1 East on North side NAME A.B. Service THIS IS TO CERTIFY THAT THIS SEWAGE DISPOSAL SYSTEM HAS BEEN DESIGNED AND INSTALLED IN COMPLIANCE WITH THE STANDARDS , SQECIFIED IN: Lubbpc-k Cnunty Resolution No. 75-R-5. INSPECTED BY: SF ,tA,-Cl �iJSNJA- --T22M -a. - t,,) rmAtl, E5 -IS - 10 t- -LL ).LAE l q 10 NOTICE OF APPROVAL TO OPERATE ON -SITE SEWAGE FACILITY (OSSF) THIS SERVES TO NOTIFY ALL PERSONS THAT THE ON -SITE SEWAGE FACILITY OWNED BY ERNIE GENEVA GP, LLC. LOCATED AT 7113 SANTA FE DR. IN LUBBOCK COUNTY, TEXAS HAS SATISFIED DESIGN, CONSTRUCTION, AND INSTALLATION REQUIREMENTS OF LUBBOCK COUNTY. THEREFORE, LUBBOCK COUNTY LICENSE NUMBER: 06383-10 IS HEREWITH ISSUED TO ERNIE GENEVA GP, LLC. FOR THE OPERATION OF THE ABOVE IDENTIFIED ON -SITE SEWAGE FACILITY. THIS DISPOSAL AREA IS DESIGNED AND SIZED TO TREAT AND DISPOSE OF A MAXIMUM WASTEWATER FLOW OF 100 GALLONS PER DAY OF RESIDENTIAL STRENGTH WASTEWATER. ANY MODIFICATIONS TO THE STRUCTURE OR SYSTEM COMPONENTS MAY REQUIRE A NEW PERMIT. Inspected by: Mark Rich, D.R. #7075 Date: 5/18/10 Lubbock County ON -SITE SEWAGE FACILITY INSPECTION REPORT Installation Date: 05/18/2010 Permit Number: 06383-10 Installer: TOM EMERY License Number: 28036 Property Owner: ERNIE GENEVA GP., LLC. Address: C/O HALLMARK & ASSOC. INC 8008 SLIDE RD, TX 79424 Subdivision: PINE GROVE ESTATES Lot/Tract(s): B Acreage or size of lot: 2 ACRES Site Location: 7113 SANTA FE DR Variance ? X No Yes Details: 1. Sewerline: meets minimum standards and design criteria? Yes X No comments: EXISTING SEWERLINE II. Septic Tank: A. Type of tank: B. Minimum tank capacity required: 0 gallons C. Actual tank capacity: 0 gallons D. Manufacturer's Name: Address: E. Meet minimum standards and design criteria? Yes X comments: EXISTING TANK Ill. Drainline from septic tank to drainfield: Meets minimum standards and design criteria? Yes X comments: 3" SCH 40 IV. Drainfield: A. Type of drainfield: G,C,R B. Area required: 0 square feet C. Area installed: 400 square feet D. Meet minimum standards and design criteria? Yes X comments: GRAVELLESS; 28" DEEP TRENCH No No No Block: Section: r � V Property Owner: ERNIE GENEVA GP., LLC. Permit Number: 06383-10 V. Septic System layout as installed: MMI 100'+ T9--'' J DRAINFIELD SHOP BLDG. Inspection conducted by: MARK RICH, D.R. #7075 Date: 05/18/2010 V , . If 0 I S� �' 3`90 LUDDVl,l1 %-MUIN I I OSSF SOIL EVALUATION FORM Property owner: Site Location/Adi Name of Site Evaluator: 40, h�a /Yt r y Registration No. D-5 II 36-0 Date Site Evaluation Performed:. Proposed Depth of Excavation: inches *At least two soil evaluations must a performed on the site, at opposite ends of the proposed disposal area. *Soil evaluations must be performed to a depth of at least two feet below the proposed excavation depth. *Please describe each soil horizon and identify any restrictive features in the space provided below. Draw lines at the appropriate depths. Soil Boring No. —L` Depth Textural Class Structure Drainage Mottles/ Restrictive Comments (inches) (if applicable) Water Table? Horizon? 0- 12- 24 - 36 - 48 - 72 - 84 - Soil Boring No. Depth Textural Class Structure Drainage Mottles/ Restrictive Comments (inches) (if applicable) Water Table? Horizon? 0- 12- 24 - 36 - 48 - 72 - 84 - Vol jol av wi)i,4 11 0 e� I ck, s�ep' NOTICE OF APPROVAL TO OPERATE ON -SITE SEWAGE FACILITY (OSSF) THIS SERVES TO NOTIFY ALL PERSONS THAT THE ON -SITE SEWAGE FACILITY OWNED BY ERNIE GENEVA GP, LLC LOCATED AT 7111 SANTA FE DR. IN LUBBOCK , TEXAS HAS SATISFIED DESIGN, CONSTRUCTION, AND INSTALLATION REQUIREMENTS FOR THE CITY OF LUBBOCK THEREFORE, THE CITY OF LUBBOCK LICENSE NUMBER: 06809-11 IS HEREWITH ISSUED TO ERNIE GENEVA GP, LLC FOR THE OPERATION OF THE ABOVE IDENTIFIED ON -SITE SEWAGE FACILITY. THIS OSSF IS DESIGNED AND SIZED TO TREAT AND DISPOSE OF A MAXIMUM WASTEWATER FLOW OF 200 GALLONS/DAY ANY MODIFICATIONS TO THE STRUCTURE OR SYSTEM COMPONENTS MAY REQUIRE A NEW PERMIT. Inspected by: MARK RICH, D.R. #7075 Date: 08/19/2011 LUBBOCK COUNTY ON -SITE SEWAGE FACILITY INSPECTION REPORT Installation Date: 08/19/2011 Permit Number: 06809-11 Installer: MIKE EMERY License Number: 2535 Property Owner: ERNIE GENEVA GP, LLC Address: PO BOX 53516 LUBBOCK, TX 79453 Subdivision: PINE GROVE ESTATES Lot/Tract(s): TR B Acreage or size of lot: 2 ACRES Site Location: 7111 SANTA FE DR. Variance ? X No Yes Details: I. Sewerline: meets minimum standards and design criteria? Yes X No comments: 3" SCH 40 Block: AK Section: 35 II. Septic Tank: A. Type of tank:POLYTHYLENE B. Minimum tank capacity required: 750 gallons C. Actual tank capacity: 1250 gallons D. Manufacturer's Name: NORWESCO Address: NORWALK, OH E. Meet minimum standards and design criteria? Yes X No comments: 750 GAL TANK; 30" TO TOP OF TANK, 24" RISERS TO 4" BELOW SURFACE 500 GAL TANK EXISTING III. Drainline from septic tank to drainfield: Meets minimum standards and design criteria? Yes X No comments: 4" SCH 40 IV. Drainfield: A. Type of drainfield: G,C,R B. Area required: 800 square feet C. Area installed: 800 square feet D. Meet minimum standards and design criteria? Yes X comments: GRAVELLESS; 60" DEEP TRENCH No Property Owner: ERNIE GENEVA GP, LLC Permit Number: 06809-11 V. Septic System layout as installed: WELL 11-\ 0 r, ^ EXISTING 750 GAL CONC� 6 5 " D Ez F F 'RENCH NORTH Inspection conducted by: MARK RICH, D.R. #7075 Date: 08/19/2011 '�' "o —_ I I J v Ro r-I i 1 i W) �a fe- IC Property Owner: ERNIE GENEVA GP, LLC V. Septic System layout as installed: co WELL i00' ; TO DRWNFIEk� BLDG T5' 40' 15' TRAP C-0 I V �T EXISTING 750 GAL CONC. 8' GRAVELLESS 1000 GAL 'OLY 17, 55' TRENCH Permit Number: 06809-11 NORTH Inspection conducted by: MARK RICH, D.R. #7075 Date: 08/19/2011 11 cvJJr - i/�-a�L-,4 do �bDp LUBBOCK CITY-COU1TY HEALTH DEPARTMENT PRIVATE SEWAGE DISPOSAL CERTIFICATE OF COMPLIANCE DgE February 3. 1981 PERMIT NO. — OU76_---- LOCATIO'I-Co,Rd. 70 & 16 .1 East on North side NAME A.B. Service THIS IS TO CERTIFY THAT THIS SEWAGE DISPOSAL SYSTEM HAS BEEN DESIGNED AND INSTALLED IN COMPLIANCE WITH THE STAf1DARDS SEECIFIED IN: Lubbok County Resolution No. 75-R-5. INSPECTED BY: V ! .> f ! -ice- L)g15,10 111,55 )Cwia bf PropZne'�LRNIE e4 GENEVA GP., LLC. Permit Number: O6383-10 V. Septic System layout as installed: auEu 1OV+ TO-,-,), E� GRAINFIELD SHOP BLDG. Inspection conducted by: MARK RICH, D.R. #7075 Date: 05/18/2010 Ir ,. Ir Appendix B: Letters of Agreement CONCURRENCE LETTER FOR 66T" STREET CHANNEL DRAINAGE IMPROVEMENTS PROJECT Date: L2, o -,7~ - —;; -- Parcel Nos: 74 and 74-A, a5 further depicted and described on attached Exhibit "A", attached hereto and made part hereof (hereinafter referred to as the "Property") Owner: BAR -BELL HOLDINGS, LLC, a Texas Limited Liability Company Eddie Bell, Manager 7106 82'.d Street Lubbock, Texas 79424 (806) 853-7306 edciieciaiEbWIIEu: -email Document Types: Parcel No. 74-- Special Warranty Deed Parcel No. 74-A— Street and Public Use Dedication Deed Consideration: $574,675.00, subject to final approval by the City of Lubbock's City Council and further subject to approval of title. Special Provisions: (1) Adequate Materials. During construction of the 66th Street Channel Drainage lmprovements Project from Playa 100 to Playa 039A (the "661" Street Project"), the City of Lubbock (the "City") will excavate materials from within the limits of the Property. The City will have such excavated materials tested by an independent third party (such independent third party to be selected by the City in the City's sole discretion) to determine if such materials meet the requirements of the City of Lubbock's Code of Ordinances (the "Code"), including but not limited to Chapter 38.07, in addition to the approved plans for the 66th Street Project. The materials deemed to meet the requirements of the Code by the independent third party shall be referred to herein as the "Adequate Materials." The City hereby agrees that the City will place the Adequate Materials onto the Owner's 45.113 acre tract of land described in County Clerk File Number (CCFN) 2008031828, Official Public Records, Lubbock County, Texas (OPRLCI"), less Parcel No. 74 and Parcel No. 74-A (the "Remainder"); provided, however, and notwithstanding anything contained herein to the contrary, such Adequate Materials shall only be placed on portions of the Remainder that are situated above the existing flood zone. Bar -Bell Holdings, LLC ("Bar -Bell") acknowledges Page 1 of 4 and understands that the Adequate Materials shall not be placed on any portion of the Remainder that is currently in the flood zone, whether by the City, the City's agents, Bar -Bell, Bar-Bell's agents, or any other party. Bar -Bell also acknowledges and understands that portions of the Remainder that are situated above the existing flood zone may not accommodate all Adequate Materials, and therefore, the City is under no obligation to, and will not, place any Adequate Materials onto the Remainder that the Remainder cannot accommodate. The amount of Adequate Materials the City or its agent will place onto the Remainder pursuant to the terms herein shall be determined by the City, in the City's sole discretion. Notwithstanding anything contained herein to the contrary, Bar -Bell hereby acknowledges and understands the City is under no obligation to, and will not, place any excavated material from the Property onto the Remainder that the independent third party determines does not meet the requirements of the Code and the approved plans for the Project. Bar -Bell acknowledges and understands that the City is not guaranteeing that all material excavated from the Property will meet the requirements of the Code and the approved plans for the Project. Should any excavated materials or Adequate Materials not be placed on portions of the Remainder in accordance with the terms stated herein, the City, in its sole discretion, shall have the option to either dispose of such excavated materials or have such excavated materials disposed of. Bar -Bell further acknowledges and understands that the City will make no effort, and is under no obligation, to spread, compact or level any Approved Materials from the Property that are placed onto the Remainder. (2) Reclamation of Parcel 74. To the extent allowed by applicable law, the City hereby waives its right to reclaim any portion of Parcel 74 and assigns and transfers all of the City's right(s) to reclaim the playa lake reclamation area attributable to Parcel 74, as defined by the Code, including but not limited to Chapter 38.07, to the Remainder. Bar -Bell acknowledges and understands the City is under no obligation to participate or bear any expenses related to any future playa lake reclamation for the Remainder. Any future playa lake reclamation for the Remainder shall meet the requirements of the Code, including but not limited to Chapter 38,07. For avoidance of doubt, the transfer of the City's right to reclaim any portion of Parcel 74 herein shall not transfer title to Parcel 74 to Bar -Bell or any other party, (3) Bar-Bell's Excavation of Additional Material from Parcel 74. To the extent allowed by applicable law, and subject to terms and conditions as stated herein, the City agrees to allow Bar -Bell the right to excavate additional materials from Parcel 74, as may be necessary to reclaim portions of the Remainder pursuant to Special Provision (2) above. However, Bar -Bell acknowledges and understands that, prior to any excavation of additional material from Parcel 74, Bar -Bell must submit to Page 2 of 4 the City a cut and fill plan in accordance with the Code and further acknowledges and understands that the City must approve such cut and fill plan prior to Bar- Bell's excavation of additional material from Parcel 74. Bar -Bell acknowledges and understands that the City shall have sole discretion to approve or deny the manner, method, and timing of Bar-Bell's excavation of additional material from Parcel 74; however, the City acknowledges that approval will not be unreasonably withheld from Bar -Bell, provided the playa lake cut and fill plan submitted for approval meets the requirements of the Code, including but not limited to Chapter 38.07, and further, that Bar-Bell's excavation will not interfere with the City's, or the City's agent's(s') construction of the Project. Bar -Bell agrees that Bar -Bell will not begin any excavation (or any preparatory work of such excavation, save and except the work necessary for Bar -Bell and/or its authorized agents to prepare the cut and fill plan as required herein) until the City approves Bar-Bell's cut and fill plan, and the manner, method, and timing of Bar-Bell's excavation. Bar -Bell acknowledges and understands the City is under no obligation to participate or bear any expenses related to any future playa lake reclamation for the Remainder, and will not bear such expenses. (4) No Obstructions. Bar -Bell acknowledges and understands that it shall not construct any temporary or permanent wells, buildings, structures, signs, obstructions, trees, shrubs, or fences, or other facilities or improvements of any kind ("Unpermitted Structures") on the Property, nor shall Bar -Bell allow any Unpermitted Structures to be constructed on the Property. Bar -Bell further acknowledges and understands that it shall not store any materials, equipment, vehicles, heavy machinery, or any similar item ("Unpermitted Items") on the Property, nor shalt Bar -Bell allow any Unpermitted Items to be stored on the Property. if any (i) Unpermitted Structures are hereafter constructed or allowed to be constructed, or (ii) Unpermitted Items are hereafter stored or allowed, by Bar -Bell on the Property without prior written consent of the City, then the City shall have the right to remove any Unpermitted Structures and Unpermitted Items, and Bar -Bell agrees to pay to the City the reasonable actual costs of such removal. if Bar -Bell (i) constructs or allows any Unpermitted Structures on the Property, (ii) stores or allows any Unpermitted Items on the Property, or (iii) fails to comply with the Code or the City's requirements and/or direction pursuant to Special Provision 3 directly above, Bar-Bell's right to excavate additional material from Parcel 74shall immediately terminate. {5J Survival. Unless expressly agreed to in writing by Bar -Bell and the City, the obligations under this Concurrence Letter shall survive the closing, and transfer, of the Property and shall not be merged into any warranty deed from Bar -Bell to the City relating to the Property. Page 3 of 4 Owner confirms receipt of the following: 1. Copy of The State of Texas Landowner's Bill of Rights; 2. Right of Entry Agreement signed by Owner; 3. Acquisition confirmation letter from Bigbee & Curtis, LL.P dated August 2023; 4. Appraisal Report for a portion or portlons Parcels 74 and 74-A by Tommy Cantrell Appraisal Company, Inc.; and 5. Survey Plat and Legal Description of Parcels 74 and 74-A by Hugo Reed & Associates, Inc. Closing Agent: Western Title 4202 84"' Street Lubbock, Texas 79424 Concurrence: BAR -BELL HOLDINGS, LLC, a Texas Limited Liability Company By. ., Printed Name: Cd ie /% e L �J Title: 1 / 14/V 4-(, CITY OF LUBBOCK, TEXAS, a Home Rule Municipal Corporation By: Printed Name: Title: Page 4 of 4 After recording return to: Bigbee & Curtis, LLP, A.O. Box 53068, Lubbock, Texas 79453 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. SPECIAL 'WARRANTY DEED Date: Grantor: Bar -Bell Holdings, LLC, a Texas Limited Liability Company Grantor's Mailing Address (includingeounty): 7106 82nd Street Lubbock, Lubbock County, Texas 79424-4707 Grantee: City of Lubbock, "Texas, a Home Rule Municipal Corporation Grantee's Mailing Address (including county): P.O. Box 2000 Lubbock, Lubbock County, Texas 79457-0001 Consideration: For and in consideration of the sum of TEN AND NO/ 100�' DOLLARS ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. Property (including any improvements): Metes and Bounds Description of a l 9.246-acre parcel located in Section 31. Block AK, Lubbock County, Texas, being a portion of that 45.1 13-acre tract described in County Clerk File Number (CCFN) 2008031828, Official Public Records, Lubbock County, Texas (OPRLCT), said 19.246 acre tract being further described as follows: BEGINNING at a P2" iron rod with yellow cap inarked'HUGO REED & ASSOC' found (N=7,260,409.29',E=909,31425') in the North line of said Section 31, Block AK, Lubbock County, Texas, and in the South line of that 55.00-foot Gas Line Easement granted in CCFN 2016002495, OPRLCT, in the East line of said 45.113 acre tract and in the West line of that 14.74-acre tract described in Volume 7591, Page 218, OPRLCT, which bears N. 88' 12' 14" W. a distance of 899.97 feet and S. 01 ° 49' 56" W. a distance of 55.00 from a railroad spike found at the Northeast corner of said Section 31 for the Northeast corner of this parcel; THENCE S. 01 ° 49' 56" W. along the East line of said 45.1 13-acre tract and the West fine of said 14.74-acre tract a distance of 1141.17 feet to a 1/2" iron rod found in the Northwesterly right-of-way line of the Lubbock and Western Railroad as described in Volume 5007, Page 207, OPRLCT, at the most Easterly Southeast comer of this parcel; THENCE S. 550 44' 16" W. along the Southeast line of said 45.113-acre tract and the Northwesterly line of said Lubbock and Western Railroad right-of-way a distance of 356.32 feet to a 1/2" iron rod with yellow cap marked "HUGO REED & ASSOC" found at the Northeast corner of that 104.70-acre tract described in CCFN 2021053674, OPRLCT, and the most Southerly Southeast comer of this parcel; THENCE N. 880 09' 52" W., along the North line of said 104.70-acre tract a distance of 355.06 feet to a 1/2" iron rod with yellow cap marked "HUGO REED & ASSOC" set for the Southwest corner of this parcel; THENCE N. 01" 49' 56" E. a distance of 1350.66 feet to a 1/2" iron rod with yellow cap marked "HUGO REED & ASSOC" set in the South line of said 55.00-foot Gas Line Easement for the Northwest cornet- of this parcel; THENCE, S. 88c 12' 14" E., 55.00 feet South of and parallel with the North line of said Section 31.. Block AK, a distance of 642.98 feet to the Point of Beginning. Containing 19.246 acres (838,368 sq. ft.) of land, more or less. The Property is further depicted on Exhibit A, attached hereto and made a part hereof. Reservations froin Conveyance: None. Exceptions to Conveyance and Warranty: Liens, if any, described as part of the Consideration and any other liens described in this Deed as being either assumed or subject to which title is taken; validly existing casements, rights -of -way and prescriptive rights. whether of record or not; all presently recorded and validly existing restrictions, reservations, covenants, conditions, oil and gas leases, mineral interests and water interests outstanding in persons other than Grantor, and other instruments, other than conveyances of the surface fee estate, that affect the Property; validly existing rights of adjoining owners in any walls and fences situated on a common boundary; any discrepancies, conflicts or shortages in area or boundary lines; any encroachments or overlapping of improvements; all rights, obligations and other matters arising from and existing by reason of Lubbock County authority; and taxes for2023 to present, which Grantee assumes and agrees to pay, and subsequent assessments for that and prior years due to change in land usage, ownership or both, the payment of which Grantee assumes. Grantor, for the consideration and subject to the Reservations From and Exceptions to Conveyance and Warranty, grants, sells, and conveys to Grantee the property, together with all and singular the rights and appurtenances thereto in any wise belonging, to have and to hold it to Grantee, Grantee's heirs, executors, administrators, successors or assigns forever. Grantor hereby binds Grantor and Grantor's heirs, executors, administrators and successors to warrant and forever defend all and singular the Property to Grantee and Grantee's heirs, executors, administrators, successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, except as to the Reservations From and Exceptions to Warranty, when the claim is by, through or under Grantor, but not otherwise. When the context requires, singular nouns and pronouns include the plural. This document may be executed in several counterparts, each of which will be considered an original For conveyance purposes. GRANTOR — BAR -BELL HOLDINGS, LLC, A TEXAS LIMITED LITV COMP7;�t6 �1f�� By. exGA131L Printed Name: Eddie Bell Title: Manager STATE OF TEXAS § COUNTYOF LUBBOCK § This instrument was acknowledged before me one , y!} ' i"�� '� 2023 by EDDIE BELL, as Manager of BAR -BELL HGLDINGS, LLC, a Texas Limited Liability Company. s N ARY PUBLIC, STATE OF TE __- N Lori Minnette Hoer man Notary Pabllt, State of Texas Notary 1D #13341945-1ommission Expires 1Q-28-2025 1,OCATI ON NIAP NOT'rO scAi.r YAREN'r TRACI 41 113 Acres DESCRIMON FOR PARCEL 74 S M LN ANDBOUNDS NDS DESCRIPTION of;, 19 24f-acre parcel Inenmd in Sermon I[. Lllock ,IK. LNbbotk County- Fes'Ai, bring a portico of that 45 113acre Iact descnhed ur Count} Clefk File Num6er(C:CFV) 2006ps N29. 011icial Public Rvcurdi Lubbock Cuuno, lexas IOPRLCI), aaid !9 244 acre van being Luither dusrribed as follows B rG1N\:NCI as a Ir_" Nun wd spcllu,v nap marked'llC'GU RE@R & iSSC1C' found I V-7,?p0A1P7 29', E-9t)9.t I 1 25'y m the Nw]h hnr of sail Sep inn J t, 61eck AF. Lubbock [ewuty, I zsas, and iu the Suwh Iinc od thin 55 pU-I WI G:Is I_uze Fasrmrnt Kranted in CCFl9 ?0luf1p2493, OpRLC'T, in the ll x line of said 45 t 13 acre Iraq ar+J in the Well lira Uf dial 14 74-acre Irau described in Volume 7591, Page 2 is, OPRLCi. which bears N Sg" IP l4" R' a dstance of 399-97 fca and S 41` 49' 5fi" IV A distance n( .5y 0U from u railroad spike round at the Nunheast comer nF said Srs:uon 31 (ur the lbrthcast Wrnes of this parcel. 'I)IEtiC'E S t77`-t9' Su^ �V- along the l:a.,, line unsaid 45 1 ] 3-acre tract anal the I5'esi line u(saiJ Id 74-acre tract a distance of 11-11 l71cel Ina 1 iron rQd faultd in the \onhSveslrrly iight�f-way line of the LLbScek anJ N7esteril Railioid 12" as described m \'ol.usre Sq(17, p'yde 207, OPRLC'I', at the 11WA E�slerly Seutheast wo,rr nrthis Nrr,ej. I IfF.\`Ci3 S 1, 44' 16" li' alcm, the $euthcasl ltna of said 45 113-acre tract and the Nwh,, cvled} Ime of Enid Lubbock and Wes(— Railroad nght-of-w>.v a distance d 356.321 feet m:r 1,2` iron rod with yellow cap markcA'M;GO REEL] & A5SOC^ (outJ ar the Vorllleast conic, of Char 104 70-acre,net desctibed ,, C(-FN 202105,674, (ORLCI and the 111W Sentherly Swth�,r corner of this pateal, I'HFVCE N' BB•WY 52" IV a3:m6 the hnnh Hire of aaid I04 70aere Iact a Jisunce m1 3. i5 Ill,(eet 1. 1 1.2" iron Ind %ith yellow cop mArked "HUGO HEED & ASSOC" stt for rlec S-uhwest comer of this porccl, '1 HENCE N 41' aa' Sri" F a d.,i—i, of 13srr. r,o feet to a 112" inx—d with'v llo,s cap aW;hctl "HU'GO REED& ASSOC'srt is the South line of raid 55.p0-fcnt Gas Lull: Eaumcot fix the N.nhwesl corner oftho parcel- IIdENO- S. 98' 1 14" E., 55A0 ice, Sumh .Pond livalM will, ,he Nonh line unsaid Scctiun 31, Sloe, AA. a distance of 042 9S reel to the Yuinr of Hcgn,aing C:Maining Ili 24n aerrs (636,3ri6 silt ti-l of l'"dL enure a less. A6d6340FES _ _ Ctfh',c971.7Q�_.8'A 355.06 l�'a'1'e � N Clds parcel is suhyect to un 20 Cum Clndergrouud \°amral Gas Yrprlinr casc,nem (hat thi.+ sune)roe is unable m Iwaie as described in Vulume 1'_ I, L1-70 6e, G�ec Paer 26S, Deed Records, I. obi u L Ceuurl, Texas Aecorded arvosc—dsd dueamenis uthcr than rhnse shown on this sn—y may crisl and rucumbcr CCr7t eri7?vJ53era dtis pinpeny Ts;7l.�1 cTJ kF A1£ � 1''arcel 74 (,6'111 SIREETCHANNEL `' ," 4T'`f"` rs ..nu - 9 , h T (' a d,ux 5 t 1",3 PERLMEIT;RSURVEY OFA fg * mC 1t 'I nr ull7.Er nIG, 19.246 ACRF: I''IRCEL LCJ('AT$p 1\ DR-MNAGL' IMPROVE-MEN-r$ PROJI[C'1 ftiri, eNaX{-tsPti q n, r-n�.= I ,ordra.,„' s r ;-Ds s r'01 knit PROM PLAYA I00 TO PL.-kY+1 0;9A SEC[ -ION 31, BLOCK AK GF opJ LLlL3H(JC'IC COI.JT1'1'. .4ssrt $ur.csed an d,c pn+und June 2B, 2L27 19 345 Acres M 36a s4. It N- 7260,AIN 29' 66TH STREET I�'+eafr-a'-Nrr (STRIP PAVED) 'Q- prPe FK afa PARCEL ii C-7 ,,--I �,� , �A loci A i.y'' S o do IHUGD REED ANq gS50(:;IATES, INC. ri ,g r'I nsluphrt, Rsyirl.nsi Prof vionai - LAND 5LJftVEYORS tent XveriuE re /li%'L.rr� p/ �-�� CIVIL ENGIiIEER�$ t.0 JoCX E:W gaol I-aad SNn ur Nu. +I675tue of l-.s:u [:opy riFh12u'__,,Juan ReN .reel :tsrn.rxcs Inc p ,.loll �iRi7 r4acu.asr ��` re=7 H-NE it I a .l "a i LrCE 1) h van p.rU.1 n.ns a1.., rTl A�f'IVr -el.r .ihllLti NrIWbL'N, 11�aX VlA CfR rh'S,' i'L\�i STREET AND PUBLIC USE DEDICATION DEED THE STATE OF TEXAS COUNTY OF LUBBOCK s KNOW ALL, MEN BY THESE PRESENTS: THAT BAR -BELL HOLDINGS, LLC, a Texas Limited Liability Company, herein catled "Grantor,' for and in consideration of the sum of TEN AND NO/100 DOLLARS ($ 10,00) and other good and valuable consideration, to it in hand by the CITY OF LUBBOCK, TEXAS, a Home Rule .Municipal Corporation, does hereby dedicate to the public for public use forever and for street purposes, the following described tract of land situated in Lubbock County, Texas, as more particularly described in the attached Exhibit "A." -1 O HAVE AND TO HOLD this above -described premises, together with all singular the rights and appurtenances thereto in anywise belonging unto the said public forever so long as said premises are used for public purposes; WITNESS MY HAND on / '!,�Ij ; 2023. GRANTOR — BAR -BELL HOLDINGS, LLC, A TEXAS LIMITED LIABILITY COMPANY Bv:Ir Printed Name: Eddie Bell Title: Manager STATE OF TEXAS § COUNTY OF LUBBOCK § This instrument was acknowledged before me onl 2423, by EDDIE BELL, as Manager of BAR -BELL HOLDINGS, L aI� Texas Liability Company. NGT RY PUBLIC_ STATE OF TEXAS =ss2nExpilrSes ette Hoermanlic, State of Texas #13341945-1xpires 1a Z8-2t725 III PARENT TIr.A(7'j 45.117 AJ— f f / LOCATION MAP or ro �l _�1-E DESCRIMON FOR PARCE1. 74-A AIEfl S AID ROUNDS DRSCMMOrN of a 1141-acts Parcel located in Secliun 3 J. Rlu.k {K. Lubbock C-Mealy', Texas, h,11g a ponion of Ihal 4. 113�,,Lacl dcxcdhed In CdylrY Clerk Filr Nlnrlber 1CCFNI 200SQ31 e'S.. Official Public Records. Lubbock Couurp. Tezaf IOPRLC'I'3, being. Nrlhuf described W fidlmrs BEGINNING al a 1; 2" irwt rod wish yellow cap marked 'kIUGO REED ri ASSOCset (N-72G0.444 '8, RIII19.315.57`I to the Soudl line of that 40.W-fiaor Rr ght-of-Way dedicated by Cuntmissionccs Cu n IMinules dated Scpsernber 211• 1915, 10 tie East line of said 45 113. re tact and in file %vtm Iine ol'that 1-1.7.1-acre vacs described in Volunu 759I, Pa_e 218. OPRLC'1'. which bean V. 88' IT 14' W a dlaauue of 699 97 fret and S. 61' 49' 56" W a disl:urce of 20 W) feel from - railluad spike fwmd m the Ntxtht,ml comet ,1 said seetitn 11, 31ne4 AK. 1'or the Northeast turner of Ibis panel• TI NI'L'. S. 01- a9' 5W µ' aloae dm fiast Inte of said 4o 111-acre lest and the WrA Iv of said 14.74-acre tact a dlalanu OC34.W feet lu a lit" lane rod wide vellow cap makcd "I tUGO REED ,9: ASSOC'" Found at the Snmhcaa curter of This parcel, l HENCE N W 12' 14" µ- .55 00 Yea Souttl of-nd parallel to the North line of said Seniat 3 t. alone the South line of that ii.W-I'tmt Gas Line La, a nun des 61IcJ in C'C'FN 201f0R49S, OPRL.C'f- a distance ui Ia20 m5 feet to a I/3' iroa rod with oap marked'AMD ENGINLERING` fc rd ai nc� Soulh,resr comer rn-Ibis parceh THENCL N 01 ` 47' i3" le., along On, West line of acid 45 11- acre rrscr and the Eas: line of rhar 5 00-acre tract described in C'CFN Ml41144392. c1PRLCT, a dL=n.0 of 35 00 feet In ., i!' ton rxl wnh y'ellule eap marked "HUGO REED k ASSOC" set In the South lira of said 40 GD-fn Kighr-or-`,Vay, for the NunhRCe t caner of this parcel, front which a P2' iron rod fouled in refnence hears S i8° L a dislanue of 0.9 F y, THFNC'E S ae' 12' 14• 12. 20.1* fe,d Sawh of and parallel lu the Noah iioe of s;od Section 31. along nce Smyth fine of said 40 ao-fcvt Right-of-lYtr, a distance of 1420.66 fee, to the Pun, of Qe�mnirr� Cwuaining I. 1-11 acres 549,723 Yy. h. ) ofland. more or less. NOTF' Tfus parcel i„ Iliccl In an 20 four Uuderp tend Nauuml Gas Pip61110 CaSMLII111M this surregol is i=bl. to Joule as deacob'd in VMu lu1 I724, Page 2h+. Da-d Records. Luhbruk Counp,'f„nrs Recorded or u-tended douimenis other than hnso• slwwn oa this $n"Y may CIIIt and encund,ot Iles piopeng llsr el74-A 66THSi'iCLL'1'CHANNEL P'JAINIL-I"FR SURVLY UI. A DR-AINAGE lA' pR0 VF.MENTS PRO!EC'T I.1L1 I WRE: PARCEL LO('A'I ED IN FROM PL) A 100 YO PLAVA 039A SECT]ON 31. $LOCK AK L:OL3f3UC'K COUN'T•.. M.NAS 11 A CW Innphtr. Rc,nie,cd Frofra,il Land dal l'e�ar �a ±1G7 S4Yia el Tcxa, s sycxEr a r Er w .4� eefr�erorsa� ,csn+si'XEEr r..w-- GGTH STREET- .z- = iSTR>P PAVEIJ7 _ —rcw. a5. r."7 ACRES 81✓r-BELL hQvAc"5. CLC CCFjy Xr."(,K?8 ll:,:.-,.�.:I.-,.r•,.., vozrssrrysrr -r cAIR A I �il,�ex ES I ssa. is 1 i H;in-nes':rr r:lnll,: la the ?�i,:; l'�rtrt{nie1, S , teen­l Nnrrh C,:nlral LOn.. �,t t) x; I'ui 1, Lp,J, 21,1011 bts.ms end connl;natu axe s°Ir�:e.I: .S sw ,. Fc-I r'm6incd Snlc Fauar t uru24N5 Sans red an the grcand lug„ th, ,i,I j Line Tcble M j7�4 I I I I'gRCEL AL I I I i I I I I I I I i 1 I HUG❑ REED AND g550ClATE$. INC_ LAND SURVEYORS to71 Avsta.�e CIViL ENGINEERS-u8?o�k 7F+ s F01"shl 2021 lru`a eked and A,"I'Mr-,. 1, roe E- 9W.317.:T _ aa•,�fr_a. �. PA RCEL ;f ~- 2 �' / 1C,5LE 1'�2nrx LEGENu: - al.a„Frtn rxnrrx'I r — -�nlll hXf'r PI[rR,1tPi' — — • lia,ur�ri lg.ru ,lt'kLll nF:nl' p-xu-h.'kun 1'.fl Y . IYrBu';',4 atfak Vl.kt CCF%rYx:yrl'T tLrtk 1'ltr ar-arYek Ia-lrkl.nl: CoeaerT If\.,.: Appendix C: Preplat - Lubbock Southwest Municipal, Tracts A-D lent S.88' 12' 17'E 845.98' Tract", C 20.8 aces S. 01 '48'28 W. J.39' S. 88'09'52 "E_ .. 467. 15' S. S.88'12'17'E. Access 4321 26'E 194.59' Easement 7.09' R�. 20' Utility O � �1 �i. easement ryh 19 f j ��. ). e / EP / 1 p / / / e n),, 9 SO P Pdd�O �tafdtden �pp�� Notp cFn / 20 05' Reco 5 ZNot platted T. Kle V. 4070, P. 171 Record wner.• \ Danny Klein Page Intentionally Left Blank City of Lubbock TEXAS CONSTRUCTION PLANS FOR 66TH STREET CHANNEL DRAINAGE IMPROVEMENTS FROM PLAYA 100 TO PLAYA 039A � PAYN E 1AYOR FT ATKINSON MANAGER MAY 2024 CONSTRUCTION DRAWINGS MICHAEL G. KEEN DIVISION DIRECTOR CITY ENG BAILEY RATC ASSISTANT CIT' �--�FREESE PROPOSED CHANNEL ALIGNMENT 66TH STREET + V� PROPOSED PROJECT LI II `y Q PROJECT LOCATION MAP F UTILITY SYMBOLS LIGHT POLE SIGNAL POLE s� SIGNAL HANDHOLE/BOX 5e TRANSMISSION POLE ELECTRIC PEDESTAL GAS METER GAS TEST STATION FT GAS VALVE GAS VENT PIPE (GAS RISER) STORM SEWER INLET INL STORM SEWER MANHOLE STORM OUTFALL WASTE WATER CLEANOUT 0 WASTE WATER MANHOLE s SPUR 327 GENERAL 1 TITLE SHEET 2 SHEET INDEX, VICINITY MAP, LEGENDS A 3 GENERAL NOTES 4 HORIZONTAL ALIGNMENT DATA SHEET 5 DRAINAGE AREA MAP AND HYDROLOGIC 6 DRAINAGE CALCULATIONS 7 PARCELS WITH CHANNEL OBSTRUCTION 8-11 DEMO LAYOUT 12 PLAYA 100 CUT/FILL PLAN 13 EXCAVATION STOCKPILE PLAN 14-21 66TH STREET CHANNEL PLAN AND PROF 22-25 66TH ST CHANNEL TYPICAL SECTIONS 26 PLAYA/CHANNEL CONNECTION LAYOUT 27 SPEC DRIVEWAY CULVERT GRADING 28 SPEC DRIVEWAY CULVERT LAYOUT PAVING 29 SPEC DRIVEWAY LAYOUT 30 LOW WATER CROSSING TRAFFIC CONTROL 31 TRAFFIC CONTROL PLAN AND DETAILS 32-35 TRAFFIC CONTROL STANDARD DETAILS EROSION CONTROL 36-39 EROSION CONTROL PLAN CROSS SECTIONS 40-51 CROSS SECTIONS DRAINAGE DETAILS 52 MISCELLANEOUS DETAILS EROSION DETAILS 53-54 EROSION CONTROL DETAILS CITY OF LUBBOCK DETAILS 55-57 CITY OF LUBBOCK STANDARD DETAILS TXDOT DETAILS 58-59 PRECAST SAFETY END TREATMENT TYPE 60-61 PRECAST SAFETY END TREATMENT TYPE 62 PRECAST SAFETY END TREATMENT TYPE 63-65 SAFETY END TREATMENT 66-68 CONCRETE PAVEMENT DETAILS AST 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION E AT ALL TIMES APPROVED CONSTRUCTION PLANS AND COPIES OF :URRENT VERSIONS OF THE FOLLOWING REFERENCES: CITY OF 'ECIFICATIONS, TXDOT SPECIFICATIONS, TXDOT STANDARD DRAWINGS OR OTHER DOCUMENTS WHICH REQUIRE REVIEW BY THE CITY SUFFICIENTLY IN ADVANCE OF SCHEDULED CONSTRUCTION TO FOR REVIEW AND RESPONSE BY THE CITY. H A CONSTRUCTION SCHEDULE WITH WEEKLY PROGRESS REPORTS OR ANY DAMAGE TO EXISTING FACILITIES OR ADJACENT PROPERTIES DAMAGE TO EXISTING FACILITIES - EXCEPT AS CALLED FOR IN THE PLANS - L OR BETTER CONDITION BY THE CONTRACTOR AT NO COST TO THE CITY. iN EXISTING STREETS, DRIVEWAYS, ALLEYS, OR FIRE LANES OPEN TO EQUIPMENT OR OTHER CONSTRUCTION ITEMS ON ADJACENT E PRIOR WRITTEN CONSENT OF THE PROPERTY OWNER AND THE FH LANDOWNERS TO THE CITY. TRUCTION DEBRIS SHALL BE REMOVED AND DISPOSED OF OFFSITE F CONTRACTOR AT HIS EXPENSE. F ALL EXISTING LANDSCAPE IRRIGATION SYSTEMS. DAMAGE TO CAPE MATERIALS SHALL BE RESTORED TO EQUAL OR BETTER WHERE INDICATED ON THE PLANS. REPAIRS MUST BE PERFORMED )SSIBLE. 70 MAINTAIN A NEAT AND ACCURATE RECORD OF CONSTRUCTION 3, THE CONTRACTOR SHALL HAVE A DESIGNATED COMPETENT BILE FOR SUPERVISING THE WORK AND WHOSE DUTY IT WILL BE TO AND TO DIRECT ALL REQUIRED CONSTRUCTION SAFETY ACTIVITIES. TERIALS, TOOLS, RUBBISH, AND LEAVE THE CONSTRUCTION SITE 1. GRADE THE SURFACE AND RE-ESTABLISH DRAINAGE AND EROSION CONTROL. DETAILED PHOTOS TO THE OWNER DOCUMENTING THE CONDITION OF THE JT AND TEMPORARY EASEMENTS AND SURROUNDING AREA. CONTRACTOR E OWNER PRIOR TO THE START OF ANY CONSTRUCTION. ;BED AREAS WITHIN THE CONSTRUCTION SITE AS PER THE EASEMENT )IECT AND ANY OTHER REQUIREMENTS SHOWN ON THE PLANS. IF NOT EWAYS, FENCING, LANDSCAPING, ETC. SHALL BE RETURNED TO A ASTED PRIOR TO CONSTRUCTION. )ED AS SPECIFIED. CONTRACTOR SHALL ESTABLISH PERMANENT ASONAL PLANTINGS AS NECESSART WHEN TIME OF YEAR ERMANENT PLANTINGS. BLIC AND FRANCHISE UTILITIES SHOWN ON THE DRAWINGS WERE 4RE APPROXIMATE. THE CONTRACTOR SHALL DETERMINE THE ;ROUND UTILITIES PRIOR TO EXCAVATING, TRENCHING, OR ANY PRECAUTIONARY MEASURES TO PROTECT ALL LINES SHOWN FIES NOT OF RECORD OR NOT SHOWN ON THE PLANS. THE IONTACTING ALL PUBLIC AGENCIES AND FRANCHISE UTILITIES 48 i 1-800-344-8377) THE CONTRACTOR MAY BE REQUIRED TO EXPOSE THE CONTRACTOR WILL BE RESPONSIBLE FOR DAMAGES TO SLIGENCE OR FAILURE TO HAVE LOCATES PERFORMED. JES CROSSING THE TRENCH THAT ARE INDICATED TO BE REPLACED CURRENT STANDARDS, DETAILS, AND SPECIFICATIONS UNLESS D THE LENGTHS SHOWN IN THE PLANS. ING VALVES. CONTACT THE CITY'S PIPELINE MAINTENANCE -L BE ADJUSTED TO FINISHED GRADE. ;OUTH PLAINS ELECTRIC & XCEL ENERGY REGARDING SUPPORTING D TO CONSTRUCT THE PROJECT. ANY DAMAGED POLES OR GUY S SHALL BE REPLACED OR RELOCATED AS REQUIRED BY THE NNER. STEMS HAVE BEEN SHOWN ON THE PLANS. SEPTIC SYSTEM LEACH THE CONSTRUCTION SHALL BE RELOCATED BY THE CONTRACTOR IN iNS. CONTRACTOR SHOULD COORDINATE WITH AFFECTED PROPERTY FOR THE RELOCATION OF THE LEACH LINES OR SEPTIC TANKS. 3. TEXAS DEPARTMENT OF TRANSPORTATION AND LUBBOCK AND WESTERN RAILROAD ROW PROHIBITS ACCESS WITHIN ITS RIGHT-OF-WAYS. NO OBSERVATION HOLES OR EXCAVATION FOR EQUIPMENT RETRIEVAL WILL BE PERMITTED WITHIN TXDOT OR LUBBOCK AND WESTERN RAILROAD RIGHT-OF-WAY. STREET AND RIGHT OF WAY CONSTRUCTION 1. REPLACE EXISTING PAVEMENTS, CURBS, SIDEWALKS, VALLEY GUTTERS AND DRIVEWAYS DAMAGED OR REMOVED DURING CONSTRUCTION TO ORIGINAL OR BETTER CONDITION AND IN COMPLIANCE WITH CITY OF LUBBOCK DESIGN STANDARDS AND SPECIFICATIONS. 2. ADEQUATE DRAINAGE SHALL BE MAINTAINED AT ALL TIMES DURING CONSTRUCTION AND ANY DRAINAGE DITCH OR STRUCTURE DISTURBED DURING CONSTRUCTION SHALL BE RESTORED TO SATISFACTION OF OWNING AUTHORITY. 3. CONTRACTOR SHALL NOT IMPEDE TRAFFIC ON EXISTING STREETS, DRIVEWAYS, ALLEYS, OR FIRE LANES OPEN TO THE PUBLIC. TRAFFIC CONTROL 1. CONTRACTOR SHALL BE RESPONSIBLE FOR FURNISHING AND INSTALLING ALL TEMPORARY AND PERMANENT TRAFFIC CONTROL IN ACCORDANCE WITH THE MINIMUM REQUIREMENTS OF THE LATEST REVISION OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) AND TXDOT BARRICADE AND CONSTRUCTION STANDARDS. ALL BARRICADES, CHANNELIZING DEVICES, TEMPORARY SIGNAGE AND STRIPING ARE SUBSIDIARY TO THE TRAFFIC CONTROL PAY ITEM. 2. CONTRACTOR SHALL NOTIFY THE TRAFFIC DEPARTMENT AT LEAST 7 BUSINESS DAYS PRIOR TO ANY WORK, PROVIDE A CONSTRUCTION SCHEDULE AND NOTIFY THE TRAFFIC DEPARTMENT AT LEAST 48 HOURS PRIOR TO TRAFFIC SHIFTS. ALL TRAFFIC CONTROL COMPONENTS SHALL BE IN ACCORDANCE WITH 2O14 TXDOT STANDARD SPECIFICATIONS UNLESS OTHERWISE NOTED. 3. CONTRACTOR IS RESPONSIBLE FOR APPLYING AND RECEIVING A BARRICADE PERMIT FROM THE CITY AND COMPLYING WITH ALL OF THE ASSOCIATED REQUIREMENTS. 4. CONTRACTOR MAY PROPOSE ALTERNATIVE TRAFFIC CONTROL BY SUBMITTING A PLAN TO THE CITY FOR APPROVAL. 5. TEXAS STATE LAW, ARTICLE 1436C, MAKES IT UNLAWFUL TO OPERATE EQUIPMENT OR MACHINES WITHIN 10-FEET OF ANY OVERHEAD ELECTRICAL LINES UNLESS DANGER AGAINST CONTACT WITH HIGH VOLTAGE OVERHEAD LINES HAS BEEN EFFECTIVELY GUARDED AGAINST PURSUANT TO THE PROVISIONS OF THIS ARTICLE. WHEN CONSTRUCTION OPERATIONS REQUIRE WORKING NEAR AN OVERHEAD ELECTRICAL LINE, THE CONTRACTOR SHALL CONTACT THE OWNER/OPERATOR OF THE OVERHEAD ELECTRICAL LINE TO MAKE ADEQUATE ARRANGEMENTS AND TO TAKE NECESSARY SAFETY PRECAUTIONS TO ENSURE THAT ALL LAWS, ELECTRICAL LINE OWNER/OPERATOR REQUIREMENTS AND STANDARD SAFETY PRACTICES ARE MET. EROSION CONTROL 1. THE CONTRACTOR SHALL CONTROL EROSION AND SEDIMENTATION PER APPLICABLE PERMITS, LAWS, AND REGULATIONS. 2. IN THE EVENT OF HEAVY RAIN THAT MAY OCCUR DURING CONSTRUCTION, THE CONTRACTOR SHALL SECURE ALL CONSTRUCTED IMPROVEMENTS AND EQUIPMENT. 3. ALL EROSION CONTROL MEASURES SHALL BE IN PLACE PRIOR TO ANY CONSTRUCTION ACTIVITIES. WHEN THE PROJECT IS COMPLETE AND THE ENTIRE PROJECT SITE IS COMPLETELY STABILIZED, THE SEDIMENT CONTROL DEVICES AND ACCUMULATED SEDIMENT SHALL BE REMOVED AND DISPOSED OF IN AN APPROVED MANNER. THE CONTRACTOR HAS THE ULTIMATE RESPONSIBILITY FOR THE EFFECTIVE CONTROL OF EROSION AND SEDIMENTATION. 4. THE SITE SHALL BE REVIEWED WEEKLY OR AFTER EVERY STORM EVENT TO VERIFY EROSION CONTROL IS FUNCTION PROPERLY. ADJUSTMENTS/REPAIRS TO THE EROSION CONTROL SHALL BE MADE AS NEEDED. 5. THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING EROSION AND DUST CONTROL ON STOCKPILED MATERIALS AND CANNOT BLOCK DRAINAGE. STAGING OR STOCKPILE AREA SHALL BE SURROUNDED ON THE DOWNSTREAM SIDE WITH APPROPRIATE CONTROLS TO BE INSTALLED AS SUBSIDIARY TO THE CONTRACT. 6. ALL ACCESS AREAS TO BE SODDED, GRASSED OR PLANTED TO MATCH EXISTING. 7. ALL EROSION AND SEDIMENT CONTROL SHALL BE PLACED AS SHOWN ON THE PLANS AND IN ACCORDANCE WITH THE SWPPP. MISCELLANEOUS 1. HYDRAULIC GRADE LINE (HGL) IN THE PLAN SHEETS REPRESENTS THE HGL FOR THE 100-YEAR, 24-HOUR RAINFALL EVENT. PERMIT CONT) SWPPP STACEY WEBBER JOSH FLUD ROW DIANE CONDRON BARRICADE DAVID BRAGG SEPTIC BRENT HOGAN :Y DATA PROVIDED BY HUGO REED, APRIL 6, 2020. SHEET FOR ADDITIONAL INFORMATION. 4CKGROUND IMAGES IN THE PLAN VIEW WERE TAKEN )R THE CITY OF LUBBOCK. BEGIN PROPOSED P 66TH STREET CHANNEL STA 1+00.00 Q�P J sx 00 ssT tis MARSHA SHARP FREEWAY -_- m � ANEL - BL 66CH 277 CUR BL 66CH 21 278 279 280 281 282 283- 293 294 - 909,132.4524 Sta 1+00.00 E Dist 209.4421 909,301.2375 Sta 3+09.44 E Dist 799.8403 910,100.6643 Sta 11+09.28 E Dist 49.2848 910,149.7988 Sta 11+58.57 E Dist 15.5020 910,165.2941 Sta 11+74.07 E Dist 110.9302 910,274.6580 Sta 12+85.00 E Dist 14.1413 910,288.7933 Sta 12+99.14 E Dist 67.4034 910,355.1501 Sta 13+66.54 E Dist 85.5278 910,440.6607 Sta 14+52.07 E Dist 303.4651 910,743.9169 Sta 17+55.54 10' 17.40" E Dist 65.6754 Curve Data Curve BL 66CH_21 ---------- P.I. Station 18+64.85 N 7,260,393.4289 E 9 10,85 3.1720 Delta = 32° 26' 23.09" (LT) Degree = 38° 11' 49.87" Tangent = 43.6355 Length = 84.9271 Radius = 150.0000 External = 6.2180 Long Chord = 83.7973 Mid. Ord. = 5.9705 P.C. Station 18+21.21 N 7,260,392.0366 E 910,809.5588 P.T. Station 19+06.14 N 7,260,417.9987 E 910,889.2328 C.C. N 7,260,541.9602 E 910,804.7726 Back = N 88' 10' 17.40" E Ahead = N 55' 43' 54.31" E Chord Bear = N 71' 57' 05.85" E Course from PT BL 66CH 21 to 278 N 55" 43' 54.31" E Dist 47.2192 Point 278 N 7,260,444.5863 E 910,928.2553 Sta Course from 278 to 279 N 55" 43' 54.31" E Dist 488.7184 Point 279 N 7,260,719.7680 E 911,332.1372 Sta Course from 279 to 280 N 55" 43' 54.31" E Dist 531.5370 Point 280 N 7,261,019.0596 E 911,771.4049 Sta Course from 280 to 281 N 55" 43' 54.31" E Dist 100.0000 Point 281 N 7,261,075.3664 E 911,854.0460 Sta Course from 281 to 282 N 55" 43' 54.31" E Dist 362.3227 Point 282 N 7,261,279.3788 E 912,153.4732 Sta Course from 282 to 283 N 62" 23' 16.33" E Dist 100.5982 Point 283 N 7,261,326.0044 E 912,242.6138 Sta Course from 283 to 284 N 55" 41' 52.85" E Dist 160.1073 Paint 284 N 7,261,416.2336 E 912,374.8751 Sta 19+53.36 24+42.08 29+73.61 30+73.61 34+35.94 35+36.53 36+96.64 END PROPOSED 66TH STREET CHANNEL STA 63+53.82 SpG 65+01 PLAYA 039 Course from 284 to 285 N 531 41' 21.87" E Dist 100.0635 Paint 285 N 7,261,475.4874 E 912,455.5081 Sta 37+96.71 Course from 285 to 286 N 551 43' 54.30" E Dist 236.0014 Point 286 N 7,261,608.3723 E 912,650.5421 Sta 40+32.71 Course from 286 to 287 N 541 35' 09.76" E Dist 100.0210 Point 287 N 7,261,666.3324 E 912,732.0579 Sta 41+32.73 Course from 287 to 288 N 550 43' 54.31" E Dist 274.4224 Point 288 N 7,261,820.8509 E 912,958.8434 Sta 44+07.15 Course from 288 to 289 N 52' 17' 52.63" E Dist 100.1762 Point 289 N 7,261,882.1142 E 913,038.1030 Sta 45+07.33 Course from 289 to 290 N 55' 43' 54.31" E Dist 466.2591 Point 290 N 7,262,144.6498 E 913,423.4244 Sta 49+73.59 Course from 290 to 291 N 65' 37' 36.43" E Dist 101.5101 Point 291 N 7,262,186.5409 E 9 13,5 15.88 75 Sta 50+75.10 Course from 291 to 292 N 55' 43' 54.30" E Dist 299.5255 Point 292 N 7,262,355.1941 E 913,763.4185 Sta 53+74.62 Course from 292 to 293 N 45' 53' 23.01" E Dist 102.0513 Point 293 N 7,262,426.2261 E 913,836.6916 Sta 54+76.67 Course from 293 to 294 N 55' 43' 54.31" E Dist 1,120.9043 Point 294 N 7,263,057.3717 E 914,763.0186 Sta 65+97.58 Ending chain BL_66CH description T3 SOTH STREET E301 LAYA LAKE 03� PLAYA LAKE 0101 Y0 7 i PROJECT LIMITS i i 66TH STREET PLAYA LAKE 0100i� E106 a P o N 82ND 01 i > - - �j I 0 o r \J H drolo is Data Su marV Table (Future Fully Develo ec SUB -BASIN PLAYA LAKE INITIAL EXISTING PROPOSED DRAIN/ ID ID STAGE (ft) CONDITIONS CONDITIONS AREA PWSE (ft) PWSE (ft) E106 L100 3270.5 3277.6 3278.8 877 E101 L039A 3270.0 3271.4 3271.6 348 E301 L101 3279.6 3283.5 3283.5 1 416 STREET RIPTION NODE CAD STATION D/S SLOPE DOWNSTREAM XS TYPE INVERT IFTI MAX STAGE 1100 AC-FTI MAX DEPTH IFTI CHANGE IN DEPTH FROM EXISTING IFTI ya 100 PL100 3270.50 3278.69 -2.48 earn of Upland 066WEST 2+34.50 0.09% 19-ftConcrete 3275.26 3278.68 3.42 Driveway culvert DWY US 5+62.51 0.11% (2) 2' RCP 3274.96 3278.67 3.71 f Driveway culvert DWY_DS 6+13.85 0.05% 19-ft Concrete 3274.92 3278.66 3.74 earn of Upland UPL066-WEST 8+64.23 0.30% 19-ftConcrete 3274.69 3278.64 3.95 -2.52 ,d Ave culvert (100 LF) UPLO66-CW 12+20.59 0. 10% (3)6x3 RCB 3274.39 3278.6 4.21 -0.79 Upland Ave culvert UPLO66-CE 12+78.63 0.09% 19-ftConcrete 3'TALL 3274.29 3277.4 3.11 -1.98 166 St intersection SAN066 17+06.72 0.03% 19-ft Concrete 3'TALL 3273.89 3277.23 3.34 -1.46 16th St culvert(45 IT) RRO66 19+00.00 0.27% 32 ft-Concrete lined 3273.88 3277.15 3.27 -1.48 of 66th St culvert RR066-2 20+50.79 0.06% 45-ftGrass Lined 3273.59 3276.94 3.35 inel intersects RR1SD0 29+25.83 0.07% 40-ft 5:1 Grass Lined 3273.01 3276.49 3.48 -1.27 toad intersects RR1061 38+89.50 0.08% 45-ft Grass Lined 3272.36 3275.63 3.27 -1.06 (0.07%to 0.23%) RR1800 47+82.08 0. 179/D 45-ft Grass Lined 3271.77 3274.09 2.32 is 5:1 side slopes RR1900 51+00.27 0.255/D Restricted 5:1 Channel 3270.97 3273.61 2.64 is 7:1 side slopes RR2000 54+00.38 0.259/6 45-ft Grass Lined 3270.22 3272.58 2.36 er Park culvert(60 LF) MSF058 64+45.80 2.46% 2'RCP 3267.60 3271.54 3.94 0.03 Water Park culvert NZA-0450 65+13.80 0.569/. Daylight to3264.54 3265.93 3271.55 5.62 0.04 ra 039A PL039A 67+87.80 -48.37% 3270.00 3271.56 1.56 0.18 POND DISCHARGE FROM L100 (1% HYDROGRAPH) 1 1 � J •�. ti 1 V ` ---._._.'__-_.-----------------'__-___.�_ J.. 1 2 3 4 , 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 RELATIVE TIME (HRS) 300 250 200 150 100 50 NOTES: 1. PROPOSED SYSTEM MODELED IN ICPR4 VERSION 4.04.00. 2. PRE -PROJECT AND POST -PROJECT HYDROGRAPHS REPRESENT THE OUTFLOW FROM PLAYA 100 IN THE 10- AND 100-YEAR DESIGN STORMS. 3. POST -PROJECT PEAK WATER SURFACE ELEVATIONS AT PLAYA 100 HAVE BEEN PROVIDED FOR EXISTING AND FFD WATERSHED CONDITIONS. 4. AS NOTED BY THE HYDROGRAPHS, THE PLAYA EXCAVATION DOES NOT PREVENT OVERFLOW. OVERFLOW FROM PLAYA IS INTENDED TO BE CHANNELIZED IN CHANNEL IMPROVEMENTS AND CONVEYED TO PLAYA 039A. POND DISCHARGE FROM L100 (10%D HYDROGRAPH) D1 ________________ __ 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 15 17 18 19 20 21 22 -POST-PROJECT(FFD) ••••• POST PROJECT (EX) PRE PROJECT (FFD) POST-PROJECT(FFD) •••••• POST PROJECT (EX) PR E PROJECT (F F D) NOTES: 1. REFER TO PAGES PP-01 TO PP-09 AND D-02 TO D-06 FOR PARCEL NUMBER LABELS. 2. FENCING PERPENDICULAR TO THE CHANNEL TO BE REMOVED AS SHOWN ON D-02-06 AND REPLACED WITH PIPE FENCING, SEE DETAIL SHEET D-01. PARCEL NUMBER ADDRESS OBSTRUCTIONS TO BE REMOVED BY CONTRACTOR SEPTIC SYSTEM PERMIT RECORD SEPTIC SYSTEM CONFLICT BASED ON AVAILABLE DATA 1 7421 66th ST. 2 7401 66TH ST. - - - 3 6502 UPLAND AVE - - - 4 6601 UPLAND AVE. - - - 5 7113 SANTA FE DR. 38SY CONCRETE DRIVEWAY ✓ - 6 7111 SANTA FE DR. MISC. CONSTRUCTION SUPPLIES, 86 LF CHAIN LINK FENCE, 2 SEPTIC TANKS ✓ 2 SEPTIC TANKS 7 7109 SANTA FE DR. 90 LF CHAIN LINK FENCE, TREE NURSERY - UNKNOWN 8 7107 SANTA FE DR. TREE NURSERY AND CONSTRUCTION MATERIALS - UNKNOWN 9 7105 SANTA FE DR. 168 LF CHAIN LINK FENCE, SIGN ✓ - 10 7103 SANTA FE DR. 1208 SF CARPORT, VARIOUS TRAILERS, VARIOUS CONSTRUCTION MATERIALS ✓ _ 11 7101 SANTA FE DR. 729 SF MOBILE BUILDING, VARIOUS VEHICLES, VARIOUS CONSTRUCTION MATERIALS, 119 LF CHAIN LINK FENCE ✓ _ 12 7009 SANTA FE DR. 84 LF PIPE FENCE, SEPTIC SYSTEM LEACH FIELD ✓ LEACH LINES 13 7007 SANTA FE DR. 69 LF PIPE FENCE ✓ - 14 7005 SANTA FE DR. 53 LF PIPE FENCE ✓ - 15 7003 SANTA FE DR. 74 LF PIPE FENCE, VARIOUS VEHICLES/TRAILERS, 300 SF SHED ✓ - 16 7001 SANTA FE DR. - ✓ - 17 6725 SANTA FE DR. SEPTIC SYSTEM LEACH FIELD ✓ LEACH LINES 18 6723 SANTA FE DR. MISC. CONSTRUCTION MATERIALS, TRAILER ✓ - 19 6721 SANTA FE DR. SEPTIC SYSTEM LEACH FIELD ✓ LEACH LINES 20 6719 SANTA FE DR. ±10 TREES ✓ 21 6717 SANTA FE DR. 157 LF 3 STRAND WIRE FENCE ✓ - 22 6715 SANTA FE DR. - ✓ - 23 6713 SANTA FE DR. - ✓ - 24 6711 SANTA FE DR. 121 SY GRAVEL DRIVEWAY ✓ - 25 6709 SANTA FE DR. 310 LF CONCRETE CURB, 3280 SF GRAVEL DRIVEWAY 50 LF CURB ±5 TREES ✓ 26 6707 SANTA FE DR. ±4 TREES, 513 LF VINYL FENCE - UNKNOWN 27 6705 SANTA FE DR. ±7 TREES, SEPTIC SYSTEM LEACH FIELD ✓ LEACH LINES 28 6703 SANTA FE DR. 85 LF PIPE FENCE ✓ - 29 6701 SANTA FE DR. 104 LF WOODEN PICKET FENCE, 279 LF PIPE FENCE, PIPE GATE, IRRIGATION LINES ✓ _ 30 6602 MARSHA SHARP FWY. - - - UHL UHL O 66TH ST ROW 66TH ST ROW + -�- -�- 00 Lu _ _ _ i _66TH STREET CHANNEL 5+00_ _ — — — — _ _ _ _ _ _ — 799.84' J DRAINAGE EASEMENT DRAINAGE EASEMENT I I Q �• i I I I TEMPORARY I CONSTRUCTION �03�'L3 EASEMENT ®V T W ................................ z OHE 66TH ST ROW w 66TH STREET CHANNEL y _ d 86` 48' 19.09"a - 41,48'S 87, 58' 44.µ8" 23.05 - - - - - - - - - - - - - - - - - - EASEMENT - - - - - - - - - - - r3� wr........................................ a .... z i<D--oi�: _----- m iaml 39',/ 6v 32 14' 05.96" E ( ROADWAY, CULVERT AND CHANNEL TO BE CONSTRUCTED WITHIN THESE LIMITS AS PART OF UPLAND AVENUE ROADWAY IMPROVEMENTS PROJECT: x I _ - UPLAND AVE LEGEND - - - SEPTIC SYSTEMS APPRO%IM' OF CONST FEIICE REMOVAL Li.Gi.GiJ REMOVE A �XXXXX!y� REMOVE C PF.RCEL AND CO NC AND GUTT 7t PARCEL NUMBER �� REMOVE A (ORIVEWA` ................................................................... _66TH STR 66TH ST R S88°51'01.04"E 85.5 3 ............................... ............. ;max.-.x�zx—x— —EASEMEt` O \ASPHALT REMOVAL Q 710 SY- TR\FT" CONCRETE [DRIVEWAY REMOVAL \ 38 SY-� x x FENCE REMOVAL SEPTIC TANKS � TO BE RELOCATED* 1 I \ s / . . ....... O FgSFM N\k ss.68, �X.., N x 1 - / 4 \--,--�� .................i ....f,. O FENCE REMOVAL i + 90 LF- TREES TO BE REMOVED N I I .� Lu z 4314.31" E 66TH STREET CHANNEL L 1 _ _1 _ _1111° Q ''•..,,, CITY OF LUBBOCK ALLEY """""""""""""""" *NOTE: ALL PERMITTED SEPTIC SYSTEMS WITH LEACH LINES SHOWN TO BE IN CONFLICT WITH PROPOSED CONSTRUCTION HAVE BEEN INDICATED ON DEMO SHEETS AND PERMITS HAVE BEEN PROVIDED WITH BID DOCUMENTS. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO IDENTIFY ACTUAL LOCATION OF TANKS AND LEACH LINES. CONTRACTOR IS TO RELOCATE PERMITTED TANKS AND LEACH LINES IN CONFLICT WITH CHANNEL, OBTAIN NECESSARY PERMITS, AND COORDINATE WITH PROPERTY OWNER FOR PROPERTY ACCESS. RELOCATED SEPTIC SYSTEM COMPONENTS ARE NOT PERMITTED WITHIN THE SIDESLOPES OF THE CHANNEL. LEGEND - - - SEPTIC SYSTEMS APPROXIM, OF CONST REMOVE A FENCE REMOVAL Li.G.Gi.GJ REMOVE C PARCEL �'��,; ;;!y� NC AANO NG CGU �SiG.Grri1 TTO C PARCEL NUMIfER ��y� REMOVE A (URIVEWA' / I 20' DRE 1 `,I 11 12 s EASEMENT FENCE REMOVAL x— ...`I """"': I ♦ ♦ ♦ I: ��1 I II -SEPTIC LEACH LW ES TO ♦ ♦ : ♦' BE RELOCATED' 86 LF XI ♦ 1. MOBILE BUILDING REMOVAL ,,,,,,,. .l x I lI ♦.......................................729 SF- x I .I I FF.... 4 REMOVAL �1 1 , �,.... 1 I.. ............................... ............................L..................... . 82 LF -CARPORT REMOVAL I �`1 % /-FENCE 1208 SF IT BUILDING PREVIOUSLY V I `�� I I REMOVED- %PROP 66TH CHANNEL CIL �� 'X 2,5+00 L N 55° 43' S4.31" E _ _I i _ _ _ _ _ _ - �,� ,I I' , _ , _ . 00 _N 55° 43' 54_ E 531.54' 66TH STREET CHANNEL f. i00.00, / I FENCE REMOVAL I -FENCE REMOVAL REMOVE SIGN- �{I �����,` 82 LF- u / 84 LF I FENCE REMOVAL I I^/ 37 LF- FENCE TO REMAIN - FENCE TO REMAIN- FENCE TO REMAIN- .................. I I. I ....................................... ----IjV7L' -x-X-X-%-x x-x-x-x'-%-%-x-X-X-X-%-x-x-k'-X-%" %-x--x-x-x-X-X-X-x-x-x-x-y1(J I -% X %-X-K X-%-%-X-X-X-X-X X- --X-%-%- x-X-x-x-x-x-X-x-x- Ifr _..—..—..—..—..—..ORE. —..—..—..—..—..—..—.. —..—..—..—..—..—..—..— —..—..—..�.E—..—.._ SHE _ ................................................................................................................CITY OF LUBBOCK ALLEY..................................;.................................................................... TREEESES TO REM...NJ . k I x . I 20' DRE;........... I I \ FENCE REMOVAL RELOICATED YARD HYDRANT— '1 II I I TREES TO REMAIN— i i I' k I 69 LF_ I FENCE TO REMAIN— SEPTIC LEACH I .....................o.......... ..fix' x—x—x—x—x—x�—x—x—x—x—x....x x....'.x.-.-.x.,-.x. �........ ..... : I ..�.1... OVAL + —FENCE REMOVAL N M = 74 LF; i FENCE REMOVAL _ _ PROP 66TH CHANNEL CL— 70 LF 23' 16.33' E 66TH STREET CHANNEL \ _N 53v_ 4J,.' 21 S2— — N SS" 41' .85" E __—"'111 ;100.66' 236.00' � I x EE TO REMAIN- k I T, f ...� .. -x—x—x—x—x— —x—x—x—x—xx—x—x—x—x—x— x .. . 1 I' "-x—x x :max......... — .................................................................................................. ........................... CITY OF LUBBOCK ALLEY.................................................................................................................. YARD HYDRANT TO 6E RELOCATED :......................... .......... .................................................................................... -FENCE TO REMAIN *NOTE: LEGEND ALL PERMITTED SEPTIC SYSTEMS WITH LEACH LINES SHOWN TO BE IN CONFLICT WITH PROPOSED CONSTRUCTION HAVE BEEN SEPTIC SYSTEMS APPRoxIM, INDICATED ON DEMO SHEETS AND PERMITS HAVE BEEN PROVIDED — — — of COKST WITH BID DOCUMENTS. IT SHALL BE THE CONTRACTOR'S REMOVE A RESPONSIBILITY TO IDENTIFY ACTUAL LOCATION OF TANKS AND FENCE REMOVAL �L�GLJ LEACH LINES. CONTRACTOR IS TO RELOCATE PERMITTED TANKS AND LEACH LINES IN — — PARCEL aeMove c AND COEC CONFLICT WITH CHANNEL, OBTAIN NECESSARY PERMITS, AND AKo eU,i COORDINATE WITH PROPERTY OWNER FOR PROPERTY ACCESS. RELOCATED SEPTIC SYSTEM COMPONENTS ARE NOT PERMITTED # PARCEL KUMaER RE..Vl A WITHIN THE SIDESLOPES OF THE CHANNEL. ,1]RIVEWA` A I I I l I 1S I j 19 I -� 20 i I I I l I 21 x—x—x—x—x I / �. -- x x - x EASEMENT I I I I I I I —..—..—..:__ .....__ ..�..—..—. �..�..—..— —v — —..—..—. —..—....... —..—I.—..— —.. —..—.—..—. xx x —x— —xl—x— I I I I I +/+off.._ x I :x�x x _:=x x—x x- - -x-x- ii FENCE TO REMAIN- �r Ix—x—x—x—x—x—x— - ' IX—X— ............... I :—X _ —I T ,E 1 �I L..._ / FENCE TO REMAIN- x .......: / I x _ PROP 66TH CHANNEL CL- I ...... x—x—x——Ix—x—xl STRUCTURES TO REMAIN I i FENCE TO REMAIN— I................................................................................. TREES TO REMAIN— ,1.................. .� FENCE REMOVAL_ 78LF I N....... � 78 LF FENCE REM — SEPTIC LEACH LINES N 5 ` 43' S4. 1' E N 52° 17L52.63" 45+00 d y , — ,`% N 55° 4: TO BE RELOCATED*/ a v- I _ _ _ — — — — — — — J c E _ _ , _ , , y t 274.42' STREET I �}. 100.02' I / / / / - 66TH STREET CHANNEL I �. 1.. _ FENCE TO REMAIN—\ ........................... ,.............. C I OVERHEAD ELECTRIC I AND POLES TO REMAINS x—x—x—x—x—xHx x—x— ...................................�.! CITY OF LUBBOCK ALLEY................................................................................................................ N.. — .. I x .. .. — .. — .. x � I I x x-xl-x ix -xi x-x-x-x-x I� x x- -x GRAVEL DRIVEWAY REMOVAL 121 SY x FENCE TO REMAIN i II FENCE TO REMAIN- — — — — — — — ........................................N ... I I I IIx1 _x-x-x-x-x-x=p—x—x-x-x-x-x +° I m I Sp 00 TREES TO REMAIN- -I - — N 65� 37� PROP 66TH CHANNEL CL- 43" I— ' — ' — ' — ' — ' T — N I I TREES TO BE REMOVED ...............�®............— — �.— — -%' — — — ........................................ ... TREES TO R �\ U / \ \ EASEMENT \ CONCRETE CURB REMOVAL \ 310 LF / \ FENCE TO REMAIN -x-xlx-x' x X-x-x-x I2 E _ _ _ _ _ 66TH STREET CHANNEL '/L' CITY OF LUBBOCK ALLEY ..I� 26 .. — .. .. 1 I FENCE REMOVAL I 29 LF I x x I x- x—x—x —x—x— X—x—x—x—x— GRAVEL DRIVEWAY REMOVAL 473 SY CONCRETE CURB REMOVAL."""�""'•fix "xf- "'`"""' I 50 LF o \ 106FENC F REMOVAL / / / / x I FENCE REMOVAL 5� — _ 1 151 LF j k _ �N• �523 1 p5 /A�' FENCE REMOVAL / 91 LF- � I k. FENCE REMOVAL 136 LF x� ......�:.'-..-..-..SHE ....... -TREE TO BE ..................................................... ........... REMOVED .............. *NOTE: LEGEND ALL PERMITTED SEPTIC SYSTEMS WITH LEACH LINES SHOWN TO BE IN CONFLICT WITH PROPOSED CONSTRUCTION HAVE BEEN SEPTIC SYSTEMS APPROXIM, INDICATED ON DEMO SHEETS AND PERMITS HAVE BEEN PROVIDED - - - of CONST WITH BID DOCUMENTS. IT SHALL BE THE CONTRACTOR'S RP OVE A �L�GLJ RESPONSIBILITY TO IDENTIFY ACTUAL LOCATION OF TANKS AND FENCE REMOVAL LEACH LINES. CONTRACTOR IS TO RELOCATE PERMITTED TANKS AND LEACH LINES IN REMOVE C PARCEL AND CO NC CONFLICT WITH CHANNEL, OBTAIN NECESSARY PERMITS, AND AND purr COORDINATE WITH PROPERTY OWNER FOR PROPERTY ACCESS. RELOCATED SEPTIC SYSTEM COMPONENTS ARE NOT PERMITTED # PARCEL NUMBER (DRIVE A DRIVEWA` WITHIN THE SIDESLOPES OF THE CHANNEL. xospx_--. \ •. X I I Ix \+ x�x�x \+-x_\ \+ •' / EASEMENT -x-;-x-x=x-IxLx - \ mSPK \+ \ +\+ ..................................... SEPTIC LEACH LINES mSPK I I �w TO BE RELOCATED* + FENCE REMOVAL \ mSPK mSPK mSPK'\+�' 85 LF PROP 66TH CHANIJEL Cl- \\�• -FENCE 104 LF \�F, REMOVAL mSPK �J mSPK \+ . mSPK \+ — , — , — , — , — , — , — — — — — , — — — — — 66TH STREET CHANNEL 60+00 N 55° 43' 54.31^ E REMOVE IRRIGATION \k — , — , — , — — — — — — — — — 11220.90' - — m$Pk `- \: mSPK mSPK mSPK mSPK mSPK mSPK 050K mSPK mSPK \ mSPK mSPK \� -FENCE TO REMAIN ................................................. ..........�..... ..... ..... ...... ...... ..... .... .. .. ,. % �S_ X.� X. ll -x.-1�X-�X-.x�L-X �L.: �L-X. x-fix. ........... -x� -x- -.x.- ,�RIL� x- yPlt-max- CITY O F LUBBOCK ALLEY ........................................................1J...C......................,.... 71 1 -, J6 - - -- -- -- --fin D I I 3265 fL � �+ R 1� T SPEC -WEST SPEC -EAST � S/ � /11 / ile 13 12 - - 11 ♦ / / 10 ( ( / ♦�,y lool Ile Ir 100 1 / 9 I � d� / Sys / / 7 1 / TOTAL AREA MAX PROPERTY WITHIN 100-YR EXCAVATION EXCAVATION RECLAIMABLE FLOODPLAIN (AC) AREA AREA (AC) CITY OF LUBBOCK 21.87 19.54 6.56 SPEC WEST 2.92 0 0.88 i - SPEC EAST 5.32 0 1.60 3255 -500 -400 -300 -200 3290 3280 3270 3260 -300 -200 GRADING TABLE INT PODINT NORTHING FASTING ELEVATION DESCRIPTION 1 7260408.46 909309.22 3276.63 TOP OF SLOPE 2 7260424.36 908801.29 3277.88 TOP OF SLOPE 3 7260376.01 908749.75 3276.52 TOP OF SLOPE 4 7259160.53 908710.87 3277.89 TOP OF SLOPE 5 7259108.96 908759.24 3278.14 TOP OF SLOPE 6 7259102.60 908958.23 3278.24 TOP OF SLOPE 7 7259111.25 908987.98 3278.40 TOP OF SLOPE 8 7259571.73 909663.97 3278.86 TOP OF SLOPE 9 7259641.20 909677.15 3279.03 TOP OF SLOPE 10 7259841.66 909540, 66 3278.14 TOP OF SLOPE 11 7259863.49 909500.93 3277, 63 TOP OF SLOPE 12 7259868.58 909341.97 3275.23 TOP OF SLOPE 13 7259920.15 909293,60 3275.07 TOP OF SLOPE -100 0 100 200 300 SECTION A -A' I MEE 00 0 100 200 3011 SECTION B-B' LEGEND PROPOSED CHANNEL CL - - - - DRAINAGE EASEMENT - - - - PROPERTY LINE -3274 - - EXISTING CONTOURS 3274- PROPOSED CONTOURS PROPOSED LIMITS OF EXCAV - - - - FEMA EFFECTIVE 100-YR FP POST DEVELOPMENT EXISTIN POST DEVELOPMENT FFD CC PROPOSED CONCRETE CHAN PROPOSED EXCAVATION BEL FILL MATERIAL DENSITY REQUIREMENTS: GENERAL NOTES: 1. ALL WORK SHALL ALL FILL SHALL BE IN ACCORDANCE WITH THE CITY OF LUBBOCK CODE OF ORDINANCES, ACCORDANCE WIT SECTION 38.07.002, REQUIREMENTS AND VERIFICATION. VERSION OF THE MINIMUM DESIGN 1. TESTING SHALL BE PERFORMED BY A COMMERCIAL TESTING LABORATORY IN SPECIFICATIONS A ACCORDANCE WITH AMERICAN SOCIETY FOR TESTING MATERIALS (ASTM) STANDARDS. 2. CONTRACTOR SOP 2. ALL FILL MATERIALS SHALL BE COMPACTED TO NINETY-FIVE (95) PERCENT STANDARD WORK WITH PROP PROCTOR DENSITY IN ACCORDANCE WITH ASTM D-698. TO RELOCATION. 3. FIELD DENSITIES SHALL BE DETERMINED IN ACCORDANCE WITH ASTM D 2167 (RUBBER 3. SEE SHEET G 05 F BALLOON DENSITY METHOD), ASTM D-1556 (SAND CONE DENSITY METHOD) OR ASTM ALIGNMENT INFOR D-2922 (NUCLEAR DENSITY METHOD). 4. SEE SHEET DF 4. FOUR (4) FIELD DENSITIES SHALL BE TAKEN PER ACRE OF FILL MATERIAL, AND DENSITIES INFORMATION.. SHALL BE TAKEN FOR EACH SIX-INCH COMPACTED DEPTH, OR PORTION THEREOF, OF SUCCEEDING DEPTHS OF FILL MATERIAL. EACH AREA OF FILL MATERIAL LESS THAN 5. SEE SHEET TYP-01 ONE-HALF ACRE SHALL HAVE A MINIMUM OF TWO (2) FIELD DENSITIES FOR EACH SIX-INCH FOR TYPICAL SEC - DEPTH, AND AREAS OF FILL MATERIAL BETWEEN ONE-HALF ACRE AND ONE (1) ACRE SHALL HAVE A MINIMUM OF THREE (3) FIELD DENSITIES FOR EACH SIX-INCH DEPTH. 5. EACH LIFT SHALL HAVE A MAXIMUM COMPACTED DEPTH OF SIX (6) INCHES. 6. THE FIELD DENSITIES SHALL BE TAKEN IN SUCH A MANNER AS TO BE A REPRESENTATIVE SAMPLING OF THE SIX-INCH DEPTHS. THE LOCATION OF THE TESTS SHALL BE PROPORTIONATELY SPACED TO REPRESENT APPROXIMATE EQUAL AREAS OF EACH ACRE BEING TESTED. TESTING SHALL NOT OCCUR AT THE SAME LOCATION IN SUCCEEDING DEPTHS, SO A REPRESENTATIVE SAMPLING OF THE TOTAL FILL MAY BE OBTAINED. 7. THE LOCATION OF THE FIELD DENSITY TESTS SHALL BE INDICATED UPON A MAP TO BECOME A PART OF THE C.FRTIFIFH Ai-RHII T CUT ANTI Ell I PI AN 76' STOCKPILE AREA WIDTH ALTERP 10' BERMS I AREA OF FILL SEE NC 2 ------ ""TING GRADE SECTION A -A NOT TO SCALE 70' STOCKPILE AREA WIDTH I E 10, AREA OF FILL i 2 Z, � 1 XISTING GRADE POINT TABLE POINT NJ 0.NORTHING FASTING POINT NORTHING FASTING 1 7259054.44 906554.94 13 7259120.91 907860.07 2 7259051.93 90G631.09 14 725909G.35 908618.57 3 7257616.04 906504.11 15 7259302.91 908625.38 4 7257613.53 906580.26 16 7259312.15 908340.02 5 7259027.82 907397.95 17 7259458.94 908344.85 6 7258949.17 907471.42 18 7259465.08 908150.33 7 7258992.05 908482.35 19 7259658.72 908156.72 8 7258913.55 908479.67 20 7259663.67 908006.69 9 7258853.74 908476.94 21 7260224.59 908029.39 10 7258795.88 908516.33 22 7260220.44 908155.29 11 7258151.46 907445.29 23 7260472.43 908163.60 12 7258011.91 907364.70 24 7260480.74 907911.80 SECTION B-B NOT TO SCALE PROPOSED EXCAVAT PROPOSED STOCKPII PROPOSED BERM EASEMENT LINE PROPERTY LINE - - - PROPOSED LIMITS 0 -------------- FEMA EFFECTIVE 10[ FILL MATERIAL DENSITY REQUIREMENTS: ALL FILL SHALL BE IN ACCORDANCE WITH THE CITY OF LUBBOCK CODE OF ORDINANCES, SECTION 38.07.002, REQUIREMENTS AND VERIFICATION. 1. TESTING SHALL BE PERE0 RMED BY A COMMERCIAL TESTING LABORATORY IN ACCORDANCE WITH AMERICAN SOCIETY FOR TESTING MATERIALS (ASTM) STANDARDS. 2. ALL FILL MATERIALS SHALL BE COMPACTED TO NINETY-FIVE (95) PERCENT STANDARD PROCTOR DENSITY IN ACCORDANCE WITH ASTM D-698. 3. FIELD DENSITIES SHALL BE DETERMINED IN ACCORDANCE WITH ASTM D-2167 (RUBBER BALLOON DENSITY METHOD), ASTM D-1556 (SAND CONE DENSITY METHOD) OR ASTM D-2922 (NUCLEAR DENSITY METHOD). 4. FOUR (4) FIELD DENSITIES SHALL BE TAKEN PER ACRE OF FILL MATERIAL, AND DENSITIES SHALL BE TAKEN FOR EACH SIX-INCH COMPACTED DEPTH, OR PORTION THEREOF, OF SDCC EEDING DEPTHS OF FILL MATERIAL. EACH AREA OF FILL MATERIAL LESS THAN ONE-HALF ACRE SHALL HAVE A MINIMUM OF TWO (2) FIELD DENSITIES FOR EACH SIX-INCH DEPTH, AND AREAS OF FILL MATERIAL BETWEEN ONE-HALF ACRE AND ONE (1) ACRE SHALL HAVE A MINIMUM OF THREE (3) FIELD DENSITIES FOR EACH SIX-INCH DEPTH. 5. EACH LIFT SHALL HAVE A MAXIMUM COMPACTED DEPTH OF SIX (6) INCHES. 6. THE FIELD DENSITIES SHALL BE TAKEN IN SUCH A MANNER AS TO BE A REPRESENTATIVE SAMPLING OF THE SIX-INCH DEPTHS. THE LOCATION OF THE TESTS SHALL BE PROPORTIONATELY SPACED TO REPRESENT APPROXIMATE EQUAL AREAS OF EACH ACRE BEING TESTED. TESTING SHALL NOT OCCUR AT THE SAME LOCATION IN SUCCEEDING DEPTHS, SO A REPRESENTATIVE SAMPLING OF THE TOTAL FILL MAY BE OBTAINED. 7. THE LOCATION OF THE FIELD DENSITY TESTS SHALL BE INDICATED UPON A MAP TO BECOME A PART OF THE CERTIFIED AS -BUILT CUT AND FILL PLAN. B. COPIES OF ALL TEST RESULTS WITH LOCATION MAPS SHALL BE FURNISHED TO THE CITY GENERAL NOTES: 1. CONTRACTOR SHALL COORI VERIFY LOCATION OF STOCI ACTIVITIES. 2. CONTRACTOR IS NOT PERM MATERIALS WITHIN THE FLC OR IN UTILITY EASEMENTS. 3. ALL SOIL EXCAVATED FROM IN THE STOCKPILE AREA. 4. STOCKPILES TO BE FROM Si BERMS TO BE STOCKPILED CHANNEL AND FROM PROPE TO BE 150-200 FEET LONG. ALTERNATED TO PROVIDE V SHOWN. SECTION B BERMS LINE TO PROVIDE VISUAL Si 4. STOCKPILES SHOULD BE SU EROSION CONTROL LOGS Ti EXCAVATION MATERIALS IN _- - - - 32� REFER TO PLAYA - -_ - _ _ 3277= - - p' l ' ' - - - - - - - - - -CITY ROW - -� -CONNECTION FOR. - - - - -- - - - - PROPOSED TOP OF BERM - - - - - - - -ADDITIONAL DATA - - - o _ - -3278- - _- 32_ - FUTURE 66TH _ _^ -.- - - - - "`�:*= STA 7+50.00- - - - - - - - OFFSET 21.38' RT - -3278- _ - - - -STATION 3+35.43 BEGIN - - -3277- - - STREET PAVEMENT. PROPOSED TOP OF BERM - - PROPOSED CHANNEL - - - - - CONSTRUCTION- PROPOSED 66TH- - STA 7+15 20 CHANNEL CL- �g v. - OFFSET 21.27' RT -- -- G1 -- -- G1 - � -- G1 - - - O G1 -- -- G1 I ---CITY ROW-�1� .'. . - G1 '.`.........'..'....'.G7.. "...... .G1CITY ROW �-- G1 -- -- I - - -3277- 327E - 3274 s 2 3:1 '3227 - - 66TH STREET CHANNEL c5+00� 3272- - - - - - - - - - 3271 3:1 A. 4:1 DRAINAGE ESMT w 78 32 7 O0 PROPOSED TOP OF BERM — - — - — - — — — —�� I I I I.JSTA 3+84.00 OFF_SE1 22_.98' RT- 1 �/ PROPOSED TOP OF BERM 3269 e�' ) -STA 3+99.97 PROPOSED TOP OF BERM a1 a�'i OFFSET 1 2299' RT- STA 5+00.00' 5�ti3 CONSTRUCTION EASEMENT- OFFSET 22.28' RT' P PROPOSED TOP OF BERM rn PROPOSED TOP OF BERM � �o STA 4+50.00 STA 5+50.00 OFFSET 22.58' RT- OFFSET 21.98' RT- '� "799.°°4'� v 3:1 t DRAINAGE ESMT 4:1 - 1 3277 PROPOSED TOP OF BERM _ STA 7+00.00 OFFSET 22.23' RT ) PROPOSED TOP OF BERM 1 STA 6+50.00 OFFSET 22.08' RT PROPOSED TOP OF BERM PROPOSED TOP OF BER STA 6+13.22 STA 8+00.0 OFFSET 21.97' RT 3O OFFSET 22.53' R PROPOSED TOP OF BERM i STA 5+63.15 J 7 OFFSET 21.90' RT LEGEND — - — - — PROPOSED CHANNEL CL —X—x—x—x—x—x PROPOSED FENCE - — — — — — DRAINAGE EASEMENT — — — — — — — - PROPERTY LINE — — —3274— — — EXISTING CONTOURS 3274 PROPOSED CONTOURS PROPOSED CULVERTS AND HEADWALLS OPARCEL NUMBER CONCRETE CHANNEL V EARTH CHANNEL NOTES: 1. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE CURRENT VERSION OF THE CITY OF LUBBOCK MINIMUM DESIGN STANDARDS AND SPECIFICATIONS AND DRAINAGE CRITI 2. CONTRACTOR SHALL COORDINATE UT WORK WITH PROPER UTILITY OWNER TO RELOCATION. 3. SEE SHEET G-04 FOR HORIZONTAL ALIGNMENT INFORMATION. 4. SEE SHEET D-01 FOR PARCEL INFORMATION. 5. SEE SHEET TYP-01, TYP-02, AND TYP-i FOR TYPICAL SECTIONS. - - - - - - - - - - - PROPOSED FLOWLINE - HGL TOP OF PROPOSED BER + + a EXISTING GROUND - :.. "'--TOP OF PROPOSED- ... .. ..:..BERM.. PLAYA 100 FFD PEAK WSEL -- ---ELEVATION - - : ---HGL � 4 = 3278.68 _ EXISTING GRADE-- --- - - PLAYA 100 EX PEAK WSEL -ELEVATION = 3277.54 CHANNEL FLOWLINE — — — — � _ — -�- �-(+)1.78-%.- t-+)0 20 % : (+)0.20 % -(-)0.09 %' ---(-)O 10-%--(-)0.10 %- PLAYA 100INITAL STAGE o ELEVATION = 3270.46 s - - - SEE SHEET EX 01 - o�� N _- \9�9 - - - CULVERT C1 - - - FOR PLAYA GRADING-- rri - - l - SEE SHEET — _ FUTURE 66TH STREET PAVEMENT - 327g- --PROPOSED TOP OF BERM STA 10+00.00 OFFSET 23.13' RT CITY ROW - -�277 -- - - - - - — 3:1, - 66TH STREET CHANNEL - 86pgt 41 3:1 "' o D3276 D - 3278 PROPOSED TOP OF BERM o TA 9+50.00 u _FFSET 22.98' RT SOPROPOSED TOP OF BERM / STA 9+42.30 OFFSET 22.96' RT CONSTRUCTION EASEMENT I PROPOSED TOP OF BERM STA 9+00.00 OFFSET 22.83' RT ED TOP OF BERM 50.00 22.68' RT DRAINAGE ESMT C PROPOSED TOP 0 \ :STA 11+35.74 k, 'OFFSET 23.53' RT PROPOSED TOP OF BERM STA 11+00.00 \ OFFSET 23.43' RT PROPOSED TOP OF BERM STA 10+50.00 OFFSET 23.28' RT m0. �, ,- ,-zz. a — ROADWAY, CULVERT AND CHANNEL TO BE CONSTRUCTED WITHIN THESE LIMITS AS PART OF UPLAND AVENUE ROADWAY /- ,IMPROVEMENTS PROJECT" " t CITY ROB TY ROW \ EXIS E _ D 5 BS SL O1 OIL E >- B5.53 � 1 x--. —E LEGEND — - — - — - — - — PROPOSED CHANNEL CL PROPOSED CULVERTS AND HEADWALLS —x—x—x—x—x—x—x—x PROPOSED FENCE O PARCEL NUMBER — — — — — — — DRAINAGE EASEMENT CONCRETE CHANNEL - - - - - - - - - - PROPERTY LINE EARTH CHANNEL - - - 3274- - - - EXISTING CONTOURS 3274 PROPOSED CONTOURS i i i le NOTES: 1. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE CURRENT VERSION OF THE CITY OF LUBBOCK MINIMUM DESIGN STANDARDS AND SPECIFICATIONS. 2. CONTRACTOR SHALL COORDINATE UT WORK WITH PROPER UTILITY OWNER TO RELOCATION. 3. SEE SHEET G-04 FOR HORIZONTAL ALIGNMENT INFORMATION. 4. SEE SHEET D-01 FOR PARCEL INFORMATION. 5. SEE SHEET TYP-01TYP-02, AND TYP-I FOR TYPICAL SECTIONS. - - - - - - - - - - - PROPOSED FLOWLINE - HGL - TOP OF PROP BERM - ROADWAY, CULVERT AND CHANNEL TO O a m o,-_-BE CONSTRUCTEDWITHINTHESE LIMITS oa m__ - EXISTING GROUND - � ?"' AS PART: OF UPLAND AVENUE ROADWAY ,.; ry � TOP .OF -:PROP BERM : - - - °'- a-- IMPROVEMENTS PROJECT o -d"-- -- - - - - - HGL :. EXISTING GRADE CHANNEL FLOWLINE 5 ( )Q.10°/a (°)0.10 / (-)0,09 % Ho. COMMUNICATIONS LINE:.. ..... ..... ..... ..... ...._ - - - - :'- ..... .... UNKNOWN-6 ---`.. -.,. - -.: STA 19+32 21 TO STA 20+04 89 WARP SLOPE FROM 4:1 TO 7:1 i 3276� x PROPOSED DRIVEWAY i i - -+�+ _ F -/ O •�- w .. .� ,. .r .� �, w y ,� -.. SEE SHEET FOR �� r� + ., .7-76 DETAILS �--I 10' CONCRETE ., 7 7 VALLEY GUTTER (ADD ALT CITY b . v ONCRE R Ey P I W = s w 66TH STREET CHANNEL o n\ VPCC P'p i _ o_ ° 276' �� OCK ALLEY CONCRETE PAVEMENT LOW WATER CROSSING. SEE SHEET x- � -. -_- i -_ �1 EN-01 FOR DETAILS- LOW HEAD C WATER LINE (BY OTHERS)"— - --> A� a -- P S -_ - _- �328 -� -�3� CITY ROW _ �_ -- - -- - - - - - _- -3277- - _ - - _ _ - 3275 - - - - - - - - - - - -3277- - 3276 - - - - - - - - - - - 3275 = - ___ -- - - - -- LEGEND NOTES: — - — - — - — - — PROPOSED CHANNEL CL PROPOSED CULVERTS 1. ALL WORK SHALL BE PERFORMED IN ACCOR[ AND HEADWALLS THE CURRENT VERSION OF THE CITY OF LUB -x-x-x-x-x-x-x-x PROPOSED FENCE a O PARCEL NUMBER MINIMUM DESIGN STANDARDS AND SPECIFIC, 2. CONTRACTOR SHALL COORDINATE UTILITY W CAUTION!!! — — — — — — — DRAINAGE EASEMENT n o o n CONCRETE CHANNEL PROPER UTILITY OWNER PRIOR TO RELOCATI EXISTING UNDERGROUND > UTILITIES IN AREA CONTACT - - - - - - - - - - PROPERTY LINE EARTH CHANNEL 3. SEPTIC SYSTEM IN OR NEAR VICINITY OF COI CONTRACTOR TO LOCATE SEPTIC SYSTEM CC 7 UTILITY 48 HOURS PRIOR TO CONSTRUCTION 3274- - EXISTING CONTOURS IN THE FIELD AND COORDINATE RELOCATIOt\ PRIOR TO CONSTRUCTION. 3274 PROPOSED CONTOURS 4. SEE SHEET G-04 FOR HORIZONTAL ALIGNMEP 5. SEE SHEET D-01 FOR PARCEL INFORMATION. 6. SEE SHEETS TYP-01-03 FOR TYPICAL SECTIOP I I PROPOSED 66TH ZE I CHANNEL CL e I 20 ORE I I �� � � -ARMORFLEX 30-5 II I REF: SP-02 I� F -- - x 728 SF F—G I I 3274 . w .� y I --- 10' CONCRETE VALLEY GUTTER (ADD ALT)- 4 o —LL �. x 66TH STREET CHANNEL 41L - w Iw L,x x L 6- .- 7:1 7:1 x xxx xxx-x x-xx ,. -x x-xxxxx -__�C1 x x x_ �_ 6x x xxx xxx C1 — C1 _ y C1 - .FC1 C1... C1 C1 - .. C1 G- C7 -.�3 `--., CITY OF LUBBOCK ALLEY--- _- - -. \./... - - 1 CI ROW 3276- - -- _ _' iT - - - -3276- - PE - - - - -3275-_-= _ - - - - - 3dT4= - -_ - - - -_ _ - - -_- _ _ _ -_ -_ --_-_-_- - -_ - 3275 -_ - - - - - - - - - - - - — - - -3275- - - - _- _- -3274- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 3275- - - - - - - - - - - - - - - 3274- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - _ - - - -3275- - - - - - - - - - - - - - - - - - - - _ _ _ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -3276- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 3276- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -3277- - - - - - - - - - - - - - - - - - - - - - LEGEND NOTES: — - — - — - — - — PROPOSED CHANNEL CL PROPOSED CULVERTS 1. ALL WORK SHALL BE PERFORMED IN ACCOR[ AND HEADWALLS THE CURRENT VERSION OF THE CITY OF LUB PROPOSED FENCE MINIMUM DESIGN STANDARDS AND SPECIFIC, O-x-x-x-x-x-x-x-x a PARCEL NUMBER 2. CONTRACTOR SHALL COORDINATE UTILITY W HI — — — — — — — DRAINAGE EASEMENT „ CONCRETE CHANNEL PROPER UTILITY OWNER PRIOR TO RELOCATI RGROUND EA CONTACT t - - - - - - - - - - PROPERTY LINE EARTH CHANNEL 3. SEPTIC SYSTEM IN OR NEAR VICINITY OF COI RS PRIOR TO CONTRACTOR TO LOCATE SEPTIC SYSTEM CC IN THE FIELD AND COORDINATE RELOCATIOK -- - 3274- - - - EXISTING CONTOURS SLOPE ARMORING PRIOR TO CONSTRUCTION. 3274 PROPOSED CONTOURS 4. SEE SHEET G-04 FOR HORIZONTAL ALIGNMEI 5. SEE SHEET D-01 FOR PARCEL INFORMATION. 6. SEE SHEETS TYP-01-03 FOR TYPICAL SECTIOP — — — _ PROPOSED 66TH — — — CHANNEL CL- �/ I l � / REF: SP-02 "�j`��� l\ III 822 SF �— H w ., a L� .j. 7:1 s — S 10 CONCRETE 'VALLEY GUTTER 174- L (ADD LT)- . _ .. mi� w .� J. w .� .� .,­71 J. J. V. J, w v _ 66TH STREET CHANNEL. ." ° — •�� J, — _ I, °)RV�,1� '— — — — CC £ •" "' J' �— - 7 J. 7.1 w mmummomMIL -xx- x�x-x-xx-xx _ C1 - C1 - --Cl -� C1 - C1 C1 C1 L—H C1 - CITY OF LUBBOCK ALLEY -- - -- -_-3275 -� _-- - �G1 _ �_ CITY ROW 32)S - -- -- -3275 - - - - -- _ - _ _ _ _ -3274- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -3274- - - - - - - - - - - - - - - - - - - - - - - - - _ _ - - - - - - - -3274- _ _ _ _ _ _ _ _ _ _ _ _ _ _ - - - _ - 33 _ - - -3275 ----------------3276------------------------------ - - - - -- - 6 -----------32--------- -3276-- - - -- - -3277- - - LEGEND — - — - — - — - — PROPOSED CHANNEL CL PROPOSED CULVERTS AND HEADWALLS -x-x-x-x-x-x-x-x PROPOSED FENCE O PARCEL NUMBER — — — — — — — DRAINAGE EASEMENT „ CONCRETE CHANNEL - - - - - - - - - - PROPERTY LINE EARTH CHANNEL - - - 3274- - - - EXISTING CONTOURS SLOPE ARMORING 3274 PROPOSED CONTOURS NOTES: 1. ALL WORK SHALL BE PERFORMED IN ACCOR[ THE CURRENT VERSION OF THE CITY OF LUB MINIMUM DESIGN STANDARDS AND SPECIFIC, 2. CONTRACTOR SHALL COORDINATE UTILITY W PROPER UTILITY OWNER PRIOR TO RELOCATI 3. SEPTIC SYSTEM IN OR NEAR VICINITY OF COI CONTRACTOR TO LOCATE SEPTIC SYSTEM CC IN THE FIELD AND COORDINATE RELOCATIOK PRIOR TO CONSTRUCTION. 4. SEE SHEET G-04 FOR HORIZONTAL ALIGNMEI 5. SEE SHEET D-01 FOR PARCEL INFORMATION. 6. SEE SHEETS TYP-01-03 FOR TYPICAL SECTIOP I I I I � W 7:1 10' CONCRETE VALLEY GUTTER w (ADD ALT)- PROPOSED 66TH - CHANNEL CL- G w ✓ .i._ d.66TH STREET CHANNEL.i, 02. I F I ���327 -�, - - _ �- .✓ .0 -� ✓ w .v i .� - a= - �, .� - IpL .x I - C1 C1 — cI - H - — C1 — - — - — C1 C1.. C1 C1 C1 CITY OF LUBBOCK ALLEY -----__ --- F3274-- --� _- - - L ROW. - �J _--- - _ - _ G1 _ - ------------3275 -- 3274 EXISTINGXCEL----=----3273---------------------3274-------_ _--___ _^ 273_ -3273 = _ - _ - _ � - - - _ _ _ _ _ _- _=3272 _ENERGY POLE- - _3273_- - _ _ g274- - - - _ -_ -_ - - _ _ _ -_ -_ - - - - - - - - - - - 274- - - -_ - - - - - - - - - - - - - - -3273- ------ ----3275-------------TO REMAIN----------- -----3275------- ---------------- ------ LEGEND — - — - — - — - — PROPOSED CHANNEL CL PROPOSED CULVERTS AND HEADWALLS —x—x—x—x—x—x—x—x PROPOSED FENCE O PARCEL NUMBER — — — — — — — DRAINAGE EASEMENT „ CONCRETE CHANNEL - - - - - - - - - - PROPERTY LINE EARTH CHANNEL - - - 3274- - - - EXISTING CONTOURS 3274 PROPOSED CONTOURS NOTES: 1. ALL WORK SHALL BE PERFORMED IN ACCOR[ THE CURRENT VERSION OF THE CITY OF LUB MINIMUM DESIGN STANDARDS AND SPECIFIC, 2. CONTRACTOR SHALL COORDINATE UTILITY W PROPER UTILITY OWNER PRIOR TO RELOCATI 3. SEPTIC SYSTEM IN OR NEAR VICINITY OF COI CONTRACTOR TO LOCATE SEPTIC SYSTEM CC IN THE FIELD AND COORDINATE RELOCATION PRIOR TO CONSTRUCTION. 4. SEE SHEET G-04 FOR HORIZONTAL ALIGNMEI 5. SEE SHEET D-01 FOR PARCEL INFORMATION. 6. SEE SHEETS TYP-01-03 FOR TYPICAL SECTIOP PROPOSED 66TH� it ARMOR FLEX 30-S- EX h ... 1...... _. G1L�7 - --3274_�,7.;�ARMORRE43700SF.. ..CITY�ROW� G1_.- - - �J r,273- - - - - - - - _ _ -STA 49+99.65 TO STA 51+01.16 = - - - - _ - - - - - - - - - - - - - - - - - - - - -3273- - - - - STA 54+00.69 TO STA 55+02.74 - - - - =3272----WARP SLOPE FROM 7:1TO5_1_- _-_-_- -------3272-------------------- - - - - - - - - - - - - - - -3273- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 3272 -- - - - - - - - - - -- - - WARP SLOPE FROM 51 TO 7:1 - - - - - -- - - -- - - - 3273 - - - - - - - - - - - - -3274- - - - - - - - - - - - - - - - - - - - _ - - - - - - - - - - - - - -3274 -- EXISTING UNDERGROUND I UTILITIES IN AREA CONTACT UTILITY 48 HOURS PRIOR TO CONSTRUCTION ' LEGEND - - - - - - - - - PROPOSED CHANNEL CL PROPOSED CULVERTS AND HEADWALLS -x-x-x-x-x-x-x-x PROPOSED FENCE O PARCEL NUMBER - - - - - - - DRAINAGE EASEMENT „ CONCRETE CHANNEL - - - - - - - - - - PROPERTY LINE EARTH CHANNEL - - - 3274- - - - EXISTING CONTOURS 3274 PROPOSED CONTOURS SLOPE ARMORING NOTES: 1. ALL WORK SHALL BE PERFORMED IN ACCOR[ THE CURRENT VERSION OF THE CITY OF LUB MINIMUM DESIGN STANDARDS AND SPECIFIC, 2. CONTRACTOR SHALL COORDINATE UTILITY W PROPER UTILITY OWNER PRIOR TO RELOCATI 3. SEPTIC SYSTEM IN OR NEAR VICINITY OF COI CONTRACTOR TO LOCATE SEPTIC SYSTEM CC IN THE FIELD AND COORDINATE RELOCATIOK PRIOR TO CONSTRUCTION. 4. SEE SHEET G-04 FOR HORIZONTAL ALIGNMEI 5. SEE SHEET D-01 FOR PARCEL INFORMATION. 6. SEE SHEETS TYP-01-03 FOR TYPICAL SECTIOP CHANNEL CL 2 F 12 x' _✓ — .v �. .i, W w w >v+` �., .„ �- �. .✓ w .v y y 7:1' .� � h69"10' CONCRETE �+ GUTTER .x �✓ .x .� .� .� �, \ + ^W — , — , — , — , — , — - — , — _ - — +' — - — STREET CHANNEL. 66T , — ' — —12H — — '— ' — — — — —,'�� e, —' — _ w� ,x �, ,�� x aK .i, .x .✓ x, SY w w tSPKv .✓� w �Ei'``_ . _ �I y www v_A 69ZEl, — Y _ ZE— 7:1 7:1 Q.1Z .� xxx xxxx.xx + x x x �x --Cl — — C1 C1 — C1 — — C1 — F C1 —x- — CITY OF LUBBOCK ALLEY —— C1 G1 -... C1-----` C1 -... :.CITY ROW271�—��- _ - — — — — — — — — — — — — — — — — — — — —_ — — _ —— — — — — — — — — — —— ———-32-3 ———— ---———----———————-3270———————————— — — — — — — — — —3271— — — — z 2" PE ———— ——— ————————————— _ -—________ _= —3-276F—--———————————_—_—_—_—_———_—_————_—_———- - — — — — — — — — — — — — — — — — — — — — — — — — — — 3272 3271 — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — _�2i1_ 327p— LEGEND — - — - — - — - — PROPOSED CHANNEL CL PROPOSED CULVERTS AND HEADWALLS —x—x—x—x—x—x—x—x PROPOSED FENCE O PARCEL NUMBER CAUTION!!! — — — — — — — DRAINAGE EASEMENT „ _ _ _ _ CONCRETE CHANNEL EXISTING UNDERGROUND UTILITIES IN AREA CONTACT — — — — — — — — — — PROPERTY LINE EARTH CHANNEL UTILITY 48 HOURS PRIOR TO CONSTRUCTION — — — 3274— — — — EXISTING CONTOURS A A A . A . t_ 3274 PROPOSED CONTOURS NOTES: 1. ALL WORK SHALL BE PERFORMED IN ACCOR[ THE CURRENT VERSION OF THE CITY OF LUB MINIMUM DESIGN STANDARDS AND SPECIFIC, 2. CONTRACTOR SHALL COORDINATE UTILITY W PROPER UTILITY OWNER PRIOR TO RELOCATI 3. SEPTIC SYSTEM IN OR NEAR VICINITY OF COI CONTRACTOR TO LOCATE SEPTIC SYSTEM CC IN THE FIELD AND COORDINATE RELOCATION PRIOR TO CONSTRUCTION. 4. SEE SHEET G-04 FOR HORIZONTAL ALIGNMEI 5. SEE SHEET D-01 FOR PARCEL INFORMATION. 6. SEE SHEETS TYP-01-03 FOR TYPICAL SECTIOP PROPOSED CONCRETE TYPICAL SECTION (A) NOT TO SCALE STA 3+47.00 TO 5+87.28 CL I I VARIES 50' MIN TYP I 31, CHANNEL FL—/ I I PROPOSED CONCRETE TYPICAL SECTION (B) NOT TO SCALE STA 5+87.28 TO STA 9+42.30 EX GRND J F- z w VARIES 2' Q w d O A 4:1 INSET A- TOP OF PROP BERM EX GRND #4 BARS AT 18" CENTERS EACH WA INSET A 12' CL� I I VARIFS 47' MIN TYP PROPOSED CONCRETE TYPICAL SECTION (C) NOT TO SCALE STA 9+42.30 TO STA 11+99.80 NOTES: FINISHED 1. CONCRETE SHALL HAVE TRANSVERSE JOIN GRADE AT WEEPHOLE LOCATIONS. REDWOOD E) JOINTS ARE REQUIRED A MAXIMUM OF E\, 200 FEET. CONSTRUCTION JOINTS PLACEC PAVING OPERATION HAS CEASED FOR MO THAN 30 MINUTES. 2. ADDITIONAL LAYER OF WEEP HOLES WILL I REQUIRED WHERE RIP -RAP IS GREATER TF VERTICAL HEIGHT. 3. CONTINUOUS GRAVEL TRENCH 6" THICK WF IN FILTER FABRIC (MIRAFI 140 NS OR FUN EQUIVALENT). DRAINAGE MATERIAL TO CC GRAVEL GRADED WITHIN THE FOLLOWING SIEVE SIZE % BY WEIGHT PASSING 1 INCH 100 3/4 INCH 90-100 3/8 INCH 2O-55 No. 4 0-5 4. FENCE POSTS ARE NOT PERMITTED IN THE 5. THE UP AND DOWNSTREAM ENDS SHALL H, DEEP TOE WALL, UNLESS CONNECTING TO ' 67' PROP ROAD BY OTHERS PROPOSED CONCRETE TYPICAL SECTION (D) NOT TO SCALE STA 13+02.04 TO STA 13+92.61 O' 0. �I I a 34.9' 0 I al I a I CHAINNEL FL I I PROPOSED CONCRETE TYPICAL SECTION (E) NOT TO SCALE STA 13+92.61 TO STA 18+35.39 INSET7A-1 EX GRND #4 BARS AT 18" CENTERS EACH WA EX GRND J INSET A 12' FINISHED NOTES: GRADE 1. CONCRETE SHALL HAVE TRANSVERSE JOIN AT WEEPHOLE LOCATIONS. REDWOOD E) JOINTS ARE REQUIRED A MAXIMUM OF E� 200 FEET. CONSTRUCTION JOINTS PLACES PAVING OPERATION HAS CEASED FOR MO THAN 30 MINUTES. 2. ADDITIONAL LAYER OF WEEP HOLES WILL I REQUIRED WHERE RIP -RAP IS GREATER TF VERTICAL HEIGHT. 3. CONTINUOUS GRAVEL TRENCH 6" THICK WF IN FILTER FABRIC (MIRAFI 140 NS OR FUN EQUIVALENT). DRAINAGE MATERIAL TO CO GRAVEL GRADED WITHIN THE FOLLOWING SIEVE SIZE % BY WEIGHT PASSING 1 INCH 100 3/4 INCH 90-100 3/8 INCH 2O-55 No. 4 0-5 CL I 1 VARIES 125' H wI EARTH BERM* 2V 4521' � I w 1 � I w T.1 - - - - - 7:1- - - - - - - - - - - 1- - - - �-^ 3277.00 in w: TOP OF BtRNI CHANNEL PGL- 1 10' VALLEY GUTTER *FROM STA 23+00 TO STA 25+50 1 (ADD ALT) PROPOSED EARTH TYPICAL SECTION (F) NOT TO SCALE STA 20+04.89 TO STA 29+99.68 STA 45+33.39 TO STA 49+99.65 STA 55+02.74 TO END CL I I 125' I_ VARIES I VARIES 70'-87' z I 21' VARIES 28'-45' 2V I � I w 7:1 - - - - - 7'.1 w I 10' VALLEY GUTTER CHANNEL PGL- I m7ADD ALT) PROPOSED EARTH TYPICAL SECTION (G) NOT TO SCALE STA 29+99.68 TO 30+99.68 STA 44+33.22 TO 45+33.39 20' 15' I K to C Q I� 1 u w I EX GRND I cc 20' ALLEY ROW 100' RAILROAD ROW H w — — — — — I o- — — — — Iw IU EX GRND I I I CL I I VARIES 125' I_ _1 I 701 20' ALLEY ROW z 21' 28' 21' z w w 1� w ------� L -- -- - -- - - -Lw - - -- �I ---T.1-------- 1 7'.1 1� --- - 1 w U I 10' VALLEY GUTTER 1"' EX GRIM J I I CHANNEL PGL- I (ADD ALT) I PROPOSED EARTH TYPICAL SECTION (H) NOT TO SCALE STA 30+99.68 TO STA 44+33.22 100' RAILROAD ROW 13: O cc CL I I I VARIES _ 125' _1 I VARIES 65'-87' 20' ALLEY ROW 100' RAILROAD ROW z w VARIES 15'-21' 35'-45' TRANSITION VARIES 15'-21' z w � I � w I 7:1 MIN— — — — — — — — — — — — — — — — — — — — — �.r-M'N- 5:1 MAX 1 MAX IX — X 5.1 u '''� 1 10' VALLEY GUTTER 1" EX GRND i I CHANNEL PGL— I (ADD ALT) 1 PROPOSED EARTH TYPICAL SECTION (I) I NOT TO SCALE STA 49+99.65 TO STA 51+01.16 1 STA 54+00.69 TO STA 55+02.74 CL I I VARIES 125. I 65' 20' ALLEY ROW 100' RAILROAD ROW z 15' 3 5' 15' z I O w I � SLOPE SLOPE vwi ARMORING I ARMORING 1 w � I� c[ LL, SEE PLAN I SEE PLAN — — — — — — — — — — 1w — — — -- 0 -- — — — — — I 5-1— — — Iw— — — � Q X. w I 10' VALLEY GUTTER 1X w EX GRND IU I[C I CHANNEL PGL— 1 (ADD ALT) 1 PROPOSED EARTH TYPICAL SECTION (1) I NOT TO SCALE STA 51+01.16 TO STA 54+00.69 1 / / / -3277 - - - 327 EDGE OF CONC E.T p 2+87.64 15.50' LT a 3270.85 L / EDGE OF CONCRET 2+87.43 9.50' LT •/ 0 3270.00------_\ p 6" CONCRETE RIPRAP (TYP) / / / EDGE OF CONCRET / 2+87.64 / 9.50' RT 3270.10 / EDGE OF CONCRET / 2+86.56 14.27' RT / 3270.30 / / / / / , _ - - - - - - - - - - - - - - - - - - - - - SEE NOTES, TYP-01 AND TYP-02 TOP OF BERM FOR JOINTING REQUIREMENTS 3+35.43 17.04' IT 3276.21- _ _ _ _ -- TOE OF SLOPE - - - - 3+35.43 10.05' LT TOP OF BERM 3274.20 3+84.00 16.50' LT 3276.35 D 27 P I D D - - 3276- - -- - - _- / D p D D D 7:1 -------------------------------- TOE OF SLOPE TOP OF BERM .^.I 3+38.71 3+80.36 9.50' RT 23.01' RT 3273.90 3278.80 EDGE OF APRON 3+23.73 22.99' RT 3278.80 `-EDGE OF APRON 3+14.86 34.28' RT 3275.50 EDGE OF APRON 3+11.16 20.05' RT 3274.50 PLAYA 100 CONNECTION TO CONCRETE CHANNEL + Yu UIUU. UU 0 _,_,_,_,_, 66TH STREET-,—,-------,_,_,_,_,_,_,_,_,_,_,_,_-- —C'-----C'---C'-----c'-----c'----- -- — ---c'_ � _ - . . . . . . . , ,--.-_ --- . . . . . . , . . . . . . . . . . . . . . . . . . . . . 5+05.06- 6+69.14• 77.17' LT - - 76.65' LT j /:; .LZ�ZE-- .I � 3277.70� 3278.09 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ---- -T- .... I.. - a - - \ -.- - - --.-.-.- - - - - - - - -.- - - - - - - - - - - - - - TEMPORARY ASPHALT ' ' ' ' ' ' ' ' ' ' ' ' ' ' - PAVING TRANSITION TO w EXISTING 66TH STREET IQ \ . . . . . . . . . . . . . . , , . . . . . . . . . u_ ----c'\-----'-------c'-------c'-----'-c'-'-----c--- -- ' c'-'-----c'-----�-c'-------c'--- c ""-""mac'--- ---y/-c'-----'-c'-------c'-----'-c'-------c'-----c'---- / \ �a _ 66TH STREET ROW 5+52.24- G G �G-6+23.19/ 29.47' LT _ _ 31.47' LT 280.52 3280.53 24 11550; io G D D ROP 66TH CHANNEL CL- D p i p 0 66TH STREET ROW - - - -� 3276.46 22 �, i 6+0. 32766+6° 5+49.50 0.09.50LT 9.93, /'ILT25 LT 9.50' LT m 3274.97 32052 ..09 92 �5+49.50- 5+71.28 �� -6+03.23 6+25.09 7 3.32674;96' a 3.60' LT : L-� 3279.66 '4 32 0.21 3274.93 '� PROP 66TH CHANNEL CL- p p p 7 N N D G p m D 4:1 4:1 - - H g> s+72.27 6+t02.2s p p p p 0.oo' o.o v +71.2, 3279178 3280.04 -6+03.23 .09c5+49.50 3.57' RT 3.57' RT . 3.58' RT 3.57' RT G p p 32 °i 3279.87, 3274.92 D p p D 5+49.50- 9.50' RT -69+.5205 6+25.09 RT rm. �D 3274.97 3274.96 D D ET, CULVERT C1 I RCP 66TH STA 5+88.19 ------ MENT - --------------------------- 3278 -- -32LF- --- -= REFER TOPD-01 FOR DRIVEWAY DRAINAGE EASEMENT a \ /INFORMATION a� 3277 _ . . . . . . . . S. _ _..TEMPORARY CONSTRUCTION_EASEMENT / TEMPORARY CONSTRUCTION EASEMENT _ _ _ _ _ I _ I - r,_,_,,_,_,_,_,_,_,. iI I I . . . . . . . . . . . . a c �i c+- - -- — -- — . ) CITY ROW ANNEL CL- � D � D D 1 66TH ST CHANNEL l7 ------------- LL 3278 a D D D p a D r IJ TYPE 11 SET- - G TYPE 11 SET D D D CULVERT Cl ' ' ' ' ' ' ' ' 2-30" RCP 66TH STA 5+88.19 �- T — - REFER 32 LF - FOR DRIVEWAY /OINFORMATION = m � D w n W A o = Nip+D O O Z i � POT o+oo.ao + O. . . . . . . . . . . . N�6�Jr . . . . . . . . . . . . ------------------- nW � II II x i III C� w II v nn II r �n W� om Nn 1 II�-0 II v n wO o D rl nU > n� o II a II m II n v - II x. III i II o II x • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 9 • • • • • • • • • • • • • A 1 • • • • • • • • • • • • • • • �£�,� • • / • • • • •OC)1 • • • • • �� • •'• • • • • • • • • • • • • • ml • • • •- • • • • • • • • • • • • �� O. lO�CO W O] r �n c � D G D D � D D G D / 3278 3277 N W D41 N I I . 30' . x N UI+ J p 61 I O A J J A � I POT 2+00.00 I x D z D n m�=m 0�G 3 CD DZ m O�O� Z A +\+ y DRAINAGE EASEMENT---,,, ASEMENT- z V A+ i ROW - lool --- �� -loo' 29* 15 * / 3' - 16 2 0 2 p�24 2 30 3 5 7 19: 3 T 66TH STREET -. 3. \ J y / D / � 4 / � o / p 4 o O 48 5 5 0 58 60* p p -MATCH EXISTING .:...59......6 * BLOW HEAD C WATERLINE.,_ Y OTHERS N $$ 10' a1; aO' E. _ 3 �� p 'n o o o '� �� 65 6j8' p p D- FLOOD GAUGE MARKER (W8-19 12X72) p FLOOD GAUGE PLAQUE (W-8-19aTP, 18X12) CHANNEL CENTERLINE p d ��� RAILROAD ROW -/+ ^---'� DRAINAGE EASEMENT-7 k / i k / POINT STATION OFFSET ELEVATION 1 17+74.90 40.85' LT ** 2 17+73.31 18.08' LT ** 3 17+82.61 35.55' LT 3276.86 4 17+81.71 21.58' LT 3276.86 5 17+96.53 34.69' LT 3276.57 6 17+95.67 20.72' LT 3276.57 7 17+99.42 34.51' LT 3276.45 8 18+14.81 48.60' LT 3275.50 9 18+10.50 33.83' LT 3276.00 10 18+09.64 19.86' LT 3276.00 11 18+24.48 32.97' LT 3275.42 12 18+23.62 19.00' LT 3275.42 13 18+38.45 32.11' LT 3274.87 14 18+37.59 18.14' LT 3274.87 15 18+45.89 46.68' LT 3275.47 16 18+46.10 43.16' LT 3275.51 17 18+53.77 31.14' LT 3274.40 18 18+52.12 17.21' LT 3274.40 19 18+62.53 30.20' LT 3274.22 20 18+71.05 28.87' LT 3274.06 21 18+67.66 15.18' LT 3274.06 22 18+87.49 25.07' LT 3273.81 23 18+82.57 11.75' LT 3273.81 24 18+95.43 22.59' LT 3273.70 25 18+89.85 1 9.50' LT 3273.70 POINT STATION OFFSET ELEVATION 26 19+24.14 22.94' LT 3276.69* 27 19+10.08 16.73' LT 3273.69 28 19+03.42 4.17' LT 3273.69 29 19+46.55 19.22' LT 3276.09* 30 19+23.72 9.50, LT 3273.67 31 19+16.27 2.47' RT 3273.68 32 19+35.01 1.92' LT 3273.67 33 19+27.11 9.50' RT 3273.68 34 19+20.39 17.25' RT 3275.93* 35 19+56.61 9.50, LT 3273.65 36 19+42.89 3.79' RT 3273.67 37 19+34.66 15.12' RT 3273.68 38 20+04.89 41.79' LT 3276.38* 39 19+87.44 30.23' LT 3276.32* 40 19+56.61 9.50' RT 3273.65 41 19+50.76 9.50' RT 3273.66 42 19+42.54 20.83' RT 3273.68 43 19+62.09 17.72' RT 3273.93 44 19+53.87 29.05' RT 3273.93 45 20+04.89 22.50' LT 3273.62 46 19+73.42 25.94' RT 3274.48 47 19+65.20 37.27' RT 3274.48 48 19+84.75 34.16' RT 3275.31 49 19+76.53 45.50' RT 3275.31 50 20+04.89 22.50' RT 3273.62 POINT STATION OFFSET ELEVATION 51 19+96.09 42.38' RT 3276.36 52 19+87.87 53.72' RT 3276.37 53 20+04.89 43.50' RT 3276.53 54 19+89.37 67.66' RT 3276.96* 55 20+07.42 50.6V RT 3277.48 56 19+99.20 61.94' RT 3277.48 57 20+21.26 55.37' RT 3277.92 58 20+18.75 58.83' RT 3278.32 59 20+10.53 70.16' RT 3278.32 60 20+25.92 1 64.03' RT 3275.73* 61 1 20+21.86 1 78.38' RT 3278.97* NOTES: * ELEVATION IS APPROXIMATE, CONTRACTOR SHALL MATCH EXISTING ** ELEVATION TO MATCH FUTURE PROPOSED ROADWAY BY OTHERS SIGN DESIGNATIONS PER TEXAS MANUAL ON UNIFORM TRAFFIC DEVICES (TMUTCD) SEE TR-05 FOR BARRICADES SIGN LAYOUT � I +` ALLOW LOCAI' I . \ ,•1 TRAFFIC ONLY/ E BARRICADf•5 TRAFFr I LIMITS OF (CLOSURE I a a - - - - - - - - - - - - - - - - - - - - - - - - - - - - - — .. — .....-.,.....�.... — : . ' - — - — - — - — - — - ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,""""""""'MARS'HA'S'HARP — - — - — - — - — - — - — - — - — - — - - — - ,WEST11BOUND FRONTAGE' ,�, „�,.....,,,,,,,,,,............ — - — - - ..� ..........................................�,� „ ,.. .....\ ........,. MARSHA SHARP FREEWAY BARRICADES- ... ......................... ............................................................................. .....................................:..............���.................. MARSHA SHARP EAST BOUND FRONTAG�E�� .,.. :.............: .:.................. ....... ....... ........... .............. .. .. .. .. .. .... ............................ ..... 66TH STREET DETOUR ROUTE N.T.S NOTE 1. ALL TRAFFIC CONTROL MEASURES SHALL BE FABRICATED, INSTALLED, AND MAINTAINED ACCORDING TO TMUTCD CLOSURE DESCRIPTION 1. TEMPORARY DETOUR SHALL CONFORM WITH TMUTCD SEC' 2. TEMPORARY DETOUR SHALL FOLLOW 66TH ST WEST BOUI` TO UPLAND AVE TO MARSHA SHARP WEST BOUND FRONTi support or trailer I down) IM Sign (shown facing left) nessage sign or support trailer G Surveyor device 0 Temporary barrier n ® Temporary barrier with warning light ,mporary traffic detour Traffic or pedestrian signal affic ® Truck -mounted attenuator Type 3 barricade rning device Warning light ;hannelizing device Work space rkings that should be o Work vehicle i long-term project eaning of Letter Codes on Typical Application Diagrams )d Type Distance Between Signs" A B C 100 feel 100 feet 100 feet 350 feet 350 feet 350 feet 500 feel 500 feet 500 feet 1,000 feet 1,500 feet 2,640 feet determined by highway agency A, B, and C are the dimensions shown in Figures 61 through 61 The A dimension is the >ition or point of restriction to the first sign. The B dimension is the distance between the first and limension is the distance between the second and third signs. (The "first sign" is the sign in a s closest to the TTC zone. The "third sign" is the sign that is furthest upstream from the TTC zone.) 61-1-4. Formulas for Determining Taper Length Speed (S) Taper Length (L) in feet WSz 40 mph or less L = 60 45 mph or more L - WS 7 ft MIN. L A - RURAL AREA OR BUSINESS, COMMERCIAL, OR RESIDENTIAL AREA (WITHOUT CURB) C BU51NE55,COMMERCIAL,Walkway OR RESIDENTIAL AREA 55 —6to 12It 6 ft MIN.— Pav B - RURAL AREA WITH AD' Where: L - taper length in feet I A e0o'ROAD WORK AHEAD Note: See Tables 6H-2 and 6H-3 for the meaning of the symbols and/or letter codes used in this figure. T.ir�:r��l Anr�l:n�sF:nr� '1 �t t 03SO HV I t 10Oa B OF13Htl — !lnOl30 A END DETOUR i enoiaa 31AAVII nHHI O1 arson avow ML Main 5# v DER m a3SO13 �c vs avo8 rt CnM c O m H i � ROAD CL05ED DETaUR Note: See Tables 6H-2 and 6H-3 for the meaning of the symbols and/or letter codes used in this figure. rT l 013a 193, A 1 DETOUR AHEAD B ROAD i — CLOSED lt �� AHEAD Retroreflective band —_ 2 inches 3 inches 2 to 6 inches 28 inches T 3 inches MIN. — Night and/or freeway High-speed roadway (a 45 mph) Retroreflective band 2 inches t 18 inches MIN. 3 inches t1 Day and low -speed roadway (5 40 mph) TUBULAR MARKERS Retroreflective band t 3 to 4 inches 28 inches # 6 inches MIN. to 2inches 36 inches $ 4 inches MAC X. Night and/or freeway High-speed roadway (? 45 mph) CONES ATICAL PANEL ion 6F.66 for stripe width 18inc h!s MIN. Day and low -speed roadway (S40 mph) LONGITUDINAL CHANNELIZING DEVICE Figure 6F-7. Channelizing Devices (Sheet 2 of 2) X45' ! 8 to 12 Te"] inches 36 I�24inches� i inches MIN. MIN. TYPE 1 BARRICADE *** / 458 to 12 TT 0� inches s 36 inches MIN. 24 inches MIN. TYPE 2 BARRICADE *** 5 ft �8 to 12 inches MIN. JF I� 4 ft MIN.�I TYPE 3 BARRICADE *** 24 inches T C 36 inches MIN. DIRECTION INDI BARRICAU " Rail stripe widths shall be 6 inches, except that 4-inch wide stripes may be used if less than 36 inches. The sides of barricades facing traffic shall have retroreflective - -------32�7 "'278 --- -_ -- _ ;\ / 277 � ;. -_ -- - - - -- _----- - - i lo --3278-� -_ =327i- 3279i -- -- -- -- ` - T 3273.. '._` ------- - -- - - - -- -3278-- - - - - - - - SAND BAG BERM - -3277- - STA 3+50.00 - - - - SAND BAG BERM - SAND BAG BERM - - LENGTH 41 LF- 5Z STA 5+00.00� LENGTH 38 LF- STA 6+50.00 ENGTH 39 LF ... , ��+'?� > � ''�.�`..�.- O � i CITY ROW __ + 00 3276 _ 3274 5 -.`3ZZ6== ° ° 66TH STREET CHANNEL, _ 11^^11��I1m71 ° 5 8�8° 09927:00" E Z 3271 � c DRAINAGE ES_NIT 3278F ,�—_S DRAINAGE ESNIT- �F g � � I 3 � Q b�` N _-U---------- - - - - - - 2� 327 78 32/ w �1 - _— -3277 - - Z \ SAND BAG BERM 0 �. - STA 14+00.00 - Q - - -LENGTH 34 LF- - - 0 -SAND BAG BERM-66TH STR - - ------ --- _- --- a STA 15+50.00 --._.-.�.. Z - - --........ - Cn -..- -..-..-. -..-.-..-..-.LENGTH 34 LF- - - - -------\---------3277-_ _--�- a -..—�. _ ..—.. �CITYRO� SAND BAG BERM- STA 10+50.00-0 o P> LENGTH 40 LF- 1 �� of p' 5 $8" 5°1 OlO.E "Al -- CITY ROW / _ >"� 6a 39 i, 66TH STREET CHANNEL 278 DRAINAGE --ems —5F $F 48 Y9309'� >� 41 48'S x ROADWAY, CULVERT AND CHANNEL TO - BE CONSTRUCTED WITHIN THESE LIMITS - AS PART OF UPLAND AVENUE ROADWAY IMPROVEMENTS PROJECT) x - - - - - - - - - - - - DRAINAGE E W K io NO - - - - - - - - �P -SAND BAG BERM �� 5c ArTu+?0.00 �Rq�Nq�FE��T °ssaa LENGTH 96 LF- v i--I 'B27 1 W — — — 667H STREET CHANNEL — — J — — — — — .. ' — u L -CITY OF LUBBOCK ALLEY --------- ------------------ �- - - CITY ROW -- _ -- -- --- -3277 3275 - - - - - -_ ---3177---3276-------------3275 = I - - - - - _ - - - - - - - - - - -1 DRAINAGE ESMT 1 xx-xxx-xx-x - - - - - -1 - - - -SILT FENCE J4 Ix x x - - - - - - - - 2 -I 4I -Ii- - STA 29+29.7 - - - - - - - - - - - - - I - - -`- - - ROCK FILTER DAME I STA 27+00.00 _ _ LENGTH 96 LF- _ _ _ _. I; I OFFSET 54.60' LT II LENGTH 20 LF-. I xl 1x I ROCK FILTER DAM STA 31+00.00� �1 1i - 1� LENGTH 96 LF7777 777777 1+ - w t�' w m 1 d- �- 3`274 .v 32a4 - 1 . t frt,= �+ -. 3274 �' PROP 66TH CHANNEL CL- `�- `i' Wp y �' �. .� .i. _ w .i. .v .� �., _ �L .v w .i. .�' .� ... ... 73 4 V- V, I - W I I - v .r r I , ° 66TH STREET CHANNEL .i. w w w v .v w �- ✓ x xx—x xx—xx—x xxxxxx xxx x_x xxxx�x�x 17 x x x xJI IIL 6 x x x x x x x x x— - - j6i x - - - - c�Z CITY OF LUBBOCK ALLEY ------ -_ _. — — — — — — — — — — — — — — — — — — — — — - — — — - — — — — — — — — — — — — - — — — — — — — — — — — — — — LF— LENGTH 20 LF— 11 _ -- ROCK 36ER00 00 —LENGTH 96 LF— PROP 66TH CHANNEL CL— ROCK FILTER DAM---- L G� STA 38+00.00 ) LENGTH 96 LF- 3 ;�2 4- J. w B _ = J-3274 •.- 3 V J/ W Ji Jr J/ Ji Jr J/ �. v ., ! W � W A ✓ ✓ . W Cµ ✓ v .. .. � J, J' i . . . . . . . . . . . - - - - - V . v J. v .✓ .L Jr w J. ,I.V ✓ M I. Vi FI-� J. J. J, J, 66TH STREET CHANNEL`' J, N Sh" 41 -.— - - _ l J Ji v W w .✓ J- J- ... v — x x—xx—x —=— -- — xYx x x x x x b J , .... .......CITY OF LUBBOCK ALLEY....... ———- —3275_--------- _........ ..... —_ — CITY ROW — —..— — — --- —275— --- — — — — ———-3274—————————————————————— —3275— — — — — — — — ——————————————— 3274————————————— — — — ——_———————— —— _ _ _ - —— ———-- — — — — — — — — — — — — — —---_—_— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —3274— _ _ _ _ _ _ _ _ _ _ _ _ _ _ — — — — — — —3275— — — — — — — — — — — — — — — — — — ——_—_-- — — — _ — — — _ _ _ _ — — — — — _ _ — — — — — — ——327274—_—_— ——_—_—_—_—_—_ — — — — — — — — — — — — — — — -3276— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —3276— — — — — — — — — — — — — — — — — — — — — — — — — — — —3277— — — s / 17 � 9- I u xxx x � I / )S — x x DRAINAGE ES MT / � fie— \ ROCK FILTER DAM � x STA 42+00.00 1 ------ Ix—x—xxxLx—x+ / / � — _ / PROP 66TH CHANNEL CL— - ) "—xxxx — x---x--- — x—-----.- x x;;xx—xxxx- ROCK FILTER DAM LENGTH 96 LF-- _. / i / — �x—x - STA 47+00.00 —x / i — — LENGTH 96 LF _.xxxxxxx f / � � 1 x J, w w - 7 v 2�4 —. w v 3274, w M .�.� J. J. .i-3274 .✓�J. .✓ �, ,v .� �✓ v. J/ J/ Jr Jr W .V Ji J/ J/ J/ �V �V J/ � ✓ � � J-M v Vi � v J/ w J/ y ✓ J, J. J� ✓ �V F � ' W � W v vi - J' 1 v JN v �✓ v �✓ v .. v W w v v �/ v Jr � J/ v J� �✓ �/ w �✓ Jr �✓ �I/ V v �I// Ji ., �V �✓ J. J. M •�V �V J� .V � Jr _ � .L .✓ w �✓ �/ �/ V V J� .i �✓ J� V. �V � - - - - 1f7I1 1R ' t 66TH STREET CHANNEL w w w �✓ �✓ .� .� .� J, J, JLp J. J. I]/ J , . . � —� b U7 fi - - — b Z 5 J- J, w J, .i. � � .✓ .✓ .� .,- Z 5 w - ... .. .� .✓ x .✓ x., .✓ .✓ w tlL E �LZ£w / �.. —. Ix. x..-.-x 9 CITY OF LUBBOCK ALLEY - _.x... — — ——-3274——- I II x tl I I I I I —I — --x— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — IL _.�,. — — —DRAINAGE ESMIT— II I ROCK FILTER DAM _ xx xxxxxxx-- _x x / STA 55+02.7 ROCK FILTER DAM / � _ F— LENGTH 96 LF- -x— STA 51+01.16 �` 1 _ — — — — — LENGTH 96 LF- x1 — x� x 27 I JSPK C<' "' dA� / DRAINAGE ESNIT PROP 66TH CHANNEL CL— ROCK FILTER DAM STA 59+00.00 — — KK ROCK FILTER DAM STA 63+00.00. LENGTH 96 LF— LENGTH 96 LF—.� -3272" y it J, J— — — — — — — CITY OF LUBBOCK ALLEY 271— CITY ROW _ - \ ................. .. II II:� .... poa ..... II ., i II: .. n 4. m��ll .... .......... .......... >II c t w` J II II Ow ° II_ wO 3280 .............:.............:.. .........0 w............. .. ....... .......... 1 — 3270 STA 5+00.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3300 0 a' ,yj:p� II � Op II O p p 3290 II �LL II: II II pn II : �p wll cC0 J w °W J II J vwiw II w wO J II II �LL Q �. w° J 3280 ..............:.............:.. ......... O w....................0 ............................................. y y 3270 STA 4+50.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3300 ............ p p ...... .........p......... �OII ................................... NwII�. oa'iII :. 3290 �cCLL0 II MJWII::.: p°II "MwIf NwII ZIWN O, JwII wII wo 3280 ............................................................................. ........................... 3270 STA 4+00.00 3260 M -40 -20 0 20 40 60 80 100 ............................................................................................................. 3300 w 3290 , W II �LL II w II wo 3280 3270 .......................... ......... ... �LL II gym: II � p: II .... II � ... N II II: m .. � wll II II : �LL ...................... 3280 :............. :.......... w.Ow J W............ Ow: . ........................... ..:.. ......... J 0 .......... /o ......................... — 3270 STA 7+00.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3300........................................................................................................................... WO p 3290 �p� . a o 0 .......... �LL II II IF II II ' N II m II WN Lr. ^� �II NLL 3280 p "° ow II w : NLL °. wo II ° wo J: ..........................................:............... ......... W............' .. ..... O w:... . ......................... 3270 STA 6+50.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3300........................................................................................................................... 3290 0 p o M................................:.. 0 �� ................................................ II w Eli ........................ 3280 �O wO 3270 STA 6+00.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3300........................................................................................................................... 3290 O p o M �o p% N p 0 N ............................:..................... oLL ............:............... II Ell W NLL w� Imb 3280 w� w(D Nw ..............:.............:.............:.............:.............:.............:... ...................:.............: 3270 .................. II m� oa ...... IIH II m: wll w OD II II :II II �^ J LL II II: mw Q w0 w :Ow w � Ou — 3280 ............. ........ ...:.. ......... °...........:........................................:i....... . k'0 1 ° 3270 STA 9+00.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3300 o: 3290 ......... ...... II .w N 'M .... �... oa .. II M.:.. II all .. N.W. M mil a......... ........ ......... .... II II II II o^ II II Ow : w0 w0 w °w w 3280 .........................:...........°w............:..........:... J 0 ° 3270 STA 8+50.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3300 o: ^ . N ZN ^: Z I� W. 3290 N.. P2�..W I� ........ .......................... II OLL II IIII II II ^ J. Q'i w : w0 w0 % °w �. °w II Ou1 3280 ........................:...........°w............... ---- .1 — — ......... — —AJ J 0 — 0 3270 STA 8+00.00 3260 M -40 -20 0 20 40 60 80 100 ............................................................................................................. 3300 o r`:a ^ u1 ^: Zvi ^' . 3290 m ^:.W N..... W . . �u_ II II: II p o J LL II II_ QLL �O w: w°w II II w J O �: w0 w: 3280 ............. :.... ....... .:.. .........Ow. . ' . 3270 ....................................... II II : .... N II IF �LL ... II II <0 .... .......... O ii:ll II M - WO WO 3280 O w O: °w J II II u! W :............................ w............:. 3270 STA 11+00.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3300........................................................................................................................... 3290 m o: c ^ o:�� ^ N : 0 0 °� Z� N wN 0 °°Z" ^ 0 o II II �LLI_ N II II: �w IlptwnLL Wa N w w0 w � w0 w 3280 °W II M II 3270 STA 10+50.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3300........................................................................................................................... w3290. I� O 'O� '� I� N : N 0 r ZN N wN I� Z� x wa ............................................... N.... 'm i.. lO II ........ 'M a........il N .III w It �w .. .. w II II: �w .... .......... Ow w ° II II Q w 0 Q w0 3280 OW -I II w............:. Ow ..................................................:............ . 3270 STA 10+00.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3300........................................................................................................................... 3290 ^ o :o a ^ 0 N II .. �o . II II II �u .II II N m Q J_ w0 w 3280 w KO °w J II II w. J — . ...........................:.............:....... ... .:.. .......... w 0% 0% 3270 ....................... III, UP P II ............................... w °oQ3280 I ............. ......... ... ........... &................. ............. a ............................ Y l< o u ............................................................................................................. 3270 STA 15450.00 ............. ........................... ........................... ............. ........................... 3260 0 -40 -20 0 20 40 60 80 100 3300 cj 1 ............. ....... ............ P .......... ............. .......................... lII .3290 ct �o ............. ......... 0� ............ wo .... z ............. a .......................... .3280 ........................................ on ........................................ ........................... .3270 STA 15400.00 ............. ........................... ........................... ............. ........................... I .3260 0 -40 -20 0 20 40 60 80 100 3300 cj ............. D �.6 i .3290 .... CC) .......... II ww II Ow w�o .. . ................................. . 3280 ......... Mc ........................................ do .................................................................... .3270 STA 14+50.00 ............. ........................... ........................... ............. ........................... I .3260 M -40 -20 0 20 40 60 80 100 3300 c� ..................... ...... .......... 2 .3290 �o ............. ..... ....... ........... Cwl A ..... .. ... � ............ ............. . 3280.......................... .3270 ..................................................... C� ................. II LL 3280 LON a .................................................................... C� 0 ... .... .. ............ ............. .............. YU 3270 ........................................................................................................................... STA 17450.00 3260 ........................... ............. .................................................................................... -100 -80 -60 -40 -20 0 20 40 60 8 3300 3290 .......................... .......... ......... C�i r �.lz . ............. ............. ............. On —W MW II 3280 ........................... ............. C.0 ........... . .... =0 ... O�C�: ........... ............. .............. 3270 ........................... ............. ..................................................... ............. ............. STA 17+00.00 3260 ........................... ............. ......................................... ............................ I ............. -100 -80 -60 -40 -20 0 20 40 60 8 3300 3290 .......................... ............ ...... ......... .. ........... ............. ...........II m w II C� 3280 ........................... ............. .......... .. ........... C, z ............. a ............ 3270 ........................................................................................................................... 0% 0%"'- STA 16450.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3300 3290 .......................... ............ ... ........... ............ ............. ............. LQ 3280 a .......................... ............. ......... . . ........... C� 0, Cw: a ............ 3270 KC000 DOX m M m ................................. W 0% 3270 STA 22+00.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3290 NC NM �^ � �O N^ r aN �N :vt ON �N 3280 OW ryRM ..... M M J OW OW 0% OW 0% OW 3270 STA 21+50.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3290 y�N NM W �N NM pN �M NM Mph m aN LLM 3280 - WM ow 0% W ° M w 0% ow / 3270 STA 21+00.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3290 ........ N � NtD. LLanB4. ppi ,,�, uN; T Oi oOu, PNN � NN M :M� :aLLJ ......... . 3280 - Ow — 1T LLM Ow LL Ow M Ow 'OW �•�� — -� / 0% 0% 3270 STA 20+50.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3290 mr ..........LLJ an ......... �IND NR............O.r.......... o:O OlryO .NIA .........:..... O m u ..: .......... .......... Q 3270 ........... .. .... \ DW — — — 3270 Ow0 %NM 0Ow STA 24+50.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3290 l0� NO p0 Np pO:�pN M �n Win: W M 3280 a................................... WM W Ow.. LLM: W Ow. O Nm............ M NM arvNi .. ....... 1 NN N NN ........ J LLM nt M Ow - OW 0% Ow 0% OW 3270 STA 24+00.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3290 p 10: oo roo: aio pW: NN: rr n a.N Wr. �tO n n W 3280 a...................... LLM_ LLJ: OW...QW....... LLM LLJ M:LLM J:'1J w..... p0 NM N.iI. ...........0 O nt OM ........... ^. N^. Q Nn ........ gym..........:. - . ............. - N m NM OW 3270 STA 23+50.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3290........................................................................................................................... N C� 3280 OM ry M ONN a a pa NM a N aN LL^t Ow Nh N r Nr...... N lVN/ ._ w . 1 Ow 0% w 01/0- 3270 STA 23+00.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3290 ........................................................................................................................... mM fqn �r wz: ryM �l0 � 1T M �M O tD Nv1 OIL 3280 WM WJ NN M N NN M WM LL M W J ........................... :....... O uJ. ...... ow.. ........ w.. ow.. ........ ...... .. .......... 0% 0% 3270 ........... C.Lj o 6% cw% 0 C� j 4- ............. ................................................................... ............................ 3270 STA 27400.00 ............. ........................... ............. ............. ............. ............. ............. 3260 0 —40 —20 0 20 40 60 80 100 3290 MN 00 3280 ryr CR, Zj: . ......... ............................ Ow: )1_7 _16-0% - — — 0% ............................................................................................................. 3270 STA 26450.00 ............. ........................... ........................... ............. ........................... 3260 0 —40 —20 0 20 40 60 80 100 3290 N: 3280 r�m ............ ........... rl, ......... LN m 0% Ow 0% ............. ................................................................... .......................... 3270 STA 26400.00 ............. ........................... 3260 0 —40 —20 0 20 40 60 80 100 3290 .0 w ll�y Y� ........ .......... a .......................... 3280 OW0% Cw 0% 074—�, ............................................................................................................. 3270 STA 25450.00 ............. ........................... ........................... ............. ........................... 3260 0 —40 —20 0 20 40 60 80 100 3290 No lm . ........O.rye 14 3280 �--w —CLW 0% 0% OW 3270 'o%o' 3270 ............................................................................................... 0'0% ............. ............. STA 32400.00 3260 ........................... ............. .................................................................................... —100 —80 —60 —40 —20 0 20 40 60 8 3290 3280 ........... 3270 .......................... ............. .................................................................................. o o STA 31450.00 3260 ............. ............. ............. .................................................................................... —100 —80 —60 —40 —20 0 20 40 60 8 3290 3280 a ........................... ............. ........... .... .... ...... .............. 3270 .............................................................................................. ow 0% w 0 % 0;-.— ............. ............. STA 31+00.00 3260 ........... .............. ............. ............. —100 —80 —60 —40 —20 0 20 40 60 8 3290 3280 PV C� ........................... ............. WM ......... oiN - ......... coz� I , ........ L . ......... ... a .............. 0% Ow -M— 0% Ow OW -- — — — — 3270 .......................... ............. ................................................................................. STA 30450.00 3260 ............. ............. ............. .................................................................................... —100 —80 —60 —40 —20 0 20 40 60 8 3290 3280 P� . ................................... ......... Ow ............ IN c ............ m .......... ......... a ............ ul 0% 0% 3270 ............. LL ........ J N^ �yM N O ...... ^ ^ LL �011 oW p% o- 3270 STA 29+50.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3290 :........ roN : N m oo o CO : 3280 — OW .:......... J' �• 1 Nim`........... N LLJ O LLJ ^............ . N ^.........LLM N ..........: J ........................... oW p% oW p o aW 3270 STA 29+00.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3290 am : O Dorn N 3280 LLJ O : W NN ' M ON ^ ^ N OW ow 0% pw o%- 3270 STA 28+50.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3290 oa O y No �N 3280 ........ �y OW f'1. .:......... NM............0 ^ O ^ ...........NIM\ N .........;LLM .........:........................... OW 0% OW porn Dw 3270 STA 28+00.00 3260 i0 -40 -20 0 20 40 60 80 100 ............................................................................................................. 3290 rain �^ a� MNi ^° o^ a 3280 ............... LLm....n ......0 ^ ..... a^..........LLM............... ..........................: OWOw p%ow p%ow1 3270 J J 3270 OU ° W o�ro W o�roa W STA 34+50.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3290........................................................................................................................... O 0o vl aio 3280 N o� 'D o� O MN ............... ............... — Ow � LLni owO% ni � 1 — -- 3270 w0%aw STA 34+00.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3290........................................................................................................................... row ro� 3280 an co MN O N .............................................. N ...... ry....... ........... - --- OW LLM Owo�io M Woo�oOW M 1— OW ' ----- 3270 STA 33+50.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3290........................................................................................................................... N 3280 o� ' N �N... N - ............................ Fri ......... r,^ OW LLM � ry...... OM N...... ^ ......... ^ � M OW ................. M ' ............. 3270 Ow0% W0%Ow STA 33+00.00 3260 -100 -80 -60 -40 -20 0 20 40 60 8 3290........................................................................................................................... 3280 roM nl^ �� an O� cl N ,nos o, oo, N^ N^ ^ ..........................:............ ......... rvi^............ M........... .N,..........kaLrn.. ........ :............. . OW LLM M LLM —� OW — — — 3270 0% OW 0% ow ........................................................................................................................... OLZE mo ............. ... ...... ............. ........................... 08ZE ........................... .................................................................... .......................... 061E 18 09 0 V 0 Z 0 oz- ov- 09- 08- 001- ............... ............. ...................................................................... ............................ 09ZE 00'00+.8E vis ............................ .......................... ........................................ Mo %0 mo —Mo 0/.0 7: I � 1 1 .......................... OLZE ............... ............. ...... rT 'M W,— 11 m 0 ............ . ........... ............AJ . 4l o 08ZE ............................ .......................... ........................................ ........................... 061E 18 09 017 0 Z 0 oz- ot- 09- 08- 001- ............... ............. ...................................................................... ........................... 09ZE oo,os+.BE VIS ............................ .......................... ........................................ %om %0 MZD .......................... OLZE m ............... . .......... ...... m m . ......... ........................... 08ZE 41W AJ ....................................................... ........................................ .......................... 061E 18 09 017 0 Z 0 oz- otl- 09- 08- 001- ............... ............. ...................................................................... ........................... 09ZE 00'00+.6E ViS ............................ .......................... ........................................ --m O%Omo 0/0 0 m L2 .......................... OLZE m mo -- — - — — — — — ............. ........... ........ ...... ....... ......... ................. ............. ............. 08ZE ............................ .......................... ........................................ ........................... 061E 19 09 017 0 Z 0 oz- otl- 09- 08- 001- ............... ............. ...................................................................... ............................ 09ZE 00'OS+.6E V IS ............................ .......................... ........................................ .......................... LZE O 0 %0 m M- ............. ...... ...... ............. ........................... OLZE ............................................................................................................. 0 %0 m0 %0 mo MO 08ZE .............. ........... . ............. ...... ..... ntA .. .......... T .............. 06ZE 001 08 09 ot, oz 0 oz- ov- 0! 09ZE oo,os+.SE vis OLZE ......................................... .......................... .......................... ............. ID o/. 0 m Fo o/. 0 m 0 :m mo 08ZE ........................... ............. .... .... . 1.41 m . .......... 06ZE 001 08 09 ot, 0 z 0 oz- otl- 0 09ZE 00,00+9E vis OLZE ......................................... .......................... .......................... ............. 0/.0 Mo� ............. ............. ............. m . N. S2 mo . . .......... 081E NO JA 06ZE 001 08 09 ot, oz 0 oz- ov- 0! 09ZE 00,os+.9E vis OLZE ......................................... .......................... .......................... ............. /o 0 �m -/. �or n 0 08ZE ........................... ............ M� JA .N. b..... I .....N- V. mo NO JA Ao O -tm 7v 41 06ZE 001 09 09 ot, oz 0 oz- ov- 0! 09ZE 00'00+.LE ViS OLZE ......................................... .......................... .......................... ............. mo %0 mo 1/00 mo '41 . . . . . . . . . . . . . . . . . . . . . ............................................................................................................ 0 c� Ow 0 0% 3270 STA 42400.00 ............. ........................... ........................... ............. ............. .............. 3260 0 -40 -20 0 20 40 60 80 100 3290 3280 LLM . .......... R! an .� ..... - CR, 2 . . . ............ .......................... ........................................ ON c 0,x c .......................... ............. .......................... 3270 STA 41450.00 ............. ........................... ............. ............. ............. ............. ............. 3260 0 -40 -20 0 20 40 60 80 100 3290 MO Xcr! .... ........ . .... ....... ............. ............................ 3280 0. ON -N ........................................ C. 0% C. 0% C'. .......................... ......................................... 3270 STA 41400.00 ............. ........................... ........................... .......................................... 3260 0 -40 -20 0 20 40 60 80 100 3290 ON .. 3280 .......... LLm OW ........... an .1 ...... ON ..... an -1 .......... ow .......................................... M ............. ..................................................... LLMLLM �� c wo%cwij 4o% ........................................ 3270 STA 40450.00 ............. ........................... ............. .............. 1 ............. ............. .............. 3260 0 -40 -20 0 20 40 60 80 100 3290 mN 3280 N.......... I rll ............................................. 0% 0." 0% 3270 ............................................. ....... T 3270 ........................... .................................................................................. L SOW 0% 0 ............. STA 44+50.00 3260 ............. ............. ............. ................................................................................... -100 -80 -60 -40 -20 0 20 40 60 8 3290 O pi 3280 ........................... ....... ON ....... ......ON ................ a .............. . IM N 0 [I % -01/00 3270 ......................................... .......................... .......................... ............. ............. STA 44+00.00 3260 ........................... ............. ................................................................................... -100 -80 -60 -40 -20 0 20 40 60 8 3290 3280 ........................... ........ ONNa OF! rin ....... C� OM 0W LLM M Ow 3270 .......................... ............. .......................... 0% 0 .......................... ............. ............. STA 43+50.00 3260 ............. ............. ............. ................................................................................... -100 -80 -60 -40 -20 0 20 40 60 8 3290 3280 :MnOm M 10 'z'N C N Ow --� � 3270 ........................... ............. ................................................................................. O-w 0% 0, WO%ow STA 43+00.00 3260 ........................... ............ .................................................................................... -100 -80 -60 -40 -20 0 20 40 60 8 3290 3280 ........................... ........... ......... ...... wa N, M. N ' n M - - - - - - :0w LLM ON -N Ow 3270 0 0 o� �o ..v ON N �� 3280 ........... ^ .......!!,a' ............. ..........gym or` ..........................: i.. �._. �........�N...........' LLM N^ �I� r WM J N O N QLLJ LLM Qw LL � nt QW 0% QW 0% QW I •� �� 3270 STA 45+50.00 3260 i0 -40 -20 0 20 40 60 80 100 3290 :orN N ..3280 ............a......... ...... a........... ...........................WJ�-—O--T- WW 0D/O �1 � :� \/ I�' 3270 � •1 vt� � 3280 . .vh Oa lLLLM N•I� CAS M J ' N N ^N J 0% 3270LLJ--- '00 pM CN :N M� 3280 .5t�.........C!:!............ ApN N^ OW �yM LLM � M CJW low 0% °W o% 3270 � •1 � •1 3280 ............................:.............:.f9 ....... NIA LLM r0 O:O �O LLM Ow tin .n nn LLJ Ow o�io 3270 s,1 ow w 0�io ° 51 280 ............. ............ . . ........ ........... ........................... 3 �L 7 .. .......... ...i . ..... 0.0/ .... 0.1 ....ow r 1 ................................. .......... 3270 STA 56450.00 3260 ............. 0 -40 -20 0 20 40 60 80 100 3290 3280 .............. .............. ......... Z' . .......... a ........................... C'u % Cw ED 3270 ............. ......... ... .................................................. STA 56400.00 3260 ............. .......................... ........................... ............. ............. ............. 0 -40 -20 0 20 40 60 80 100 3290 3 280 ............... x, ........... . cw 3270 0 ......... ...... ... . .. . ... ........... STA 55450.00 3260 ............. .......................... ........................... ............. ............. ............. 0 -40 -20 0 20 40 60 80 100 3290 3270 ............................. 3260 .................. -100 -80 3290 3280 ................ 3270 3260 .................. -100 -80 3290 3280 T-To 3270 ........................... 3260 .................. -100 -80 3290 3280 ................ 3270 3260 .................. -100 -80 3290 we o. ......... ............. ............... .............. 80 00? NIA 0% 0% STA 59400.00 -40 -20 0 20 40 60 8 ern no ......................... .. ......... 0% 0% ...Ow 0 . ............................ STA 58450.00 ........................... ........................... ............. .............. -40 -20 0 20 40 60 8 Nn M ......... .......... .............. Nip ...... ...... ......... ........................... STA 58400.00 ............. .................................................................................... -60 -40 -20 0 20 40 60 8 3280 3280 :.....It. .... ......... ......... ........ ......... .......... ........................... ........ ......... c Lm Ln"i 'Zr6i 6�; LL' Ow 3270 3270 T—J —0 —0 % 0' 4. n 0/ n 0/- �OE ............................................................................................................... :N bN ar' NN pN N aN LLM: N� 00W N� LLM ............... .°w....O.d/o....Ow...—o��o ...°w.�c' ......-.=.— .... — 3270 STA 62+00.00 3260 i0 —40 —20 0 20 40 60 80 100 3290 3280 .........................o .............. Mom......................... ............. LLM N115 pAD Nlo LLM Ow: LL^N"5 LLM m :Ow 3270 STA 61+50.00 3260 i0 —40 —20 0 20 40 60 80 100 3290 M 3280 Nv bM o:a ba r.ir, N LLM' Nw Om N� M °w.. .;—.�'1. ow....o�ro. w —o�io...ow. w...-.=.. 3270 O w. STA 61+00.00 3260 i0 —40 —20 0 20 40 60 80 100 3290 3290 � •1 NN: 3280 3280 N p 10. l0 ....... f!1!!.:.............:.............:.... �M ..... :.......... 0............................................n.r.........:............................ ........................... ....... .......... .... ate: Nn pn on :ran an : oo :o ..Qo .. ��.. oa Q^ CN LLM. Nlp pl0 fV lO M LLM ry� C•O .rq lyM OW: ,��vryj N ,Nryryj :OW J' NN p�N NN � ��J 3270 3270 ------ �• � /2" MIN EALANT iEPTH )INT =ALANT DD BACK-UP MATERIAL 1ALL BE 1/8" PLUS WIDTH F SAWED JOINT WWED i1NT FACE PROPOSED CONCRETE VARIES R z a z \ N •'`- 1/2" MIN SEALANT X DEPTH \ -JOINT SEALANT -ROD BACK-UP MATERIAL SHALL BE 1/8" PLUS WIDTH OF SAWED JOINT -SAWED JOINT FACE (2) CONSTRUCTION JOINT N.T.S. PROPOSED DOWELS (SEE TYPICAL CONCRETE CONNECTION DETAIL) EXISTING O GROUND F__ CONCRETE DRIVEWAY DETAIL N.T.S. -PAVEMENT 3/4" SURFACE a M - F77 77"," R (TYP) -JOINT SEALER - NON -EXTRUDING PREFORMED COMPRESSIBLE MATERIAL EXPANSION JOINT N.T.S. NOTE: T=THICKNESS OF EXISTING CONCRETE OR 4" WHICHEVER IS GREATER a EXISTING CONCRETE - -EXPANSION /-*4xl2" @ 1 3' /EPDXY GROI SYSTEM REC PROPOSED CON -COMPACTED SL -EXISTING GROU -4) TYPICAL CONCRETE CONP N.T.S. B'-0" MAX CHANNEL SLOPE WIDTH VARIES, SEE PLAN 2-1/2" O.D. GALV. / STEEL PIPE ,l SCH 40 (TYP) -4 1/ "2 O.D. GALV. \ STEEL PIPE WELDED BRACE POST CHANNEL SLOPE — SEE PLAN u IL i ( /XXX> NOTES: 1. PIPE FENCING TO BE USED TO REPLACE FENCING REMOVED PERPENDICULAR TO THE CHANNEL, AND SHALL TIE TO EXISTING FENCING BEYOND CHANNEL EXCAVATION LIMITS. 2. IN AREAS WHERE SLOPE ARMORING IS PROPOSED, FENCE POSTS MUST BE LOCATED OUTSIDE THE LIMITS OF SLOPE ARMORING. 6 PIPE FENCE DETAIL N.T.S. 1. STEEL POSTS WHICH SUPPORT THE SILT FENCE SHALL BE INSTALLED ON A SLIGHT ANGLE TOWARD THE ANTICIPATED RUNOFF SOURCE. POST MUST BE EMBEDDED A MINIMUM OF ONE FOOT. 2. THE TOE OF THE SILT FENCE SHALL BE TRENCHED IN WITH A STEEL FENCE POST SPADE OR MECHANICAL TRENCHER, SO THAT THE DOWNSLOPE MAX. 6' SPACING, MIN. FACE OF THE TRENCH IS FLAT AND PERPENDICULAR TO THE LINE EMBEDMENT = 1' OF FLOW. WHERE FENCE CANNOT BE TRENCHED IN (e.g. PAVEMENT), WEIGHT FABRIC FLAP WITH ROCK ON UPHILL SIDE TO WIRE MESH PREVENT FLOW FROM SEEPING UNDER FENCE. BACKING SUPPORT 4x4-W1.4xW1.4 MINIMUM 3. THE TRENCH MUST BE A MINIMUM OF 6 INCHES DEEP AND 6 ALLOWABLE, TYP. CHAIN INCHES WIDE TO ALLOW FOR THE SILT FENCE FABRIC TO BE LAID LINK FENCE FABRIC IS IN THE GROUND AND BACKFILLED WITH COMPACTED MATERIAL. ACCEPTABLE 4. SILT FENCE SHOULD BE SECURELY FASTENED TO EACH STEEL SUPPORT POST OR TO WOVEN WIRE, WHICH IN TURN IS / 6" MIN. ATTACHED TO THE STEEL FENCE POST. THERE SHALL BE A 3 FOOT OVERLAP, SECURELY FASTENED WHERE ENDS OF FABRIC MEET. 5. INSPECTION SHALL BE MADE EVERY TWO WEEKS AND AFTER EACH 1/2" RAINFALL. REPAIR OR REPLACEMENT SHALL BE MADE PROMPTLY AS NEEDED. FABRIC TOE -IN 6. SILT FENCE SHALL BE REMOVED WHEN THE SITE IS COMPLETELY STABILIZED SO AS NOT TO BLOCK OR IMPEDE STORM FLOW OR DRAINAGE. 7. ACCUMULATED SILT SHALL BE REMOVED WHEN IT REACHES A DEPTH OF HALF THE HEIGHT OF THE FENCE. THE SILT SHALL BE DISPOSED OF AT AN APPROVED SITE AND IN SUCH A MANNER AS TO NOT CONTRIBUTE TO ADDITIONAL SILTATION. n SILT FENCE DETAIL SP-01 NOT TO SCALE v WOVEN WIRE SHEATHING 3 TO 4 INCHES )N ROCK BERM GENERAL NOTES 1. USE ONLY OPEN GRADED ROCK 4-8 INCHES IN DIAMETER FOR STREAM FLOW CONDITION. USE OPEN GRADED ROCK 3-5 INCHES IN DIAMETER FOR OTHER CONDITIONS. 2. THE ROCK BERM SHALL BE SECURED WITH A WOVEN WIRE SHEATHING HAVING A MAXIMUM OPENING OF 1 INCH AND A MINIMUM WIRE SIZE OF 20 GAUGE AND SHALL BE BURIED IN A TRENCH APPROXIMATELY 3 TO 4 INCHES DEEP. 3. THE ROCK BERM SHALL BE INSPECTED EVERY TWO WEEKS OR AFTER EACH 1/2" RAIN EVENT AND SHALL BE REPLACED WHEN THE STRUCTURE CEASES TO FUNCTION AS INTEDED DUE TO SILT ACCUMULATION AMONG THE ROCKS, WASHOUT, CONSTRUCTION TRAFFIC DAMAGE, ETC. 4. WHEN SILT REACHES A DEPTH EQUAL TO ONE-THIRD OF THE HEIGHT OF THE BERM OR ONE FOOT, WHICHEVER IS LESS, THE SILT SHALL BE REMOVED AND DISPOSED OF PROPERLY. 5. WHEN THE SITE IS COMPLETELY STABILIZED, THE BERM AND ACCUMULATED SILT SHALL BE REMOVED AND DISPOSED OF IN AN APPROVED MANNER. 6. ROCK BERM SHOULD BE USED AS CHECK DAMS FOR CONCENTRATED FLOW AND ARE NOT INTENDED FOR USE IN PERIMETER PROTECTION. 16" MIN. FLOW- I I 4" PVC PIPE 10+, MIN. =MIN. CROSS SECTION N.T.S. 4" PVC PIPE FOR DRAINAGE DEPENDING 24" MINWOVEN FABRIC SANDBAG . ON FIELD CONDITIONS FILLED W/ COARSE SAND MIN. WEIGHT 40 LBS. PROFILE VIEW N.T.S. SAND BAG BERM GENERAL NOTES: 1. WHEN A SANDBAG IS FILLED WITH M END OF THE SANDBAG SHOULD BE STAF NYLON OR POLY CORD. 2. SANDBAGS SHOULD BE STACKED IN ROWS ABUTTING EACH OTHER, AND IN `. ARRANGEMENT. 3. THE BASE OF THE BERM SHOULD HA SANDBAGS. THESE CAN BE REDUCED T THE SECOND AND THIRD ROWS RESPEC 4. FOR EACH ADDITIONAL 6" OF HEIGH SANDBAG MUST BE ADDED TO EACH RO 5. THE SANDBAG BERM SHALL BE INSPI 1/2" RAIN EVENT AND SHALL BE RESHAF NEEDED DURING INSPECTION. REPAIRS WASHOUT, CONSTRUCTION TRAFFIC DAN 6. WHEN SILT REACHES A DEPTH EQUA HEIGHT OF ONE SANDBAG), THE SILT SL AND DISPOLSED OF AT AN APPROVED SI MANNER AS TO NOT CREATE A SILTATIO 7. WHEN THE SITE IS COMPLETELY STAI AND ACCUMULATED SEDIMENT SHALL BI DISPOSED OF IN AN APPROVED MANNER n SAND BAG BERM DETAIL SP-01 NOT TO SCALE v GRADE TO PREVENT FILTER FABRIC RUNOFF FROM LEAVING SITE 6" MIN. 1111111 44 EXISTING GRADE PAVED SURFACE PROFILE VIEW N.T.S. RADIUS = 5' MIN. LENGTH VARIES GRADE TO DRAIN AWAY \ FROM STABILIZATION AND R\ STREET PAVED SURFACE lamum TRANSITION TO �/ PAVED SURFACE DRAINAGE MUST FLOW R.O.W AWAY FROM ENTRANCE STABILIZED CONSTRUCTION ACCESS 1. STONE SHALL BE 3 TO 5 INCH L OR ACCEPTABLE CRUSHED PORTLAP 2. LENGTH SHALL BE SHOWN ON F LENGTH OF 30 FEET FOR LOTS WHI FEET FROM EDGE OF PAVEMENT. T OTHER CASES SHALL BE 50 FEET. THE THICKNESS SHALL NOT BE 4. THE WIDTH SHALL BE NO LESS ALL POINTS OF INGRESS OR EGRES'. 5. WHEN NECESSARY, VEHICLES SF REMOVE SEDIMENT PRIOR TO ENTR, ROADWAY. WHEN WASHING IS RE( ON AN AREA STABILIZED WITH CRU DRAINAGE FLOWING AWAY FROM Bi STABILIZED ENTRANCE. ALL SEDIM FROM ENTERING ANY STORM DRAIN USING APPROVED METHODS. 6. THE ENTRANCE SHALL BE MAINI WHICH WILL PREVENT TRACKING Of ONTO PAVED SURFACES. THIS MAY DRESSING WITH ADDITIONAL STONE ALL SEDIMENT SPILLED, DROPPED, ONTO PAVED SURFACES MUST BE R 7. THE ENTRANCE MUST BE PROPE INCORPORATE A DRAINAGE SWALE LEAVING THE CONSTRUCTION SITE. PLAN VIEW I VIEW N.T.S. C) 0 C) C) C) C) C) 0 0 C) CABLE PLAN C L CD 110, L TOP SIDE a END a TYP. 30S BLOCK N.T.S. 4,000 PSI CONCRETE, GROUT, OR OTHER AS SPECIFIED BY FOR( X ARMORFLEX CONCRETE MATTRESS 1 j / L APPROVED SUBGRADE SITE SPECIFIC GEOTEXTILE (TURN ENDS UP) TOP TERMINATION N.T.S. 4,000 PSI CONCRE GROUT, OR OTH (AS SPECIFIED BY EI ARMORFLEX. CONCRETE MATTRESS 4,000 PSI CONCRETE, X r GROUT. OR OTHER 1 1 (AS SPECIFIED BY EOR) SITE SPECIFIC \ GEOTEXTILE - (TURN ENDS UP) TOE TERMINATION N.T.S. 4,000 PSI CONCRETE, GROUT, OR OTHER ARMORFLEX (AS SPECIFIED BY FOR) r CONCRETE MATTRESS APPROVED SUBGRADE SITE SPECIFIC GEOTEXTILE (TURN ENDS UP) FLANK TERMINATION ,T N.T.S. 4,000 PSI CO NCRE GROUT, OR OTH (AS SPECIFIED BY EC REVETME REVETMENT REVETMENT CABLE SLEEVE TYP. 30S MAT N.T.S. FINISHED GRADE SURFACE -III III -III ORIGINAL EXCAVATED TRENCH WIDTH III IIIII IIIII IIIII III -III= � III�- II FINAL BACKFILL OVEREXCAVATED FOR COMPACTION IIIII ...PIPE WIDTH �' INITIAL w BACKFILL f w w NE w k F ki a HAUNCHING BEDDING N; r FOUNDATION (MAY NOT BEREQUIR D BACKFILL SHALL BE CAREFULLY :IFIED IN THFSE SPECIFICATIONS. ;HALL COMPLY WITH CURRENT CITY INANCE. a REVISED SECTION City of, DEC. 2015 .NOLOGY Lubbock MAVIING NUMBER TEXAS G_2 TYPE'C' HMAC MINIMUM OF THE UPPER 12" (18" MINIMUM ON THOROUGHFARE STREETS) OF TRENCH BACKFILL- 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL, IF USING COMPACTED BACKFILL. BACKFILL COMPACTED TO 95%:L MODIFIED PROCTOR(ASTM D 698) 2% OF OPTIMUMMOISTURE CONTENT.(MAX. b" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL(FLOWABLE FILL) WITH PEA GRAVEL. ASPHALT PAVEMENT CUT REPAIRS 2' MIN. NO SCALE 6" ASPHALT TACK ALL JOINTS TO BE SAWCUT. ASPHALT TACK a COMPROMISED SOI DUE TO MOISTURE FROM A WATER LEE OR RAIN EVENT PIPE BEDDING (IN ACCORDANCE WTT} THE ENGINEERS AND MANUFACTURE RECOMMENDATION NOTE: 1. ALL MATERIALS AND CONS PRACTICES SHALL BE IN 0 WITH CITY OF LUBBOCK PI ENGINEERING DESIGN STA SPECIFICATIONS. 2. GREATER THAN 5' WIDTH CUTS WILL REQUIRE PAVIP REPAIR APPROVAL BY THE ENGINEER. Lubbity ock TEXAS FEE IDINACE SECTION 36.04.126 A THOROUGHFARE: `-NTIAL STREET - 50' I THOROUGHFARE, A COLLECTOR iD' ENTERING AND 10T EXITING LR PROPERTY LINE R VISIBILITY TRIANGLE 25 rR /RI — A — e 'A DIMENSION REFERENCE RESIDENTIAL STREET THOROUGHFARE COLLECTOR INDUSTRIAL STREET ( '1'36')� ((STTTREET)) (STREET] (1, 42') (T2; BB') (Cl, 4fl — ------ ---12,--- --_ — 15, --- --_ — 15' --- — 21Y --- --40' 30' 30 - ------ - — ---12 --30--- --- 41Y --- -- 4V — — — --- -- 5(Y -- — R ------ 5' ------- 15, -------- 15' -------- 20' -------- P R R R+5' R+5' — ------ C ------- A+R -------- SEE NOTE 2 -------- A+R -------- A+R — ------ S ------- 3' -------- 60, -------- 60' -------- 30' S NIA 0' 0' 0' D 45° 45° 30° 30° : IONS. IF THE STREET INTERSECTION I$ BETWEEN A THROUGHFARE AND A COLLECTOR THEN "A" IS 40'. PEEN TWO THRRUGHFARE STREETS THEN "A" IS 40'. IF THE EXISTING STREET INTERSECTION RADIUS IS :- SCENARIOS ABOVE THEN "A" WILL BE THE EXISTING STREET INTERSECTION RADIUS. G/TCI G ZONAL w Z d 0 E tl GlrPjrw GITC (OPTIONAL) G (OPTIONAL) G(TPITW AT THE PROPERTY LINE SHALL BE 6" HIGHER THAN THE ADJACENT GUTTER GITP/TW AT THE PRC SHALL BE 6" HIGHER THE ADJACENT GUTT LEGEND G GUTTER TC TOP OF CU TP TOP OF PA' TW TOP OF WF x SPOT GRAI REVISED R Y ('iicof MARCH 2O17 Ci!vof MARL )s Lubbock PLATE NM DRIVEWAY GRADES Lubbock PL 36-1 TYPE "A" 9 R —� -- A a 4 a .a ,Q �o a J- t2'� ROLLOVER CURB TYPE "W TYPE "C' NOTE: 1. THIS SECTION TO BE USED FOR RESIDENTIAL APPLICATIONS ONLY. APPROVAL WILL DEPEND ON TRAFFIC AND DRAINAGE CONSIDERATIONS. TYPE "C' GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE NING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS IVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) RRCSFU 'CURB Ciipuf MAY2014 ;ECTIONS Lubbock Pi AI - ,A0 . rEIAs 36-9 THRUST BLOC( SIZING CHART DIA. 11.25° INCHES CF 4 1 6 1 B 1 CONCRETE 10 2 THRUST 12 3 BLOCK 16 4 — -- is 4 20 5 24 7 11.25° BEND 30 10 ANCHORAGE FOR A 11.250 BEND N.T.S. THRUST BLOCK SIZING CI DIA. INCHES CF 4 1 6 2 8 4 CONCRETE 10 7 THRUST 4L.IEND 12 15 BLOCK 16 21 16 25 4 20 30 24 40 30 58 ANCHORAGE FOR A 45° BEND N.T.S. CONCRETE THRUST BLOCK NO. 3 BARS EACH WAY VERTICAL BEND N.T.S. CONCRETE THRUST BLOCKING THRUST BLOCK 51Z]NG CHART DIA. 22. ° INCHES CF 4 1 6 1 8 2 CONCRETE 10 3 THRUST 12 8 + BLOCK 16 11 f _ 19 13 20 16 22.S° I3L%L) 24 21 30 30 ANCHORAGE FOR A 22.50 BEND N.T.S. THRUST SIZING DIA. - CONCRETE INCHES THRUST 4 BLOCK 6 8 10 12 16 16 1r 20 N' BEND �� 24 30 ANCHORAGE FOR A 90° BEND N.T.S. NOTES: 1. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 2. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 3. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AWWA & PIPE MANUFACTURER SPECIFICATIONS Cite of DES )Lubb o ck DRAW Safety pipe runners (if required) See Detail "A" Pocket is to be formed to fit O.D. of pipe support post if safety pipe runners are used PLAN VIEW (Showing spigot end connection.) — Top face of safety end treatment Safety pipe runner (if required) S/ope O io 0 0 Flowline ss (Min) 30ITUDINAL ELEVATION (Showing spigot end connection.) die rt post 3/" galvanized steel At and nut with washer — Flowline x co � Pipe wall thickness (Min) i %" galvanized steel bolts pith washers and inserts port post (post to be same safety pipe runner and rmed pocket) 2'-0" Min Length Size O.D. I.D. 11' - 2" 3" STD 3.500" 3.068" 15' - 6" 3 %" STD 4.000" 3.548" 20' - 10" 4" STD 4.500" 4.026" 35' - 4" 5" STD 5.563" 5.047" OSlope as shown elsewhere in the plans. Slope of 3:1 or flatter is required for vehicle safety. OProvide cement stabilized bedding and backfill in accordance with the Item, "Excavation and Backfill for Structures". Bedding and backfill is considered subsidiary to the Item "Safety End Treatment". When concrete riprap is specified around the safety end treatment, backfill as directed by Engineer. OFill the top 4" of void between precast end treatments with concrete riprap. Concrete riprap be considered subsidiary to the Item "Safety End Treatment" OAdjust clear distance between pipes to provide for the minimum distance between safety end treatments. Safety Use pipe stub with pipe an O.D. of /" to runner %" less than the I.D. of the safety pipe runner i i \ i i 12"� L4 ripe Di, Cross pipe E Y4., galvanized I steel bolts with washers and inserts ° ° ° ° ° p" Pipe Dia projection 3/" Threaded insert OPTION A DETAIL A 12- Pipe O.D. Minimum ` (TYp) / Safety 1/4 pipe /runner — — — — — — — — — — — 1 � Cross pipe to be same size as safety pipe runner or V" / \ larger OPTION B O 6" Min 12" 2" 16" 161. 0.07 Circ. 15.. 2 %" 19 %" 19" 0.07 Circ. 181, 2 % 23" 21 %" 0.07 Circ. 24" 3" 30" 27" 0.07 Circ. 30" 3 %" 37" 31" 0.18 Circ. 36" 4" 44" 36" 0.19 Ellip. 42" 4 %" 51" 41 %" 0.23 Ellip. Jnc Required — Required 3:1 <_ 45° No <_ 45° No 4:1 3' - 6" 6:1 4' - 9" 3:1 3' - 8" 545° No 545° No 4:1 4'- 7" 6:1 6-- 5" 3:1 4' - 6" <_ 45° No <_ 45° No 4:1 5-- 8" 6:1 a.- U. 3:1 6-- 2" <_ 45` No = 30° No 4:1 7' - 10" > 30° Yes 6:1 11' - 3" 3:1 7' - 10" = 15' No = 15° No 4:1 10, - V > 15° Yes > 15° Yes 6:1 14' - 8" 3:1 9' - 5" = 0. No z 0° Yes 4:1 12' - 3" 6:1 17' - 11" > 0. Yes 3:1 11' - V z 0° Yes Z 0° Yes 4:1 14' - 5" 6:1 21' - 2" support welded port post :1 3/" galvanized steel bolt and not with washer Flow line 0 0 i i %" galvanized steel bolts with washers and inserts AIL FOR INSTALLATION kFETY PIPE RUNNERS (If required) Reinforcement to have 1" Min cover 7 Cement stabilized bedding and backfill O in A A Optional o step slope o in F - ' I1 O" o t 5" (if required) See Detail "A" Pocket is to be formed to fit O.D. of pipe support post if safety pipe runners are used. PLAN (Showing bell end connection.) Safety pipe runner (if required) Top face of safety end treatment L Slope (2�) Optional casting _ line for toewall 0 � Flowline L� O J 1L in 1 6" LONGITUDINAL ELEVATION (Showing bell end connection.) M \ F — I Precast end I v 1 I section may r ° 1 t( be produced i o g I with spigot I o or bell end — as required = _ OPTIONAL JOINT FOR RCP (Showing joint between RCP and precast safety end treatment) 5" Min Pipe stub shall Safety have an O.D. of pipe _ %" to %" less runner / than the I.D. of / the safety pipe I I runner \ 1 I I I I 12" \ I / Invert OPTION A ODimension "D" is based on reinforced concrete pif ASTM C-76, Class III, (RCP Wall "B" thickness). , used. For thermoplastic pipe (TP) take into accou grouted connections. OSlope as shown elsewhere in plans. Slope of 3:1 OToewall to be used only when dimension is showr OFill the top 4" of void between precast end treatmE is considered subsidiary to the Item 467, "Safety E OAdjust clear distance between pipes to provide for treatments. © Measured along slope. O Provide cement stabilized bedding and backfill in Backfill for Structures". Bedding and backfill is coi End Treatment". When concrete riprap is specifie as directed by Engineer. OThermoplastic pipe wall thickness may vary. Adju the safety end treatments to have a bell end for gr / Safety / I I a pipe I I runner I I I I I Cross pipe to / I I be same size \ as safety pipe / \ runner or %" / larger DETAIL A OPTION B (If required) Pipe Dia Cross pipe i 3/" galvanized steel bolts J/(with washers and inserts O O Q � 3/" Threaded insert a °- —� L Safety pipe runners (if required) ;lililililil 'IEW - 12" THRU 24" wing spigot end connection.) Top face of riprap and mitered face of safety end treatment Slope O Safety pipe runner (Typ) (if required) 0 0 Flow line v A //. (Min) 2'-0" Min LEVATION - 12" THRU 24" Ning spigot end connection.) O 6" Min /all thickness ;ame as pipe Dia) o_ 2 specrneu arouna me safety eno treatment, backfill as directed by Engineer. OFill the top 4" of void between precast end treatments with concrete riprap. Concrete riprap is considered subsidiary to the Item 467, "Safety End Treatment". OAdjust clear distance between pipes to provide for the minimum distance between safety end treatments. OSafety pipe runners are required for multiple pipe culverts with more than two pipes. Pipe Dia Safety pipe runner galvanized steel bolts with washers and inserts 0 o Q o o 3q" Threaded / a insert r,, o Q INSTALLATION DETAIL FOR SAFETY PIPE RUNNERS Safety pipe runner m � O g 3/" Threaded Q v insert o a (If required) - Galvanized steel bolts r withh washers and inserts Top line of safety pipe runner o � X Flowline 0 00 Pipe wall thickness (Min) OPTION A Pipe Dia Li %" Galvanized steel bolts Safety pipe with washers and inserts runner Top line of safety pipe runner x 3/4" Threaded o ° _ cc Flowline insert o ° Pipe wall thickness (Min) I.D. Thickness O.D. End I ft. of Pipe) Slope 12" 2" 161, 16" 0.07 Circ. 6:1 15" 2 %" 19 %" 19" 0.07 Circ. 6:1 181, 2 %" 23" 21 %" 0.07 Circ. 6:1 24" 3" 30" 27" 0.07 Circ. 6:1 30" 3 %" 37" 31" 0.18 Circ. 6:1 36" 4" 44" 36" 0.19 Ellip. 6:1 42" 1 4 %" 1 51" 1 41 %" 1 0.23 Ellip. 1 6:1 MATERIAL NOTES Synthetic fibers listed c List (MPL) may be used unless noted otherwise. Provide pipe runners rr or S, Gr B). ASTM A500 Galvanize steel compo Repair galvanizing damp with the specifications. GENERAL NOTES Precast safety end tree be used for TYPE II end Treatment". When precast safety ei to mitered RCP, riprap v the plans. Manufacture precast cc "Reinforced Concrete Pi C-76, Class III, Wall B fc Provide precast concre compatibility to upstrean annular space to allow fc compound or pre -forme( Methods of lifting shall loading, unloading and it Pipe runners are desig as recommended by Re. Roadside Parallel -Drain; March 1981. Max a 0 0 Eq Spa at 24" Max Safetv PLAN (Showing bell end connection.) Safety pipe runner (Typ) (if required) — Top face of safety end treatment Slope O Optional casting --eL line for toewall Flowline NGITUDINAL ELEVATION (Showing bell end connection.) -O 7 Cement stabilized bedding and backfill O Reinforcing to have 1" Min cover in 1� 6" p D o O 3/" Threaded / a c insert a p � n a INSTALLATION DETAIL FOR SAFETY PIPE RUNNERS o_ - 11 (If required) '°Ibe pia 3/" galvanized steel bolts Safety pipe with washers and inserts unner Top line of — safety pipe runner ° o n 3" Threaded D x Flowline a OPTION A Pipe Dia %" galvanized steel bolts Safety pipe with washers and inserts runner Top line of safety pipe runner D �( 3/" Threaded D Flowline insert o C u� 5" Min OPTION B END DETAILS FOR INSTALLATION OF SAFETY PIPE RUNNERS (If required) Invert / Precast end t I r section may t �( be produced t I t with spigot or bell end 12" 2" 1.15" 17.00" 6:1 4'. 151, 2 W' 1.30" 20.50" 6:1 6' . 181, 2 V' 1.60" 24.00" 6:1 8' • 24" 3" 1.951, 31.00" 6:1 ill - 30" 3 %" 2 65" 38.50" 6:1 14' 36" 4" 2 75" 45.50" 6:1 17' 42" 4 W' N/A 52.50" 6:1 21' ODimension "D" is based on reinforced concrete pipe (RCP) meetir Class III, (RCP Wall "B" thickness). Adjust "Y for any other wall 1 pipe (TP) take into account the annular space requirements for gr OSlope as shown elsewhere in the plans. Slope of 6:1 or flatter is r O'Toewall to be used only when dimension is shown elsewhere in it OFill the top 4" of void between precast end treatments with concre considered subsidiary to the Item 467, "Safety End Treatment". OAdjust clear distance between pipes to provide for the minimum d OProvide cement stabilized bedding and backfill in accordance with Structures". Bedding and backfill is considered subsidiary to the It concrete riprap is specified around the safety end treatment, back OThermoplastic pipe wall thickness may vary. Adjust accordingly. 7 end treatments to have a bell end for grouted connections. GENERAL NOTES: Precast safety end treatment fc thermoplastic pipe (TP) may be specified in Item "Safety End Tn When precast safety end treats to mitered RCP, riprap will not b the plans. Synthetic fibers listed on the " F List (MPL) may be used in lieu c unless noted otherwise. Manufacture this product in aci except as noted below : A. Provide minimum reinforch or #4 at 9" (Grade 60) each or 5" xY - D10 x D10 welder B. For precast (steel formed) (f'c = 3,600 psi). At the option and expense of it safety end treatment may be fur cast is that of the required size c Pipe runners are designed for as recommended by Research I Parallel -Drainage Structures", T Provide pipe runners meeting t Grade B), ASTM A500 (Grade E Galvanize all steel component; Repair galvanizing damaged du with the specifications. Connect RCP using the Optior accordance with Item 464, "Reir grouting. See PBGC standard f safety end treatment. /1 it I 0 T Y 4" (min) 4" (min) 12" (max) 12" (max) — Eq Spa at 1'-6" (max) I �0 i Anchor holes and rods (typ) O O Riprap Precast safety end PLAN treatment unit A Its of riprap (to be A Limits of riprap (to be aded with SET included with SET rayment) O for payment) 1 a Top face of safety v a end treatment and top face of riprap Flowline ———————— — — — — —— O J LONGITUDINAL ELEVATION Riprap 1" Anchor rod projection into drain area (max) a e e Threaded anchor rod 20 Anchor hole 30 Precast safety end treatment unit 1'-6" required ?es � (Min) (Min) i i Anchor holes O O Riprap a Anchor holes O and rods (typ) � and rods (typ) iv Precast safety end Precast treatment safety end unit treatment unit Width "W" 3:1 10 Riprap placed beyond the limits shown will be paid as concrete r with Item 432, "Riprap". When riprap is cast integrally with the pi treatment, this dimension is 1'-0" minimum. 20 192" Dia ASTM A307 Gr A threaded anchor rod with 2 nuts and all components in accordance with Item 445, "Galvanizing". Rep is damaged during transport or construction in accordance with I O3#4" through holes in walls of safety end treatment for riprap am be drilled with rotary (coring or masonry) type drilling equipment formed. Do not use percussive (star) type drilling equipment. If h patch spalls in the inside face of the wall exceeding 1#2" from th Provide riprap toe wall when dimension is shown elsewhere in tl field conditions require a toe wall. OQuantities shown are for one end of one reinforced concrete pip multiple pipe culverts, quantities will need to be adjusted. Riprap are for Contractor's information only. Quantities are based on thi unit lengths shown on the Precast Saftey End Treatment (SET) MATERIAL NOTES: Provide Class "B" riprap in accordance with Item 432, "Riprap". Synthetic fibers listed on the "Fibers for Concrete" Material Prod List (MPL) may be used in lieu of steel reinforcing in riprap concre unless noted otherwise. The anchor rods shown are always requi GENERAL NOTES: Precast safety end treatment for reinforced concrete pipe may b end treatment as specified in Item 467, "Safety End Treatment". Refer to PSET-SC or PSET-SP standard sheets for details of sq treatments not shown. Refer to PSET-RC or PSET-RP standard e round safety end treatments not shown. For precast units with integrally cast riprap, substitute reinforcinc amount on 0.26 in./ft. minimum for the threaded anchor rods shov submit sealed engineering drawings for approval prior to construc will not be required. Note that a proprietary precast unit with integ available from L&R Precast Concrete Works, Inc. (956) 583-6293 Payment for riprap and toewalls is included in the price bid for ea treatment. These riprap details are only applicable when notes that re placement of riprap with precast safety end treatments are elsewhere in the plans. Precast units with integrally cast riprap are permitted unles noted otherwise on the plans. V ns, and dimensions are based on the pipe culverts :ernate styles of mitered ends will require that to the values presented on this standard. ATION OF TYPICAL CULVERT MITER (gated metal pipe (CMP) culvert. ;rete pipe (RCP) culvert are similar.) L4 II I 3 U IV/H IVIH IV/H U IU IVIH IVIH IVIH O I 27" 1' - 8.. 3' - 8" N/A N/A 5' - 5" 6' - 11" N/A N/A T - 7" 9' - 7" 30" 1' - 101. 3' - 11" N/A N/A 6' - 4" 8' - 0" N/A N/A 8' - 9" 11' - 0" 33" 1' - 11" 4' - 2" 6' - 2" 6' - 5" 7' - 3" 9' - 1" 8' - 6" 8' - 10" 10, - 0" 12' - 5" 36" 2' - 1" 4' - 5" 6' - 11" 7' - 3" 8' - 2" 10' - 2" 9' - 6" 9' - 11" 11' - 2" 13' - 10" 42" 2' - 4" 4' - 11" 8' - 6" 8' - 10" 9' - 11" 12' - 4" 11' - 7" 12' - 0" 13' - 6" 16' - 8" 48" 2' - 7" 5' - 5" 10, - 1" 10, - 5" 11' - 9" N/A 13' - 7" 14' - 2" 15' - 10" N/A 54" 3' - 0" 5' - 11" 11' - 8" 12' - 1" N/A N/A 15' - 8" 16' - 3" N/A N/A 60" 3' - 3" 6' - 5" 13' - 3" N/A N/A N/A 17' - 9" N/A N/A N/A (to be =T Limits of riprap (to be included with SET Cross pipe for payment) 4 anchor bolt A Top of riprap N A Trimmed edge of pipe culvert 4„ m v a � M �o 0 0` Miter D t \ Flowline SIDE ELEVATION OF CAST -IN -PLACE CONCRETE (Showing reinforced concrete pipe (RCP) culvert. Details of corrugated metal pipe (CMP) culvert are similar. Pipe runners not shown for clarity) Pipe runner Bottom anchor pipe a Varies -- See Bottom Anchor Toewall Details TYPICAL PIPE CULVERT MITERS O CONDITIONS WHERE PIPE RUNNERS ARE NOT REQUIRED (�) Side Slope D° Skew 15° Skew 30' Skew 45° Skew Nominal Culvert I.D. Single Pipe Culvert Multiple Pipe Culverts 3:1 3:1 3.106:1 3.464:1 4.243:1 12" thru 21" Skews thru 45` Skews thru 45° 4:1 4:1 4.141:1 4.619:1 5.657:1 24" Skews thru 45` Skews thru 30° 6:1 6:1 6.212:1 6.928:1 8.485:1 27" Skews thru 30` Skews thru 15° 30" Skews thru 15` Skews thru 15° 33" Skews thru 15` Always required 36" Normal (no skew) Always required 42" thru 60" Always required Always required ESTIMATED CONCRETE RIPRAP QUANTITIES (C Nominal 3:1 Side Slope 4:1 Side Slope Culvert I.D. 0° Skew 15° Skew 30° Skew 45° Skew 0° Skew 15° Skew 30° Skew 45° Skc 12" 0.4 0.4 0.5 0.5 0.5 0.5 0.5 0.6 15" 0.5 0.5 0.5 0.6 0.6 0.6 0.6 0.7 18" 0.5 0.5 0.6 0.6 0.6 0.7 0.7 0.8 21" 0.6 0.6 0.6 0.7 0.7 0.7 0.8 0.9 24" 0.6 0.7 0.7 0.8 0.8 0.8 0.8 1.0 27" 0.7 0.7 0.8 0.9 0.8 0.9 0.9 1.1 30" 0.8 0.8 0.8 0.9 0.9 0.9 1.0 1.2 33" 0.8 0.8 0.9 1.0 1.0 1.0 1.1 1.3 36" 0.9 0.9 0.9 1.1 1.1 1.1 1.2 1.4 42" 1.0 1.0 1.1 1.3 1.2 1.3 1.3 1.6 48" 1.1 1.1 1.2 N/A 1.4 1.4 1.5 N/A 54" 1.3 1.3 N/A N/A 1.6 1.6 N/A N/A 60" 1.4 N/A N/A N/A 1.7 N/A N/A N/A OProvide pipe runner of the size shown in the tables. Provide cross pipe of the same size as the pipe runner. Provide cross pipe stub out and bottom anchor pipe of the next smaller size pipe as shown in the Standard Pipe Sizes and Max Pipe Runner Lengths table. OThis standard allows for the placement of only one pipe runner across each culvert pipe opening. In order to limit the clear opening to be traversed by an errant vehicle, the following conditions must be met: For 60" culvert pipes, the skew must not exceed 0°. For 54" culvert pipes, the skew must not exceed 15°. ' For 48" culvert pipes, the skew must not exceed 30°. For all culvert pipe sizes 42" and less, the skew must C not exceed 45°. � If the above conditions cannot be met, the designer should consider using a safety end treatment with flared wings. For further information, refer to the TxDOT Roadway Design Manual. OMiter = slope of mitered end of pipe culvert. _ Pipe runner Dia through hole z" Dia hole 9 Stub out s pipe O 1 Cross pipe 11 OPTION A2 'IPE AND CONNECTIONS DETAILS fle 9 (See table.) ier shown is required )ption Al is used. DETAILS 2'-0" 90° N OPTION B2 PIPE DETAILS n will be paid for as concrete tiprap" re 3:1, 4:1, and 6:1. All ns shown herein are . Slope of 3:1 or flatter nay vary slightly culvert pipe edge. low into the cross ie bolted connection %" hole to ensure that the lap /e�gth(Soorabroi �� U pointvvorKing M I MY' Dia bolt with nut and 2 washers Cross pipe Stub out .I I y Z ` k" Dia hole 90 � I � F1 Pipe runner � I SET I Bottom anchor pipe Anchor toewall SIDE ELEVATION OF P SAFETY END TREATMENT INSTALLATION (Showing pipe runner with Cross Pipe Connection Option Al and Anchor Pipe Option B2 on corrugated metal pipe (CMP) culvert. Reinforced concrete pipe culvert (RCP) details are similar. Riprap not shown for clarity) s M/ s„Mn n ap ap I I Pipe Pipe runner unner� Bottom anchor Bottom anchor pipe pipe Bottom anchor Bottom anchor toewall toewall 6" 6" 3" Min clear 12" 14" OPTION B1 OPTION B2 BOTTOM ANCHOR TOEWALL DETAILS (Culvert and riprap not shown for clarity.) MATERIAL NOTES: Synthetic fibers listed on the "Fibers for Concrete" Material Producer List (MPL) may be used in lieu of steel reinforcing in riprap concrete unless noted otherwise. Provide pipe runners. cross pipes, and anchor pipes conforming to the requirements of ASTM A53 (Type E or S, Gr B), ASTM A500 Gr B, or API 5LX52. Provide ASTM A307 bolts and nuts. Galvanize all steel components, except concrete reinforcing, after fabrication. Repair galvanizing damaged during transport or construction in accordance with the specifications. GENERAL NOTES: Pipe runners are designed for a traversing load of 1,800 pounds at yield as recommended by Research Report 280-1, "Safety Treatment of Roadside Cross -Drainage Structures", Texas Transportation Institute, March 1981. An( toe, I Cross pipe (flush with top of riprap) 4" Min W x 12" bolt with hex 2" Idin nut and washer (Typ) /1 rnun iu IdIj apa - u SHOWING CROSS PIPE AND ANCHOR TOEWALL roewan Pipe runner or stub out — SECTION A -A �Uy hole (Typ) is, and O culverts Iternate PIPE WITH BOLTED ANCHOR that to the TYPICAL ALTER ') culvert CP) �� Flowline #6 anchor bar x 1'-4" (TYP) ATy30°p Bend first cross pipe anchor bars as necessary to maintain 2" clear cover to toewall edge of concrete riprap 3" Typ 4" 4" TYP I TYP PIPE WITH ANCHOR BARS Cross pipe OTYP 2 a / 3„ N ~ #6 anchor bar x V-4"(TYp) VIEW OF FALLATION Juded with SET for payment) SO P' Cross pipes O CROSS PIPE DETAILS 2'-0" 1 6" Limits of riprap (to be included with SET for payment) O Eq Spa at 2'-0" Max in Cross pipe (flush with top of riprap) Trimmed edge of pipe culvert ❑ Cross pipe anchor bolt I� F 3 U" Dia _ cross pipe O O v N / A Top of (cross o pipe 1� N Anchor toewall 8" 4" Flowline 77) N C � End of invert d for RCP Toewall 3" Min 12 %" 12" Overlap with CHIP DETAIL "A" (Showing invert with corrugated metal pipe (CMP) culvert. Reinforced concrete pipe (RCP) culvert details are similar. Cross pipes not shown for clarity.) Riprap �.c Flow line SECTION B-B (Cross pipes not shown for clarity.) Cross pipe (flush with top of riprap) 1'-6" (TYp) Tangent to h widest portion of pipe culvert Riprap Pipe Culvert a (CMP or RCP) SHOWING TYPICAL PIPE CULVERT AND RIPRAP 4" Min 2" Min Ir Anchor toewall Pipe culvert (CMP or RCP) ME c u.o u y wr, c 1 151, 0.7 0' - 11" N/A 2' - 5" 2' 18" 0.8 1' - 2" N/A 2' - 10" 2' 21" 0.9 1'- 4" N/A 3' - 2" 3' 24" 0.9 1'- 7" N/A 3' - 6" 3' 27" 1.0 1' - 8" N/A 3' - 10" 3' 3Y 1.1 1' - 101, N/A 4' - 2" 4' 3Y 1.2 1' - 11" 4' - 2" 4' - 5" 4' 36" 1.3 2' - 1" 4' - 5" 4' - 9" 5' 42" 1.5 2' - 4" 4' - 11" 5' - 5" 5' 48" 1.7 2' - 7" 5' - 5" 6' - 0" 6' 54" 2.0 3' - 0" 5' - 11" 6' - 9" T 60" 2.2 3' - Y 6' - 5" 7' - 4" 8' 66" 2.4 3' - 3" 6' - 11" T - 10" 8' 72" 2.7 3' - 4" 7' - 5" 8' - 5" 9' 2" #6 reinforcing Min anchor bar clear Pipe culvert Riprap (CMP or RCP) SHOWING CROSS PIPE WITH ANCHOR BAR 02 or 01 1 3/" x 12" bolt hex with nut and washer Cross pipe (flush with top of riprap) ———, /-————— iir — — — — — Center anchor bolt between pipe culverts culvert I.D. ipe culvert Anchor toewall v The proper installation of the vehicle safety. Place the top than 6" above the flow line. OProvide cross pipes, except t shown in the table. Provide a for the first bottom pipe. OInstall the third cross pipe fro a bolted connection. Ensure into the cross pipe so as to p connection to allow cleanout install all other cross pipes w OMatch cross slope as shown of 6:1 or flatter is required for O Riprap placed beyond the lirr concrete riprap in accordance © Quantities shown are for one pipe (RCP) culvert. For multii metal pipe (CMP) culverts, qi Riprap quantities are for conl MATERIAL NOTES: Synthetic fibers listed on the a Material Producer List (MPL) ~ reinforcing in riprap concrete Provide cross pipes that me (Type E or S, Gr B), ASTM A Provide ASTM A307 bolts a Galvanize all steel comport fabrication. Repair galvanizin construction in accordance w GENERAL NOTES: Cross pipes are designed fc pounds at yield as recommer "Safety Treatment of Roadsk Texas Transportation Institut, Safety end treatments (SET use in those installations whe to traverse the openings appi cross pipes. Construct concrete riprap ai with the requirements of Item Payment for riprap and toev Bid for each Safety End Trea C METHOD A OR B T/3 T OATED IT BOND NTRACTION JOINT [ON X-X T TIE BARS SINGLE OR MULTIPLE -PIECE L/2 IR #6 BAR IR #5 BAR )NSTRUCTION JOINT [ON Y-Y _ (� OF LONGITUDINAL WARPING JOINT L/2 I SAWCUT T IRS PIECE #6 BAR #5 BAR )NTRACTION JOINT N Z-Z A LONGITUDINAL CONSTRUCTION JOINT OR CONTRACTION JOINT O OY OR Z Z 18" DOWEL SPACING 18" x c� 12 ' 17 TRANSVERSE x CONTRACTION JOINT z z_ U a U a a v a TIE BARS v a cv z co c� 0 w w DOWEL VLn BARS TRANSVERSE CONTRACTION JOINT V TYPICAL PAVEMENT LAYOUT PLAN VIEW (NOT TO SCALE) TABLE NO.1 DOWELS (SMOOTH BARS) SLAB THICKNESS BAR DIA. AVERAGE T AND SPACING ( IN. ) LENGTH ( IN. ) 6 to 7.5 1" X 18" 12 8 to 10 1 '/4" X 18" 12 V WIDER THAN 100 FT. WITHOUT A FIRE NOT COVERED BY THIS STANDARD. 2. FOR FURTHER INFORMATION REGARDIN AND LOAD TRANSFER DEVICES REFER SPECIFICATION FOR "CONCRETE PAVEI 3. THE SPACING BETWEEN TRANSVERSE C, 15 FT. UNLESS OTHERWISE SHOWN IN 4. TRANSVERSE CONSTRUCTION JOINTS M OR WOOD FORMS EQUAL IN DEPTH TO METHODS APPROVED BY THE ENGINEER 5. USE HAND -OPERATED IMMERSION VIBR CONCRETE ADJACENT TO ALL THE FOR 6. PAVEMENT WIDTHS OF MORE THAN 15 JOINT (SECTION Z-Z OR SECTION Y- LOCATED WITHIN 6 IN. OF THE LANE LOCATION IS SHOWN ELSEWHERE ON T 7. THE JOINT BETWEEN OUTSIDE LANE A LONGITUDINAL CONTRACTION JOINT SHOWN IN THE PLANS. THE SAW CUT CONTRACTION JOINT (SECTION Z-Z) SLABTHICKNESS (T/3). 8. WHEN TYING CONCRETE GUTTER AT A BAR LENGTH OR POSITION MAY BE AD CONCRETE COVER FROM THE BACK OF 9. REPLACE MISSING OR DAMAGED TIE B COMPENSATION BY DRILLING MIN. 10 BARS WITH TYPE III, CLASS C EPDX REQUIREMENTS IN ITEM 361. 10. WHEN AN MONOLITHIIC CURB IS SPEC SHALL COINCIDE WITH PAVEMENT JOI MEANS APPROVED BY THE ENGINEER. 11. DOWEL BAR PLACEMENT TOLERANCE SH, AND VERTICALLY UNLESS OTHERWISE BASKETS ARE USED, REMOVE THE SHII 12. THE DETAIL FOR JOINT SEALANT AND STANDARD SHEET "CONCRETE PAVING I TABLE NO.2 TIE BARS (DEFORMED BARS) SLAB THICKNESS AVERAGE T BAR SIZE SPACING ( I N. ) ( I N. ) 6 to 7.5 #5 1 24 ERS OF 30 LB FELT OR 1/2" ED BITUMINOUS ATERIAL MAY ON THE FREE JOINT. VARIES - CONCRETE PAVEMENTA, IGITUDINAL JOINT IITHOUT TIE BARS) I OF THE JOINT WILL BE :TED BY THE ENGINEER. ALL TIE BARS IN ANY CONTINUOUS PIECE OF CONCRETE TRAFFIC BARRIER SHALL BE ON THE SAME SIDE OF THE JOINT. CONCRETE PAVEMENT 1/2" MIN. ASPHALT IMPREGNATED FIBERBOARD CONFORMING TO ASTM D 994. FREE LONGITUDINAL JOINT DETAIL EXISTING PAVEMENT EDGE , PROPOSED PAVEMENT EDGE CURB TO BE APPLICABLE) T/2 JOINT SEALING MATERIAL T ° ,T 24" SPACING. 101, 25" FOR #6 BARS IT WITH TYPE III, MIN, 21" FOR #5 BARS 3 C EPDXY. BEFORE WIDENING WORK, DEMONSTRATE THAT THE BOND STRENGTH OF THE EPDXY -GROUTED TIE BARS MEETS THE REQUIREMENTS OF PULL-OUT TEST SPECIFIED IN ITEM 361. SPACE TIE BARS AT 24" SPACING. USE #6 BARS FOR 8" AND THICKER SLABS, USE #5 BARS FOR LESS THAN 8" THICK SLABS. THE TRANSVERSE JOINTS OF PROPOSED PAVEMENT SHALL COINCIDE WITH EXISTING PAVEMENT JOINTS UNLESS OTHERWISE SHOWN ON THE PLANS. CONSTRUCTION JOINT EXISTING CPCD r r� r *DRILL THE HOLES AT r SLAB MIDDLE DEPTH. *USE SAME DOWEL SIZE AS SPECIFIED FOR NEW CPCD. *GROUT WITH TYPE III, CLASS C EPDXY, r r� r EXISTING CPCD r AT 12 IN. SPACIN I NEW CPCD TRANSVERSE JOINT DETAIL EXISTING CPCD TO NEW CPCD PLAN VIEW (NOT TO SCALE) 15 FT 1�/2" EXPANSION JOINT (SEE NOTE 12) BRIDGE APPROACH SLAB ° TWO LAYERS ° 30 LB ROOFING FELT °• ° CPCD ° 1 HMAC(UNDERLAYMENT) TRANSVERSE EXPANSION JOINT DETAIL AT BRIDGE APPROACH z JOINT z, SEALING = JOINT 1/8 - 1T4 4 L4 �� - o COMPOUND SEALING � M COMPOUND BACKER BACKER - ROD ROD � JOINT SEALING PREFORMED COMPOUND BITUMINOUS FIBER R6 - iT4 �I MATERIAL BOARDS OR EOUIVALENTo VED LONGITUDINAL OR TRANSVERSE TRANSVERSE SAWED TRANSVERSE FORMED INT CONSTRUCTION JOINT CONTRACTION JOINT EXPANSION JOINT IS( GENERAL NOTES PREFORMED COMPRESSION SEALS (PCP) (DMS-6310 CLASS 6) /4 PCS R6 ' ' - I1 4 ' AL SAWED CN JOINT 2T8 i d3 I LONGITUDINAL CONSTRUCTION JOINT /2 -1 5/8 d 3 a PCS a PREFORMED BITUMINOUS FIBER MATERIAL BOARDS EQUIVALENT 1. UNLESS OTHERWISE SHOWN IN THE PLANS, EITHER METHOD "A" OR ME 20 THE LOCATION OF JOINTS SHALL BE AS SHOWN ELSEWHERE IN THE PL 3. THE JOINT RESERVOIR FOR SEALANT OR PCS SHALL BE SAWED UNLESS FOR THE LONGITUDINAL AND TRANSVERSE CONSTRUCTION JOINTS AND 4. DIMENSIONS d1, d2, AND d3 SHOWN IN METHOD A SHALL BE IN ACCO COMPRESSION SEAL MANUFACTURER'S RECOMMENDATION° 5. REFER TO DMS-6310 ''JOINT SEALANTS AND FILLERS'' FOR THE CLASS 6. FOR SAWED LONGITUDINAL JOINT, LONGITUDINAL OR TRANSVERSE CON SEALANT CLASS 5 OR 8 UNLESS OTHERWISE SHOWN ON THE PLAN OR AI 7. FOR TRANSVERSE SAWED CONTRACTION, TRANSVERSE FORMED EXPANSIO USE JOINT SEALANT CLASS 5 OR 8 AT NEW JOINTS. USE JOINT SEAL. MAINTAINING EXISTING JOINTS. 8. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE ITEM 438 ITEM 713 ''CLEANING AND SEALING JOINTS AND CRACKS (CONCRETE P, 9. ISOLATION JOINTS ACCOMMODATE HORIZONTAL AND VERTICAL MOVEMEN AND A STRUCTURE. ISOLATION JOINTS MAY BE USED FOR BRIDGE ABU GUTTER, OLD AND NEW PAVEMENTS, OR AROUND DRAINAGE INLETS, MA STRUCTURES.