Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2012-R0383 - Contract - West Texas Paving Inc. - Drainage Improvements For Landfill - 10/11/2012
Resolution No. 2012—RO383 October 11, 2012 item No. 5.15 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, a Contract No. 10834 for Drainage Improvements for the City of Lubbock Landfill — Caliche Canyon services, by and between the City of Lubbock and West Texas Paving, Inc. of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this October 11 , 2012• Glb?` . -R-69ERTSON, MAYOR ATTEST: Reecce arza, City Secretary APPROVED AS TO CONTENT: Sco S 'der, Assistant City Manager APPROV D AS TO FORM: f�f Chad Weaver, Assistant City Attorney sj/ccdocsfChad/Resolutions/RES.Contract-West Texas Paving, Inc. September 27, 2012 Contract is viewable in the Office of the City Secretary BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: October 11, 2012 t . city of lubbock CITY OF LUBBOCK SPECIFICATIONS FOR I Drainage Improvements for the City of Lubbock Landfill - Caliche Canyon I' ITB 12-10834-RH CONTRACT # 10834 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.tliereproductioncoMpany.com Phone: (806) 763-7770 CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 1 R- PAGE INTENTIONALLY LEFT BLANK Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original unbound copy of every item ' listed. 1. X Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and Secretary's signature. Identify addenda received g (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. X Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. X Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. X Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. X Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm Is FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. X Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. X Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. West Texas Paving, Inc. (Type or Print Company Name) ' 2 PAGE INTENTIONALLY LEFT BLANK INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK NOTICE TO BIDDERS ITB 12-10834-RH Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M., CST, on September 5, 2012, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: Drainage Improvements for the City of Lubbock Landfill - Caliche Canyon After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 P.M., CST, on September 5, 2012, and the City of Lubbock City Council will consider the bids on a date to be determined at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids _. and waive any formalities. The successful bidder 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 bidder will be required to furnish a payment bond in accordance with Chapter 2253, Govermnent Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of L°A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. The estimated budget for this project is $245,610. Bidders 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 bid 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 bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on August 28, 2012 at 10:00 A.M., CST.. in the Purchasing Conference Room 204 at Citv Hall, 1625 13th Street, Lubbock, Texas 79401. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thergproductioncompany.com. ONE SET OF t PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF ' LUBBOCK, and will be refunded if documents are returned in good condition within Sixty60 t days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder 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 Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid 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 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK _%lama ACvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Drainage Improvements for the City of Lubbock Landfill-Caliche Canyon per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 P.M., CST, on September 51h, 2012 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #12-10834-RH, Drainage Improvements for the City of Lubbock Landfill-Caliche Canyon" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held on August 28, 2012 at 10:00 A.M., CST., in the Purchasing Conference Room 204 at City Hall, 1625 13t Street, Lubbock, Texas 79401. 2.1 All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 0 n 5 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other _ documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation t will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. 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 j be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB 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 bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting - the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. - 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received I l by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding 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 bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid.' 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 7 f 1 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. - 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder 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 bid. 10 CONTRACT DOCUMENTS �- 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification 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 bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Robin Holder, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: rholder(@,mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within Ninety (90) Consecutive Calendar Days and a total of One -Hundred Twenty (120) Consecutive Calendar Days for final completion from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals 9 fl tl 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. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to 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 r 10 1 19 pill 21 22 23 suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder 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 bidder. (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 11 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEER AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE _. EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE -- DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR 12 { EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder 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 bidders' 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 bidder'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 the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday 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 Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. - 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors 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 ($60) for each laborer, workman, or mechanic employed for each calendar day, or portion 13 r i 29 30 thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid 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 bidder without being considered. PREPARATION FOR BID 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 changed for the purpose of correcting an error in the bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for 12-10834-RH, Caliche Canyon Landfill — Drainage Improvements. Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.4 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (0 General Conditions. (g) Special Conditions (if any). (h) Specifications. 14 31 32 Insurance Certificates for Contractor and all Sub -Contractors. All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder 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 bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder 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 bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 10 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 15 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 32.7 The estimated budget for this project is $245,610. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 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 PREVAILING WAGE RATES 34.1 Bidders 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. C 34.2 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 j 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. 16 i 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: htt-o://www.wdol.gov/dba.asDx 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock sixty dollars ($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. 17 BID SUBMITTAL FORM PAGE INTENTIONALLY LEFT BLANK 18 BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: 1'�-"_) -- ITB 12-10834-RH, DRAINAGE IMPROVEMENTS FOR THE CITY OF LUBBOCK LANDFILL-CALICHE CANYON Bid of WIEJ 7: — Pt4 V c. (hereinafter called Bidder) To the Honorable Mayor and City Council City of L bboek, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of DRAINAGE IMPROVEMENTS FOR THE CITY OF LUBBOCK LANDFILL - CALICHE CANYON, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. 2 PAGE INTENTIONALLY LEFT BLANK RASE RIn — DRAINAGE IYIPROVEMENTS ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT (Estimated Quantity multiplied by the Unit Price) I Mobilization/Detnobilization (Maximum of 3% of total bid) LS 1 $ $ 2 Excavation CY 5,490 3 Embankment Fill CY 210 $ ? r D $ t 4 Culvert Piping LF 180 $ $ 5 Concrete Headwall EA 2 $ ic1a� $ �b 6 Ditch Check EA 20 7 Let -Down Structure LS 1 DO 0 d 8 Seeding AC 3 $�"p $ 2� 9 Erosion Control LS I $ JF"��� � $ /,5'1)Db ` 10 Tree Removal EA 2 $ DD 1` $ el p 6 - TOTAL BASE BID (ITEMS 1-10) $ rf ALTFRNATF. 1 — (ADDITIVE) NORTH CHAIN LINK FENCE ITEM ESTIMATED EXTENDED AMOUNT NO. DESCRIPTION UNIT QUANTITY UNIT PRICE (Estimated Quantity multiplied by the Unit Price) AI-1 Chain Link Fence LF 1,270 $ $ raj 0 TOTAL BID ITEM (Alternate 1-1) U" ALTERNATE 2 — (ADDITIVE) NORTH CHAIN LINK FENCE ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT (Estimated Quantity multiplied by NO. QUANTITY the Unit Price) A2-1 Chain Link Fence LF 1,500 $ �7L) °� $ J Q TOTAL BID ITEM (Alternate 2-1) $ ` t]4, Bidder's Initials 3 Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (90) NINETY CALENDAR DAYS and a total of (120) ONE HUNDRED TWENTY CALENDAR DAYS for final completion thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the suin of $722.00 (SEVEN -HUNDRED TWENTY-TWO DOLLARS) for each calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SEVENTY (70) calendar days after the scheduled closing time for receiving bids. The,undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidder's Initials 4 9 Enclosed with this Yid4vx 7ai6Check or Certified Check for Dollars ($ ) cwa Bid a sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid 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 bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: 0�'" I Z Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date MIWBE Firm: I Woman 1 a. Black A Hisuanic American Asian R S G N (Printed or Ty d Name) Wes ? ! xtq-j V AYINC�. Com n Ad ress u (366CA, , d a-e-- Cit3r,----- County State Zip Code Telephone: �' 4 - S 61—A ('Y ?- Fax: J U,d - 8'lJ 33ss'a FEDERAL TAX ID or SOCIAL SECURITY No. EMAIL: Gt, &s? �YW3P�dlNl l��S (-17e .NEi PAGE INTENTIONALLY LEFT BLANK CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted with Bid 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. r. n'joa' Contractor ((Sna Signa re) CONTRACTOR'S BUSINESS NAME: CONTRACTOR'S FIRM ADDRESS: J2,5; or Type) tf Contractor (Print) 7?y c, NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. BID # 12-10834-RH, Drainage Improvements for the City of Lubbock Landfill - Caliche Canyon PAGE INTENTIONALLY LEFT BLANK aster° i in—�e e Merchants Bonding Company P.O. BOX 26720 • AUSTIN, TX 78755-0720 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: That WEST TEXAS PAVING, INC. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to CITY OF LUBBOCK (hereinafter called the Obligee) in the full and just sum of ($ 5% OF GAB 5% of GAB Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 5th day of September 2012 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Caliche Canyon Landfill according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. ' Witness: West Texas Paying, Inc. Principal Y Attest & (�s - C 4CX-"'J CON 0333 AU (9/00) MERCHANTYBONDING COMPANY (Mutual) By Michael N. udberg, Atty-in- t MERCHANTM�k BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the *Companies"), and that the Companies do hereby make, constitute and appoint, individually, David P Barrie; Michael N Rudberg; Susan Crain of Dallas and State of TX their true and lawful Attomey-in-Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION ($5,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seat of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of January , 2012 . STATE OF IOWA COUNTY OF POLK ss. qiO.�RPOq °9 . Co = to. Z'• 1933yk MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By ;5'ltT President On this 1 st day of January 2012, before me appeared Larry Taylor, to me personally known, who being by me duty sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. EMARANDA GREENWALT ��aLrlzt� 1 Commission Number 770312 �oww My Commission Expires October 28, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. this In Wittn-ess Whereof, I have Z5++day of SeP4 M 1014A pRgT'�C)% 2�v3 :�.Q: POA 0014 (11/11) set my hand and affixed the seal of the Companies on Secretary r P, CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT I) To Be Completed by Bidder and Agent (I Must be submitted with Bid 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. r 43 % %Fits PA Contractor (Ori na Sign, } re) Contractor (Print) CONTRACTOR'S BUSINESS NAME: (Print or Type) CONTRACTOR'S FIRM ADDRESS: 11 ry 6-OX, 1� I — NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. BID # 12-10834-RH, Drainage Improvements for the City of Lubbock Landfill - Caliche Canyon PAGE INTENTIONALLY LEFT BLANK 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 bids 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 bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: i a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. I 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. l 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. r C. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential i contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO 1// If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid 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. Bidder's Initials QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, 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 bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid 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 bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid 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 LJ assessed. ACKNOWLEDGEMENT i 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 shall be investigated, with my full permission, and that any misrepres tations or omissions may cause my bid to be rejected. Signature, �f Title fI 2 FINAL LIST OF SUB -CONTRACTORS 3 PAGE INTENTIONALLY LEFT BLANK BID # 1240834-M Drainage Improvements for the City of Lubbock Landfill - Caliche Canyon FINAL LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 2. o 0 3, q 0 4, o ct 6. G q 7. E3 o S. a o 4. o c� 10. o a 11. a o o ra 13. q p 14. d o 15. o q id. d d ComCom�/i )Es.z---7�x- Ai PAy0y41��'� Addm State Zip Code Tetophona: - d 1 r at A/ THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BtA CLOSING. IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE So. 4 PAGE INTENTIONALLY LEFT BLANK PAYMENT BOND 5 PAGE INTENTIONALLY LEFT BLANK 10 1 .12012 15: }14,est Texas Paving (FAX)806 863 3550 P.004+ Bond TXC103708 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that West Texas Pavijdg,-, Inc{hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (hereinafter called the Surety(s), as Sure ), are held and firmlyy bound unto the City of Lubbock (hereinafter palled the Obligee), in the amount of wo Hunare F' ft _Thou sar�lIars ($250,130 j lawful money of the United States for the pdi tfVhereo , he's6 n eipal and Surety bind themselves, and their hairs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents, WHEREAS, the principal has entered into a certain written contract with the Obligee, dated the LIth day October of 2412, to West Texas Paving, Tn,2 _ for Drainage Improvements for the City of Luubock Landfill— Caliche Canyon 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 aecordance with the provisions of said Article to the same extent as if it were copied at length herein, IN WITNESS WHEREOF, the said Principal (a) and Surety (s) have signed and sealed this instrument this 19th dayof October 2012. Merchants Bonding Company Surety *ByiJ� Lk (Title) Atty—in—Fa West Texas Paving, Inc. (Company Namo) joO 17i2012 15:41 West Texas Paving (FAX)806 863 3550 P.005/0is The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Aaron Ra schke an agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. Merchants Bondi.na Company Surety * By: kt (Title) Atty—in-Fac Approved as to form; City of ILitbb fck By: City Attorney * Note: If signed by an Office 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 roust have copy of power of attorney for our files. No Text MERCHANTS S� BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, David P. Barrie, Susan Crain, Tayler K. Owen, Michael N. Rudberg of Dallas and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION ($5,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confinned. This Power-of-Attomey is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed" In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 27th day of Auqust , 2012 . �N Cp .• �o�ORPU9�.°9' s = 1933 ; e: .y • Jl STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. President On this 27th day of August , 2012 , before me appeared Larry Taylor, to me personally known, who being by me duty sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. MARANDA GREENWALT � Commission Number 770312 My Commission Expires October 28, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. 1, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 19 day of Oc tober , • 2.012 - • D� kG Co A' ;�O.Op►POq •.q' • : v 4� yTo.<: .z; .3. �• 1933 ; c; . Jd •oti. POA 0014 (11/11) Secretary No Text I 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 (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 Two Hundred Fifty Thousand One Hundred and Thirty Dollars ($250,130) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by` these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 1 Ith day of October, 2012, to 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 2012. Surety (Company Name) *By: By: (Title) (Printed Name) (Signature) (Title) ' 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 Office 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. 8 PERFORMANCE BOND 2 PAGE INTENTIONALLY LEFT BLANK 10/1 ?2012 15;424;est Texas Paving Q-7 A)Wb Y,bJ J.7JU P , Uubl u 113 TXC103708 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) West Texas Paving, Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Prineipal(s), as Principal(s), and Merchants Bonding Company, (hereinafter called the Surety(), as Suretg �, ar hefld aunt fi boundaun the City of Lubbock (hereinafter called the wo Hu e Obligee), in the amount of ����;��,�-- lays ($250,1 30 _) lawful money of the United States for the payment w ereo , the said Prmcipal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11 day of October , 20 2, to West Texas Paving, Inc. for Drainage Improvements for the City of. Lubbock Landfill- Caliche Canyon 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 some 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 1, 9 day of October , 2012. Merchants Bonding Company Surety * By;� (Title) Atty-in-Fac West Texas Paving, Inc. (Company Name) (Title) 10 17/ 2012 15:42 West Texas Paving (FAX)806 863 3550 P.007/016 j The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates _.A- -Ra s chl 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. Me-rchant;s -Bonding Company Surety *By. (Title) Atty—in—Fact Approved aVpcki rm City of b By-, City Attorney * Note: If signed by an Office of the Surety Company, there must by on file a certified extract from the bylaws 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. , 4 s STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) f' OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and �s. (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 Two Hundred Fifty Thousand One Hundred and Thirty Dollars ($250,130) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11 th day of October, 2012, to 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 )2012. Surety € *By: l_ (Title) 3 (Company Name) By: (Printed Name) (Signature) (Title) 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 Office 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. IJ t_1 4 CERTIFICATE OF INSURANCE PAGE INTENTIONALLY LEFT BLANK ® WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY Insurance WC420304A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the tight to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement Is Issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001 129850 20120407 of the Texas Mutual Insurance Company Issued to WEST TEXAS PAVING INC Premium $ WC420304A (ED. 1.01-2000) Endorsement No. Authorized Representative AGENT'S COPY QUSER 4-05-2012 OCT-18-2012 11:07 From:Sanford & Tatum To:8633550 Page:113 A O ® CERTIFICATE OF LIABILITY INSURANCE 10/1 /2o 2i THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this Certificate does not confer rights to the Certificate holder in lieu of such endorsement 8 . PRODUCER Sanford S Tatum Insurance Agency 6303 Indiana Ave. P.O. BOX 6 47 90 Lubbock TX 79464 CONTACT TdIDmiA Manley AX PN ". ROG)712-9344 E , (806) 792-5564 069. manleyte sanfordtatum. cam INSUR 6 AFFORDING COVERAGE NAIL it INSURERA:National American Ins. CO. 366 INSURED West T®xas Paving, Inc., DF3A: Darrell Jarnagin P.O. Box 64187 Lubbock TX 79464 INSURERB•Texas Mutual Insurance Co. 22945 INsURERc: INSURER 0 INSURER E : INsu E cnlvGcer_F c CFRTIFICATF NIIMRFR-2012/2013 RFVIRInN NILMRER- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SU8JECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER LIMITS A 06NERAL LIABILITY X COMMERCIAL GENERAL LIABILITY I CLANS -MADE ® OCCUR NP03310642 /5/2012 /5/2013 EACH OCCURRENCE S 1,000,000 I E S 100,000 MEDEXP one pereM 6 5,000 PERSONAL & ADV-IN4VRY $ 1,000,000 GENERAL. AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X I POLICY PRO- 10 PROOUCTB - COMP/OP AGO S 21000,000 $ `a' AUTOMOBILE LIABILITY ANY AUTO ALLOWNEO SCHEOULfO X AUTOS AUTOS X HIRED AUTOS X AUT g &D 05330642 /5/2012 /5/2013 OMBINdEO SI GLE Li IT 11900,000 BOoILY INJURY (Per person) S BODILY INJURY (Per Ge6deM) $ GE (EX soddeml S Urkwured moariet combined S UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE EACHOCCURRENCE S AGGREGATE S OED I I R NnON S B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE fmano taffy inBNEH) EXCLUDED? QrSF-0001129850 lI yog, deeui>• undN DESCRIPTION OF OP TIONS below NIA /7/2012 /7/2013 3TATU OTM- X LT$ , EACH ACCIDENT L, $ 11000,000 E.L. DISEASE - EA EMPLOYEE i 3,1000,000 E.L. DISEASE - POLICY LINUT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ANach ACORD 401, Additional Remake Schedato, If more Mwee le mgt4 od) r c rivwcrqL CITY OF LUBBOCK OFFICE OF PURCHASING P. 0. BOX 2000 LUBBOCK, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Lanford/TJ14 ACORD 25 (2010105) 01988-2010 ACORD CORPORATION. All rights reserved. INS025 (201005).Ot The ACORD name and logo are registered marks of ACORD No Text N . acoRo® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/18/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER The Shropshire Agency Inc. 5812 66th Street P.O. BOX 65030 Lubbock TX 79464-5030 CONTACT Beverl Burnett NAME: y PHONE (806)763-7311 NC No:(806)763-0556 E DRL.bburnett@shropshireinsurance.com INSURER(S) AFFORDING COVERAGE NAICIf INSURERA:Hanover Lloyds Ins. Co. INSURED KB-SM, Ltd, DBA: All -State Fence Company 12116 Slide Road Lubbock TX 79424 INSURER B :Hanover American INSURER C :Hanover INSURERD:Texas Mutual Insurance Company INSURER E : INSURERF: 7=kTIf;�rilJ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE A D SU R POLICY NUMBER MM/LDDY� MM/LDDY/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR LD 9285068 01 9/12/2012 9/12/2013 DA ToED PREMISES Ea ocRENcurrence) $ 100,000 MED EXP (Any one person) _ _ $ 5 , 000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 X POLICY PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ B ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS ZD-9254317-01 9/12/2012 9/12/2013 BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS P PROPERTY DAMAGE Per accident $ Underinsured motorist $ 1,000,000 I I X I UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 C EXCESS LIAB CLAIMS -MADE DED X RETENTION$ $ HD9285077 01 9/12/2012 9/12/2013 D WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) N / A SF-0001130499 20120418 /18/2012 /18/2013 E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 If yes, describe under E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The General Liability, Excess, Auto and Workers Compensation policies include a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. General Liability, Excess, and auto policies include a blanket automatic additional insured endorsement (provision) that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. 863-3550 marshal.wtp@sptc.net West Texas Paving, Inc. Marshal Jarnagin PO Box 64187 Lubbock, TX 79464 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Shropshire/BEV A%,VKLJ Lo tLUT U/uo) V 1933-2010 ACORD CORPORATION. All rights reserved. INS025 oninnst m Thn Arnpi1 name and Innn am rnniefnrnri martrc of ArnPn I CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate BUILDER'S RISK 100% of the Total Contract Price $ INSTALLATIONFLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Offices 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 (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificate furnished must have the City of Lubbock named as additional insured on Auto/General Liability on j a primary and non-contributory basis, to include product of completed operations endorsement, with a waiver of subrogation in favor of the City of Lubbock on all coverages. PAGE INTENTIONALLY LEFT BLANK CONTRACT � r PAGE INTENTIONALLY LEFT BLANK POLICY NUMBER: MP05310642 NATIONAL AMERICAN INSURANCE COMPANY -p-. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: CITY OF LUBBOCK (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section I -Who Is An Insured Is amended to include as an insured the person or organization shown In the Schedule. But regardless. of the terms and provisions of any contract or agreement or any other provision of this policy, such person or organizadonis an additional Insured only with respect to liability directly related to your sole negligence and directly related to your ongoing operations performed forthat additional insured. A person or organization's statuses an additionalinsuredunder this endorsement ends when your operations for that additional insured are completed. B. With respect to the Insurance afforded to these additional insureds, the following exclusion Is added: 2. Exclusions This insurance does not apply to: a. "Bodily Injury", "property damage' or 'personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: " (1) The prepartng,approving,or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activvltles. b. "Bodily Injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished In connection with such work, on the project (other than service, maintenanceorrepalrs)to be performed by or on behalf of the additional insureds) at the site of the covered operations has been completed; or (2) That portion of 'your work" out of which the injury or damage arises has been put to its intended use by any person or organization otherthan anothercontractoror subcontractor engaged in performing operations for s principal as a part of the same project. c. "Bodily injury" or "property damage" unless such "bodily injury" or "property damage" is caused by your sole negligence and then only to the extent the additionaiinsured may be vicariously liable for your negligence. Includes Copyrighted Material of Insurance Services Office, With Its Permission GL2042 (Ed. 3/2002) CISO Properties, Inc., 2000 Page 1 of 1 AGENT COPY No Text NATIONAL AMERICAN INSURANCE COMPANY • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL AUTO COVERAGE PART TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: NAMED INSURED: WEST TEXAS PAVING INC ENDORSEMENT NO.: POLICY NUMBER: MP05310642 ISSUE DATE: 01/05/2012 SCHEDULE Name of Person or Organization: CITY OF LUBBOCK To the extent that the person(s) or organization(s) shown in the schedule is liable for the conduct of an "insured" arising out of the ownership, maintenance or use of a covered auto under the above policy, they are also "insureds" but only to the extent of that liability." All other terms and conditions of this policy remain unchanged. NAICO-25 (Ed. 5/2007) AGENT COPY Page 1 of 1 No Text POLICY NUMBER: MP05310642 COMMERCIAL. GENERAL LIABILITY CG 24 04 06 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: CITY OF LUBBOCK Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown In the Schedule above. Named Insured: WEST TEXAS PAVING INC Endorsement Effective: 01/05/2011 CG 24 04 06 09 © Insurance Services Office, Inc„2008 Page 1 of 1 ❑ AGENT COPY NATIONAL AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. RIGHT TO RECOVER FROM OTHERS (BLANKET WAIVER OF SUBROGATION) This endorsement modifies insurance. provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to such insurance as Is afforded by the policy for bodily injury liability and property damage liability arising out of the ownership, maintenance or use of automobiles, we waivethe right to recoverywe may have under the policy against any person or entity for whom the Insured is working or operating under a written contract when such contract requires a waiver of subrogation. It is further agreed that the additional premium for the endorsement Is a minimum chargeand shall be retained in full by the company in the event of cancellation or termination of the endorsement of the policy. Additional Premium: $INCLUDED All other terms and conditions of the policy remain unchanged. NAICO-31 (Ed. 6/2009) Contains copyrighted material of Insurance Services Office, Inc., with its Page 1 of 1 permission. Copyright, Insurance Services Office, Inc., 2008 AGENT COPY CONTRACT 10834 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this llth day of October, 2012, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and West Texas Paving, Inc. of the City of Lubbock, Texas, 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: BID 12-10834-RH, Drainage Improvements for the City of Lubbock Landfill - Caliche Canyon and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. West Texas Paving, Inc.'s bid dated September 5, 2012 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 bid 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: COMPLETE ADDRESS: Company,� iJkM 3 P N V Irkn Address P c-1 UK- f y VC-1 City, State, Zip t -V3 [!�, ?qu(,--( ATTEST: `- Corporate Secreta Glen C./Ry1[� Tson, Mayor ATTEST: —4� Rebecca arza, City Secretary APPROVED AS T CO ENT: ��s -f Sc I Snider, Assistant City/?ftager Catrennia Williamson, Landfill Manager AAS O FORM: PP7Chad Weaver, Assistant City Attorney PAGE INTENTIONALLY LEFT BLANK GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit West Texas Paving, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Catrennia Williamson, Landfill Manager, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall 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, Bid, 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 f_j referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, _ designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the � Owner's Representative. 6. SUBCONTRACTOR r The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor forj 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 shall 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 Office 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. L_J 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 shall 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 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 shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, t techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall 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 are 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. 15 16. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be u 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. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 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 Office, 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. The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall 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 i accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall 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 t-u- consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the i_ requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such 4 t. 22. 23. 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. 1_ F Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance _J 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. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; 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. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses 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 shall 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 bid, 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 bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding 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 bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EOUIPMENT 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. 0 27. 28. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall. at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages; expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 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 shall 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 7 A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products-Comp/Op AGG Personal & Adv. Injury Contractual Liability WITH HEAVY EQUIPMENT & XCU ENDORSEMENTS B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, Any Auto. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor in the Statutory Amounts. G. The City of Lubbock is to be named as additional insured on Auto/General Liability on a primary and non-contributory basis, to include products of completed operations endorsement, with a Waiver of Subrogation in favor of the City of Lubbock on all coverages. 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 shall 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. P 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. P-111 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. 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 r - of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ti (d) obtain from each other person with whom it contracts, and provide to the Contractor:-j (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 shall provide services on the project shall 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 bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: 10 (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; 11 (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 (h) "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 (wsyw.tdi.state.tx.us) to receive information of the legal requirements for LI coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and contractually require each person with whom it contracts to provide services on a project, to: (i) (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning' work on the project; 11 „ �4 i (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 all of its Offices, 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 12 i 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. t 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, 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 Offices, 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 bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, 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 bidding 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 therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, U 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 contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in` this contract shall be commenced as provided in the contract documents. 13 t_i 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 SEVEN -HUNDRED TWENTY- TWO DOLLARS ($722) 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. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into ° consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of _ this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such i work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for - hindrance or delays from any cause during the progress of any part of the work embraced in this contract except �_ 14 38. 39. Hi. 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. I 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 bids 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. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, 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. 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 bid 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. N 41. PAYMENTS I'l No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of .the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 15 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and i Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which 16 M, 47. 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. 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. 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. NON-COMPLL4NCE 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: 17 (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, 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. 18 49. 50. 51. 52. 53. 54. 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. 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 an approved Surety Company 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. SPECIAL CONDITIONS 1-1 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. F 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 L 1 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. Fill 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. Ll 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 19 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. t 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. 20 PAGE INTENTIONALLY LEFT BLANK DAVIS BACON WAGE DETERMINATIONS PAGE INTENTIONALLY LEFT BLANK General Decision Number: TX120007 01/06/2012 TX7 Superseded General Decision Number: TX20100008 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 Modification Number Publication Date 0 01/06/2012 * SUTX2011-002 08/02/2011 IRates 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. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non -union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the d rate. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ------------------------- --------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK Specifications ifs Lubbock TCEQ MSW Permit No. 69 City of Lubbock, Texas Caliche Canyon Landfill Drainage Improvements May 2012 FARKHILLSMITH&COOPER PSC Project # 01449212 11fl Specifications �ity of Iiiblio&k t] TEXAS TCEQ MSW Permit No. 69 City of Lubbock, Texas Caliche Canyon Landfill Drainage Improvements 05/22/12 May 2012 PARK ILLSMITt-t&COOPER PSC Project # 01449212 in TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION 00805 Supplementary General Conditions........................................................................................... 6 DIVISION 1- GENERAL REQUIREMENTS 01010 Summary of Work..................................................................................................................... 2 01019 Contract Considerations............................................................................................................. 2 01025 Measurement and Payment........................................................................................................ 3 01039 Coordination and Meetings......................................................................................................2 01090 Reference Standards.................................................................................................................. 2 01300 Submittals..................................................................................................................................3 01356 Storm Water Pollution Prevention Measures............................................................................. 2 01400 Quality Control.......................................................................................................................... 2 01500 Construction Facilities and Temporary Controls....................................................................... 3 01600 Material and Equipment............................................................................................................ 3 01700 Contract Closeout...................................................................................................................... 2 DIVISION 2 - SITE WORK 02110 Site Clearing.............................................................................................................................. 2 02200 Excavation and Earthwork......................................................................................................... 6 02371 Rock Riprap and Gabions.................................................................................. ........................ 02821 Chain Link Fences and Gates5 02900 ..................................................................................................... Seeding. .5 DIVISION 3 - CONCRETE 03300 Cast -In -Place Concrete............................................................................................................13 DIVISIONS 4 —16 Not Used 01449212 TABLE OF CONTENTS TOC - 1 05/12 SECTION 00805 SUPPLEMENTARY GENERAL CONDITIONS PART 1- GENERAL The following paragraphs identify and describe changes to specific paragraphs in the General Conditions. 1.1 ADDITIONS, DELETIONS, AND REVISIONS 1.1.1 General Conditions "13. LINES AND GRADES", add a second paragraph as follows: All lines and grades (field surveys) furnished by the Owner's Representative are for initial construction layout and final construction verification. If a portion of the work fails and requires additional work by the Contractor, additional surveys will be provided by the Owner's Representative at Contractor's expense. The Contractor shall be billed directly for additional surveys by the surveyor at the rates being paid by the Owner. Failure of the Contractor to pay for additional surveys will result in a reduction of that amount from the final payment. 1.1.2 General Conditions "21. OBSERVATION AND TESTING", add a fourth paragraph as follows: The Contractor shall pay all costs for pre -construction testing called for in the Technical Specifications and for all failing tests during construction. The Owner shall pay for all construction testing except for failed tests. The Contractor shall be billed directly for failed tests by the testing laboratory at the rate per test being paid by the Owner. Failure of Contractor to pay for failed tests will result in a reduction of that amount from final payment. 1.1.3 General Conditions "26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT", delete the first paragraph of this section. 1.1.4 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC", modify as follows: 01449212 05/12 Delete the fourth sentence of the first paragraph, i.e., "The Contractor, his sureties... including attorney's fees." and replace it with the following: "The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents, including Engineer, and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and project which is the subject matter of this contract, on account of the failure of the Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, including Engineer, or employees including attorney's fees." SUPPLEMENTARY GENERAL CONDITIONS 00805 - 1 9 1.1.5 General Conditions "28. CONTRACTOR'S INSURANCE", modify as follows: A. Add the following paragraph after the first paragraph: "All insurance, as hereafter specified, shall include a waiver of subrogation against the Owner, the Owner's agents, and the Owner's Engineer." B. In addition to the City, the Engineer is to be named as an additional insured on the Comprehensive General Liability Insurance, the Owner's Protective or Contingent Public Liability and Property Damage Liability Insurance, the Comprehensive Automobile Liability Insurance and the Excess or Umbrella Liability Insurance policies, and a copy of the endorsement doing the foregoing is to be attached to the Certificates of Insurance for such policies. C. The Engineer is to be named as an additional insured on the Builder's Risk Insurance Policy, as its interests may appear. 1.1.6 General Conditions 99. PROTECTION OF ADJOINING PROPERTY", modify as follows: Delete the last sentence of the paragraph, i.e., "without limiting, in any way, manner and form, the indemnity provided ... out of the performance of this contract." and replace it with the following: "The Contractor agrees to indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for damages due to any adjacent or adjoining property arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work." 1.1.7 General Conditions "51. SPECIAL CONDITIONS", modify as follows: Delete the paragraph and replace it with the following: "In the event any special or supplementary general conditions that are a part of the contract documents conflict with any of the general conditions contained in this contract, then in such event the special or supplementary general conditions shall control." 1.2 ADDITIONAL PARAGRAPHS 1.2.1 General Conditions 58. CONSTRUCTION PROCEDURES AND SAFETY:" Owner's Representative and the Engineer shall not specify construction or service -related procedures and shall not manage, control or have charge of construction, nor shall Owner's Representative or Engineer implement or be responsible for health or safety procedures. Owner's Representative and Engineer shall not be responsible for the acts or omissions of Contractor or other parties on the project and shall not be responsible for construction means, methods, techniques, sequences, or procedures, nor for precautions or programs. All ofthese matters shall be responsibility of the Contractor. Owner's Representative's and Engineer's monitoring or review of portions of the work performed under any construction contracts shall not relieve the Contractor from its responsibility for performing the work in accordance with the applicable contract documents." Contractor shall defend, indemnify and hold harmless Owner, Engineer, their officials, officers, directors, consultants, agents and employees from and against all claims, damages, whether direct, indirect or consequential, losses and expenses (including but not limited to attorney's fees and court costs) connected with any illness, injury or loss to the person or property of Contractor, its subcontractors, suppliers, their employees 01449212 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 2 05/12 and agents, or any other person, arising out of or resulting from Contractor's responsibilities under this paragraph; the foregoing shall apply notwithstanding the negligence of any person or entity indemnified hereunder. Not withstanding the above, the Contractor will not be required to indemnify the Owner's Representative or the Engineer to causes arising out ofthe Engineer's negligent acts, errors, or omissions. 1.2.2 General Conditions 59. RESIDENT PROJECT REPRESENTATIVE (RPR): General: RPR is Engineer's agent at the site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with Engineer and Contractor keeping Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the knowledge of and under the direction of Engineer. A. Duties and Responsibilities of RPR: i . Schedules: Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 2. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings, and prepare and circulate copies of minutes thereof. 3. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents, and assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on -site operations. b. Assist in obtaining from Owner additional details or information, when required for proper execution of the Work. B. Shop Drawings and Samples: 1. Record date of receipt of Shop Drawings and samples. 2. Receive samples which are furnished at the site by Contractor, and notify Engineer of availability of samples for examination. 3. Advise Engineer and Contractor of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the Engineer. 01449212 SUPPLEMENTARY GENERAL CONDITIONS 05/12 00805 - 3 C. Review of Work, Rejection of Defective Work, Inspections and Tests: Conduct on -site observations of the Work in progress to assist Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. 2. Report to Engineer whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 3. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that Contractor maintains adequate records thereof; and observe, record and report to Engineer appropriate details relative to the test procedures and startups. 4. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to Engineer. D. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Engineer. Transmit to Contractor decisions as issued by Engineer. E. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to Engineer. Transmit to Contractor decisions as issued by Engineer. F. Records: Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, and other Project related documents. 2. Keep a diary or log book, recording Contractor hours on the job site, weather conditions, data relative to questions of Work Directive Changes, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. 3. Record names, addresses and telephone numbers of all Contractors, subcontractors and major suppliers of materials and equipment. 01449212 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 4 05/12 G. Reports: l . Furnish Engineer periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. 2. Consult with Engineer in advance of scheduled major tests, inspections or start of important phases of the Work. 3. Draft proposed Change Orders and Work Directive Changes, obtaining backup material from Contractor and recommend to Engineer Change Orders, Work Directive Changes, and Field Orders. 4. Report immediately to Engineer and Owner upon the occurrence of any accident. H. Payment Requests: Review applications for payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values. Work completed and materials and equipment delivered at the site but not incorporated in the Work. I. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to Engineer for review and forwarding to Owner prior to final payment for the Work. J. Completion: 1. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. 2. Conduct final inspection in the company of Engineer, Owner, and Contractor and prepare a final list of items to be completed or corrected. 3. Observe that all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance. K. Limitations of Authority: Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by Engineer. 2. Shall not exceed limitations of Engineer's authority as set forth in the Agreement or the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, subcontractors or Contractor's superintendent. 01449212 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 5 05/12 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. 6. Shall not accept Shop Drawing or sample submittals from anyone other than Contractor. 7. Shall not authorize Owner to occupy the Project in whole or in part. 8. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by Engineer. PART 2-PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 01449212 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 6 05/12 SECTION 01010 SUMMARY OF WORK PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.3 RELATED SECTIONS A. General Conditions of the Agreement. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Texas, Caliche Canyon Landfill, "Drainage Improvements." B. Location: Lubbock, Texas, Caliche Canyon Landfill, TCEQ MSW Permit No. 69. C. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as follows: 1. Base Bid — Drainage Improvements. a. Earthwork excavation, grading and filling as shown on plans. b. Rock riprap, gabion structures, and geotextile fabric. C. Vegetative seeding. d. Drainage culverts. e. Erosion protection. 1.5 CONTRACTOR USE OF SITE A. Limit use of site to allow Owner occupancy. B. Construction Operations will be limited to areas adjacent to construction site as designated by the Owner. 1.6 OWNER OCCUPANCY A. The Owner will occupy the site during construction for the conduct of normal operations. B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. C. Schedule the Work to accommodate this requirement. 01449212 SUMMARY OF WORK 01010 - 1 05/12 PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used 01449212 05/12 END OF SECTION SUMMARY OF WORK 01010-2 SECTION 01019 CONTRACT CONSIDERATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Application for Payment. B. Change procedures. 1.3 RELATED SECTIONS A. Section 01300 — Submittals. B. Section 01600 - Material and Equipment. 1.4 PROJECT DURATION A. Definitions 1. Substantial Completion —The point at which the work has been satisfactorily completed. a. Substantial Completion is the condition upon which, in the opinion of the Engineer the work is installed so that it is sufficiently complete, in accordance with the contract documents, so that the work can be fully utilized for the purposes for which it is intended. b. To attain Substantial Completion, the work must have passed the specified testing associated with the work in accordance with the contract documents. All earthwork, grading, culverts, ditch checks, gabions and seeding must be complete. No significant work can remain to be completed on the project to attain Substantial Completion. C. At the Engineer's discretion, operation by the Owner and the Contractor's written request, Substantial Completion may occur even though items of work, or group or work items are not entirely complete. If the Engineer approves of this situation the incomplete items shall only be items that do not prevent full operation of the new facilities. The incomplete items can only be considered as minor punch list items for Substantial Completion to be declared. d. The warranty period will commence with the Substantial Completion date. 2. Final Completion — The point at which the work and all punchlist items have been completed to the satisfaction of the Engineer, and all project closeout documentation has been submitted and approved. B. Substantial Completion — Work associated with the project shall be substantially complete within 90 calendar days of Notice -to -Proceed. C. Final Completion — Work associated with the project shall be finally complete within 120 calendar days of the Notice -to -Proceed. 01449212 CONTRACT CONSIDERATIONS 01019 - 1 05/12 x 1.5 APPLICATIONS FOR PAYMENT A. Submit four copies of each application to the Engineer. B. Payment Period: As defined in Owner -Contractor agreement. C. Waiver of liens from subcontractor. D. Updated construction schedule. 1.6 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time. B. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. C. All Change Orders must be approved and signed by Owner. Do not commence with work included in a Change Order until it has been approved and signed by the Owner. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used 01449212 05/12 END OF SECTION CONTRACT CONSIDERATIONS 01019 - 2 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL 1.1 REQUIREMENTS A. The unit price or lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. B. All estimated quantities for unit price bid items stipulated in the bid proposal are approximate and are to be used only (a) as a basis for estimating the cost of the work and (b) for the purpose of comparing the bids submitted for the work. The actual amount of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for unit price work and materials will be the actual amount ofwork done and material furnished as measured by the Engineer. C. All measurements and payments will be based on completed and accepted work performed in strict accordance with the Drawings and Specifications and in accordance with contract bid prices. All incidental work and subsidiary items whether shown or not or listed for measurement or payment will not be paid for separately, but will be included in the payment for the bid items stated in the contract and shall be full compensation for all labor, equipment, materials, testing and incidentals necessary to perform the work in accordance with the Contract Documents. D. Cost of work or materials shown on the Drawings, called for in the Specifications and on which no separate payment is made, shall be included in the bid price for the various items for which they are associated. A claim by the Contractor for extra compensation for an item required but not shown on the Drawings or described in the Specifications will not be considered. 1.2 BASE BID A. Mobilization/Demobilization (Bid Item 1) 1. Payment will be made for mobilizing and demobilizing all equipment, tools insurance, bonds and all other job -related items to and from the job site. Price will be on a lump sum basis and shall include all equipment, labor, materials, superintendence and all incidentals necessary to become fully mobilized at the start of the project and demobilized when work is complete. Mobilization related expenses include Contractor's cost for the following: obtaining a construction staging area; obtaining storage areas for equipment and construction office facilities; obtaining and setting up construction office facilities; obtaining and paying for electric power required for construction; providing sanitary facilities for construction personnel; obtaining and paying for water needed for construction; providing and maintaining dust control over the project working area; and all other incidentals required for Contractor to complete mobilization. This bid item shall not exceed 3% of the contract price. B. Excavation (Bid Item 2) 1. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to excavate to the elevations and grades shown on the plans. Payment will be made for the total excavation on a per -cubic yard of excavation. CONTRACTOR must 01449212 MEASUREMENT AND PAYMENT 01025 - 1 05/12 I provide survey control and surveyed measurements to verify amount of excavation for payment purposes. C. Embankment Fill (Bid Item 3) 1. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to fill the areas shown in accordance with the plans and specifications. Payment will be made for actual measured cubic yardage of embankment fill. CONTRACTOR must provide survey control and surveyed measurements to verify amount of excavation for payment purposes. D. Culvert Piping (Bid Item 4) 1. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to install high density polyethylene culvert piping in accordance with the plans and specifications. Price shall include excavation of existing overburden, placement of necessary bedding material, backfilling up to existing grades, coordination with Federal Aviation Administration, laying, cutting and jointing pipe, and all other requirements as described in the plans and specifications. Payment will be made for the actual measured linear feet of pipe installed. E. Concrete Headwall (Bid Item 5) 1. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to install concrete headwall structures in accordance with the plans and specifications. Payment will be made per each concrete headwall installed. F. Ditch Check (Bid Item 6) 1. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to construct the ditch checks in accordance with the plans and specifications. Price shall include wire mesh, rock material, and geotextile fabric as described in the plans and specifications. Payment will be made per each ditch check constructed. G. Let -Down Structure (Bid Item 7) 1. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to construct the rock rip -rap let -down structure in accordance with the plans and specifications. Price shall include wire mesh, rock material, and geotextile fabric as described in the plans and specifications. Payment will be made on a lump sum basis for work meeting the requirements of the plans and specifications. H. Seeding (Bid Item 8) 1. Payment will be made for providing and installing seeding as specified. Seeding shall be placed on all disturbed areas shown on plans, including construction staging areas and all constructed ditches included in this project. Payment will include all labor, materials, equipment and superintendence as necessary to install the seeding. Payment will be made on an acreage basis of seeding used. I. Erosion Control (Bid Item 9) 1. Payment will be made for preparing, implementing and maintaining a Storm Water Pollution Prevention Plan (SWPPP) as required under National Pollution Discharge Elimination System regulations. Price includes work related to preparation of all SWPPP documentation, filing of the Notice of Intent (NOI) prior to construction, and Notice of Termination (NOT) following establishment of vegetation. Price shall include all labor, materials, equipment, and superintendence necessary to implement and maintain the SWPPP. Payment will be made on a lump sum basis for work meeting the regulations. J. Tree Removal (Bid Item 10) 1. Payment will be made for removing trees in accordance with the plans and specifications. Payment shall include all labor, materials, equipment, and superintendence necessary to remove the trees. Payment will be made per each tree removed. 01449212 MEASUREMENT AND PAYMENT 01025 - 2 05112 K. Survey 1. No separate payment will be made for construction survey as required for this project. This item shall be considered incidental to all other bid items. L. Cleaning 1. The project shall be returned to pre -construction conditions. No additional payment will be made for cleaning. This item shall be considered incidental to all other bid items. 1.3 ADDITIVE ALTERNATE NO. I A. Chain Link Fence (Bid Item AI -I) 1. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to install the chain link fence in accordance with the plans and specifications. Price shall include all fence posts, concrete footings, fence fabric, tension wires, barbed wire, and all other items described in the plans and specifications. Payment will be made per linear foot of fencing installed. 1.4 ADDITIVE ALTERNATE NO.2 A. Chain Link Fence (Bid Item A2-1) 1. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to install the chain link fence in accordance with the plans and specifications. Price shall include all fence posts, concrete footings, fence fabric, tension wires, barbed wire, and all other items described in the plans and specifications. Payment will be made per linear foot of fencing installed. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01449212 MEASUREMENT AND PAYMENT 01025 - 3 05/12 i SECTION 01039 COORDINATION AND MEETINGS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Coordination. B. Field engineering. C. Site mobilization conference. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy. 1.4 FIELD ENGINEERING A. Control datum for survey is shown on Drawings. B. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.5 SITE MOBILIZATION CONFERENCE A. Engineer will schedule a conference at the Project site prior to Contractor occupancy. B. Attendance Required: Engineer and Contractor's Project Manager and Jobsite Superintendent. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey layout. 6. Security and housekeeping procedures. 7. Schedules and Coordination. 8. Procedures for testing. 9. Procedures for maintaining record documents. D. Record minutes and distribute copies within three days after meeting to participants with two copies to Engineer and those affected by decisions made. 01449212 COORDINATION AND MEETINGS 01039 - 1 05/12 1.6 MONTHLY MEETINGS A. Monthly meetings will be held at the work area on a day agreeable to all parties. At minimum, the meeting will be attended by the Contractor and the Engineer. The purpose of the meeting is to: 1. Review the work activity and location for the week. 2. Discuss the Contractor's personnel assignment for the week. 3. Review the previous week's activity. 4. Review the work schedule. 5. Discuss the possible problem areas and situations. 6. Review of submittals schedule and status of submittals. 7. Maintenance of progress schedule. 8. Planned progress during succeeding work period. 9. Coordination of projected progress. 10. Maintenance of quality and work standards. 11. Review status of "as -built" drawings prepared by Contractor to ascertain that Contractor is keeping "as -built" drawings CURRENT. 12. Other business relating to Work. B. Engineer shall record minutes, and distribute copies within three days to participants and those affected by decisions made. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01449212 COORDINATION AND MEETINGS 01039 2 05/12 SECTION 01090 REFERENCE STANDARDS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality assurance. B. Schedule of references. 1.3 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. 1.4 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. 1.5 SCHEDULE OF REFERENCES AASHTO American Association of State Highway and Transportation Officials 444 N. Capitol St. NW Washington, DC 70001 ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 CFR Code of Federal Regulations U.S. Government Printing Office Washington, DC 20402 01449212 05/12 REFERENCE STANDARDS 01090 - 1 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 GRI Geosynthetic Research Institution Drivel University West Wing - Rush Bldg. #10 Philadelphia, PA 19104 NSF National Sanitation Foundation 3475 Plymouth Road P.O. Box 130140 Ann Arbor, Michigan 48113-0140 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 TCEQ Texas Commission on Environmental Quality Box 13087 Austin, Texas 78711-3087 USCOE U.S. Corps of Engineers P.O. Box 17300 Fort Worth, Texas 76102-0300 END OF SECTION 01449212 REFERENCE STANDARDS 01090 - 2 05/12 SECTION 01300 SUBMITTALS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C. Construction progress schedules. D. Proposed products list. E. Proposed equipment list. F. Shop drawings. G. Product data. H. Manufacturers' instructions. I. Manufacturers' certificates. 1.3 RELATED SECTIONS A. Section 00805 - Supplementary General Conditions. B. Section 01400 - Quality Control. C. Section 01700 - Contract Closeout. 1.4 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail numbers), and specification Section number, as appropriate. C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 01449212 SUBMITTALS 01300 - 1 05/12 H. Format 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single .PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 2. Submittals in any other format, including .ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, .PDF pages of drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals will be uploaded to Engineer's Info Exchange website. I. The submittal procedures described in this Article applies to the Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples to be submitted, not digital files), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, and any other type of submittal submitted to Engineer. 1.5 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required identifying all changes made since previous submittal and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 1.6 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Engineer review. B. Revise and resubmit as required. C. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.7 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.8 SHOP DRAWINGS A. Submit in a reproducible form. ' B. Submit the number of reproductions which Contractor requires, plus three copies which will be 1_J1 retained by Engineer. C. Drawing size shall be minimum 8 1/2 x 1 I inches and maximum of24 x 36 inches. 1.9 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. C. Include recommendations for application and use, compliance with specified standards oftrade associations and testing agencies. i 01449212 SUBMITTALS 01300 - 2 05/12 D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.10 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.11 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01449212 SUBMITTALS 01300 - 3 05/12 SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Where required, the Contractor shall develop a Storm Water Pollution Prevention Plan (SWPPP), file a Notice of Intent (NOI) and implement storm water pollution prevention measures shown on the drawings. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, and/or failure to adequately implement and adjust the storm water pollution prevention measures where a S WPPP is implemented. 1.3 SUBMITTALS A. Inspection Reports. 1.4 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical where a SWPPP is required. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms 1. Where necessary, the Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, 01449212 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 1 05/12 r 9 excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include any of the following measures: a. Temporary or permanent seeding or sodding. b. Mulching. C. Geotextiles. d. Vegetative buffer stips,. Paving. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN NOTE: The limits of disturbance for this project will exceed 1.0 AC in size. Contractor to prepare and submit bid accordingly. A. A SWPPP is only required if the limits of disturbance exceed 1.0 AC. B. If limits of disturbance exceed 1 AC, the Contractor is responsible for meeting requirements of TPDES. (Contractor shall develop SWPPP, file a NOI and implement SWPPP measures). C. A completed Construction Site Notice form in accordance with the requirements of the State's general permit for storm water discharges from construction sites will be prepared by the Contractor (where a SWPPP is required). D. The SWPPP (where required) shall be continually updated as necessary to reflect current and changing conditions on site. Additional measures not specifically shown in the SWPPP may be used to control erosion from leaving the site. END OF SECTION 01449212 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 2 05/12 SECTION 01400 QUALITY CONTROL PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. 1.3 RELATED SECTIONS A. Section 00805 - Supplementary General Conditions. B. Section 01090 - Reference Standards. C. Section 01300 — Submittals. D. Section 01600 - Material and Equipment. 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Perform work by persons qualified to produce workmanship of specified quality. 1.5 INSPECTION AND TESTING LABORATORY SERVICES A. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing if deemed necessary. B. The Contractor or the independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. C. Reports will be submitted by the Contractor or the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. D. Retesting required because ofnon-conformance to specified requirements shall be performed by the either the Contractor or the same independent firm on instructions by the Engineer. Payment for retesting will be charged to the Contractor. 01449212 QUALITY CONTROL 01400 - 1 05/12 w PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01449212 QUALITY CONTROL 05/12 01400-2 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Temporary Utilities: Electricity, water, and sanitary facilities. B. Temporary Controls: Barriers, water control, protection of the Work, and security. C. Construction Facilities: Progress cleaning and removal of utilities. 1.3 RELATED SECTIONS A. Section 00805 - Supplementary General Conditions. B. Section 01700 - Contract Closeout. 1.4 CONSTRUCTION ENTRANCE A. Use of landfill operations entrance is not permitted during construction. B. Contractor to install construction entrances as directed by Owner. Size of construction entrance is at the contractor's discretion. C. Contractor shall remove gates and return construction entrances to original pre-existing condition upon completion of the project. 1.5 TEMPORARY ELECTRICITY A. Contractor shall contact electric company to provide service for temporary power. B. Owner will not pay cost of energy used. Exercise measures to conserve energy. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required by Contractor's operations. Provide flexible power cords as required. D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. 1.6 TEMPORARY WATER SERVICE A. Contractor shall provide temporary water service for all purposes (potable and nonpotable). B. Owner will not pay cost of water used. Exercise measures to conserve water. C. Contractor must provide a means at Contractor's expense to pump the water from the source and load water transport vehicles. D. An adequate water supply for construction is not available on site. 01449212 CONSTRUCTION FACILITIES 01500 - 1 05112 AND TEMPORARY CONTROLS 1.7 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 1.8 BARRIERS/TRAFFIC CONTROL A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Furnish all necessary traffic control signs and flag personnel. The Contractor shall establish a parking area in a location approved by the engineer and Owner. 1.9 STORM WATER CONTROL A. Grade site to drain. Maintain excavations free of water. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.10 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. 1.11 SECURITY/WORKING HOURS A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. Cost for security shall be included in bid price. B. The normal hours of operation for the landfill are fiom 7:00 a.m. to 5:00 p.m. Monday — Friday, and 8:00 a.m. to 12:00 p.m. Saturday. The Contractor will be allowed to work beyond the landfill normal working hours of operation. The Contractor shall be responsible for securing the site when doing so. 1.12 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site and dispose on existing working face at intervals as required to maintain clean site. 1.13 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. 01449212 CONSTRUCTION FACILITIES 01500 - 2 05/12 AND TEMPORARY CONTROLS PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01449212 CONSTRUCTION FACILITIES 01500 - 3 05/12 AND TEMPORARY CONTROLS SECTION 01600 MATERIAL AND EQUIPMENT PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. 1.3 RELATED SECTIONS A. Section 00805 - Supplementary General Conditions. B. Section 01400 - Quality Control. 1.4 PRODUCTS A. Products mean new material, components, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels, intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 01449212 MATERIAL AND EQUIPMENT 01600 - 1 05/12 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Provide cover to stockpile to prevent windblown contaminants from mixing with the stockpile. Granular materials shall not be stored on bare ground or asphalt surfaces. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. 1.7 EQUIPMENT LIST A. Submit in accordance with Section 01300 Submittals. 1.8 SUBSTITUTIONS A. Engineer will consider requests for substitutions only within 30 days after date established in Notice to Proceed. B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: I . Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required or the Work to be complete with no additional cost to Owner. 4. Waives claims for additional cost or time extension which may subsequently become apparent. 5. Will reimburse Owner and Engineer for review or redesign services associated with re - approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. 01449212 MATERIAL AND EQUIPMENT 01600 - 2 05/12 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01449212 MATERIAL AND EQUIPMENT 05/12 01600-3 SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Project record documents. 1.3 RELATED SECTIONS A. Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep pave areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.6 PROJECT RECORD DOCUMENTS A. Maintain on site, two sets of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. 01449212 CONTRACT CLOSEOUT 01700 -1 05/12 D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01449212 CONTRACT CLOSEOUT 01700 - 2 05/12 SECTION 02110 SITE CLEARING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Remove trees and shrubs. B. Remove root system of trees and shrubs. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.1 PREPARATION A. Verify that existing plant life designated to remain is tagged or identified. 3.2 PROTECTION A. Existing Services 1. Indicated locations are approximate. Determine exact locations before commencing work. 2. Locate, identify, and protect from damage utilities that remain. B. Protect trees, plant growth and features designated to remain as final landscaping. C. Protect bench marks from damage or displacement. D. Protection of Existing Improvements: Provide protections necessary to prevent damage to existing improvements indicated to remain in place. 1. Protect improvements on adjoining properties and on Owner's property. 2. Restore damaged improvements to their original condition, as acceptable to property owners. 3.3 CLEARING A. Remove trees and shrubs indicated. Remove stumps and main root ball to a depth of 60 inches. 01449212 SITE CLEARING 02110 - 1 05/12 3.4 REMOVAL A. Remove debris, rock, and extracted plant life from site. B. General: Remove trees, shrubs, grass, and other vegetation, improvements, or obstructions, as required, to permit installation of new construction. Remove similar items elsewhere on site or premises as specifically indicated. Removal includes digging out and off -site disposal ofstumps and roots. 1. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. C. Removal of Improvements: Remove existing above -grade and below -grade improvements as indicated and as necessary to facilitate new construction. 1. Abandonment or removal of certain underground pipe or conduits may be indicated on mechanical or electrical drawings and is included under work of related Division 15 and 16 Sections. Removing abandoned underground piping or conduits interfering with construction is included under this Section. 2. Place markers to indicate location of disconnected services. 3.5 DISPOSAL OF WASTE MATERIALS A. Burning on Owner's Property: Burning is not permitted on Owner's property. B. Removal from Owner's Property: Remove waste materials acid unsuitable or excess topsoil from Owner's property. END OF SECTION 01449212 SITE CLEARING 02110 - 2 05/12 SECTION 02200 EXCAVATION AND EARTHWORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to the work of this Section. 1.2 RELATED SECTIONS A. Section 01090 — Reference Standards. B. Section 01500 — Construction Facilities and Temporary Controls. C. Section 03300 — Cast -In -Place Concrete. 1.3 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation, title or are used to establish criteria. The latest publication in use at the time of the executed contract shall be the one used on this project. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) ASTM D 6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil Aggregate by Nuclear Methods (Shallow Depth) ASTM D 4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils TEXAS COMMISSION ON ENVIRONMENTAL QUALITY TCEQ Texas Commission on Environmental Quality, Municipal Solid Waste Management Regulation, 30 TAC Chapter 330 1.4 DEFINITIONS A. Backfill 1. A specified material used in refilling a cut, trench, over excavation or other excavation, placed at a specified degree of compaction. B. Compaction 1. The process of mechanically stabilizing a material by increasing its density at a controlled moisture condition. "Degree of Compaction" is expressed as a percentage of the maximum density obtained by the test procedure described in ASTM D 698 for 01449212 EXCAVATION AND EARTHWORK 02200 - 1 05/12 general soil types abbreviated in this specification as " 95 percent ASTM D 698 maximum density". C. Embankment 1. A "fill" having a top that is higher than adjoining ground. D. Excavation 1. Excavation consists of the removal of material encountered to subgrade elevations and the reuse or disposal of materials removed. E. Fill 1. Specified material placed at a specified degree of compaction to obtain an indicated grade or elevation. F. Hard Material 1. Weathered rock, dense consolidated deposits or conglomerate materials, (excluding manmade materials such as concrete) which are not included in the definition of "rock" but which usually require the use of heavy excavation equipment with ripper teeth or the use of jack hammers for removal. G. In Situ Soil 1. Existing in place soil. H. Lift 1. A layer (or course) of soil placed on top of a previously prepared or placed soil. I. Rock 1. Solid, homogeneous, interlocking crystalline material with firmly cemented, laminated, or foliated masses or conglomerate deposits, neither of which can be removed without systematic drilling and blasting, drilling and the use of expansion jacks or feather wedges, or the use of backhoe-mounted pneumatic hole punchers or rock breakers; also large boulders, buried masonry, or concrete other than pavement, exceeding 1 cubic yard in volume. Removal of "hard material" will not be considered rock excavation because of intermittent drilling and blasting that is performed merely to increase production. J. Soil 1. The surface material of the earth's crust resulting from the chemical and mechanical weathering of rock and organic material. K. Subgrade 1. The material in excavation (cuts) and fills (embankments) immediately below any subbase, base, liner, or other improvement. Also, as a secondary definition, the level below which work above is referenced. L. Topsoil 1. In natural or undisturbed soil formations, the fine-grained, weathered material on the surface or directly below any loose or partially decomposed organic matter. Topsoil may be a dark -colored, fine, silty, or sandy material with a high content of well decomposed organic matter, often containing traces of the parent rock material. Gradation and material requirements specified herein apply to all topsoil references in this contract. The material shall be representative of productive soils in the vicinity. M. Unauthorized Excavation 1. Removing materials beyond indicated Subgrade elevations or dimensions without direction by the Engineer. Unauthorized excavation, as well as remedial work directed by the Engineer, shall be at the Contractor's expense. N. Unsatisfactory Material 1. Existing, in situ soil or other material which can be identified as having insufficient strength characteristics or stability to carry intended loads in fill or embankment without excessive consolidation or loss of stability. Unsatisfactory materials also include 01449212 EXCAVATION AND EARTHWORK 02200 - 2 05/12 man-made fills, refuse, frozen material, uncompacted backfills from previous construction, unsound rock or soil lenses, or other deleterious or objectionable material. O. Working Platform 1. A layer of compacted crushed rock or natural stone that replaces the in situ soil to provide a stable, uniform bearing foundation for construction equipment to facilitate further site construction. 1.5 DELIVERY AND STORAGE A. Deliver and store materials as needed in a manner to prevent contamination or segregation. 1.6 QUALITY ASSURANCE A. Codes and Standards: Perform earthwork complying with requirements of authorities having jurisdiction. 1.7 CRITERIA FOR BIDDING A. Base bids on the following criteria: l . Surface elevations as indicated. 2. The character of the material to be excavated or used for subgrade is as indicated. Hard material shall not be considered as rock and removal of such material shall not give cause for a claim for additional compensation regardless of hardness or difficulty in removing. Rock as defined in the paragraph entitled, "Definitions," will not be encountered. 3. Suitable backfill and fill material in the quantities required is available at the project site. 4. Blasting will not be permitted. Remove material by drilling and use of expansion jacks or feather wedges, or the use of backhoe-mounted pneumatic hole punchers or rock breakers, or as approved by the Engineer. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Protection and Restoration of Surfaces l . Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, elevations or grades and restore surface construction prior to acceptance. Protect existing streams, ditches and storm drain inlets from water -borne soil by means of straw bale dikes or filter fabric dams as needed. Conduct work in accordance with requirements specified in Section 01356 - Storm Water Pollution Prevention Measures. B. Stockpile of Excavated Material 1. Stockpile excavated material in accordance with Section 01010 - Summary of Work and in such a manner that it will not obstruct the flow of runoff, streams, endanger a partly 01449212 EXCAVATION AND EARTHWORK 02200 - 3 05/12 finished structure, impair the efficiency or appearance of facilities, or be detrimental to the completed work. 3.2 SURFACE PREPARATION A. Clearing 1. Brush, refuse, stumps, roots, and unmerchantable timber shall become the property of the Contractor and be removed as directed by the Engineer. Conduct work in accordance with requirements specified in Section 01356, "Storm Water Pollution Prevention Measures." B. Stockpiling Topsoil 1. Strip approved topsoil from the site where excavation or grading is indicated and stockpile separately from other excavated material. Locate topsoil so that the material can be used readily for the finished grading. Protect and store in segregated piles until needed. C. Unsatisfactory Material 1. Remove organic matter, sod, muck, rubbish, and unsuitable soils under the limits of construction. Typical depth of removal of such unsuitable material will not be less than 12 inches. D. Protect structures, utilities, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. E. Provide erosion control measures to prevent erosion or displacement of soils. 3.3 DEWATERING A. Prevent surface water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening and damage by rain or water accumulation. 3.4 GENERAL EXCAVATION A. Excavate to the indicated slopes, lines, depths and elevations. The Engineer will verify that the excavation has been performed in accordance with the Project Drawings. Stockpile excavated material as directed by Owner and Engineer. Prepare subgrade in accordance with paragraph 3.5, PREPARATION OF SUBGRADE AND COMPACTED BERMS, of this section. B. In the process of excavating over the existing lining system, it is unlikely that waste will be encountered. If waste is encountered, Contractor to dispose ofthis waste on the active working face, as directed by the Owner, and cover any remaining exposed waste with a minimum of twenty-four (24) inches of clean soil of the same type as that used for the final cover. C. Unclassified Excavation: Excavation is unclassified and includes excavation to required subgrade elevations regardless of the character of materials and obstructions encountered. D. Keep excavations free from water while construction is in progress. Notify the Engineer immediately in writing in the event that it becomes necessary to remove rock, hard material, or other material defined as unsatisfactory to a depth greater than indicated. Refill excavations cut below required subgrade elevations. 01449212 EXCAVATION AND EARTHWORK 02200 - 4 05/ 12 3.5 PREPARATION OF SUBGRADE AND COMPACTED BERMS A. Fine -grade subgrade to smooth, uniform and compacted conditions, to elevations shown on Project Drawings. Remove all stones larger than 3/4-inch in diameter and any other objects which could damage overlying geosynthetic materials. B. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by the Engineer. C. Proof roll subgrade with self propelled smooth drum roller or by methods acceptable to the Engineer to remove clods and non -uniform subgrade. D. Construct berms to the grades shown. Use suitable fill materials from on site as directed by the Owner and compact to 95% standard proctor density (ASTM D698). Control the development of rills, repairing any that occur, and maintain the side slopes for the duration of the project. 3.6 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavations as directed by the Engineer. 3.7 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade or backfill layer before compaction to optimum moisture content or higher. l . Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry satisfactory soil material that is too wet to compact to specified density. a. Stockpile or spread and dry removed wet satisfactory soil material. 3.8 GRADING A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. Provide a smooth transition between existing adjacent grades and new grades. Correct and control wind and water erosion. B. Site Grading 1. Grade to finished grades indicated within 0.10 foot. No rock shall protrude above the finished grade elevation. Rock that protrudes shall be removed below grade and the void backfilled and compacted to ASTM D698 (95%). Grade areas to drain where possible. Existing grades which are to remain but are disturbed by the Contractor's operations shall be restored to preconstruction condition. C. Protection of Surfaces 1. Protect newly graded areas from traffic, erosion, and settlements that may occur and as required in the Section 01356, "Storm Water Pollution Prevention Measures" and as specified in paragraph 3.I.A of this Section entitled "Protection and Restoration of Surfaces." Repair or reestablish damaged grades, elevations, or slopes before work will be accepted. 01449212 EXCAVATION AND EARTHWORK 02200 - 5 05/12 3.9 FIELD QUALITY CONTROL A. The Contractor will allow the Engineer to inspect and test each subgrade and each fill or backfill layer. Do not proceed until test results for previously completed work verify compliance with requirements. 1. Berm Construction: a. Fill materials will be placed in 8-inch loose lift thicknesses and compacted to required densities. Field densities will be performed every 8,000 square feet per compacted lift for area fill and every 500 linear feet per lift for embankment. b. Cohesive soil having a plasticity index less than 15 shall be compacted to at least 95 percent ASTM D 698 at optimum moisture content (+/- 2 percent). Cohesive soils with a plasticity index of 15 or more shall be compacted to at least 95 percent ASTM D 698 at or above optimum moisture content. B. When test results report that subgrades, fills, or backfills are below specified density, scarify and moisten or aerate, or remove and replace soil to the depth required, recompact and retest until required density is obtained. 3.10 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and re-establish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace material to depth directed by the Engineer; reshape and recompact at optimum moisture content to the required density. C. Settling: Where settling occurs during the Project correction period, remove finished surfacing, backfill with additional approved material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.11 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Transport surplus satisfactory soil to designated storage areas on the Owner's ' property. Stockpile or spread soil as directed by Engineer. 1. Remove waste material, including unsatisfactory soil, trash, and debris, and dispose of it on the active face as directed by the Engineer. END OF SECTION 01449212 EXCAVATION AND EARTHWORK 02200 - 6 05/12 r SECTION 02371 ROCK RIPRAP AND GABIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. The work shall consist of the construction of loose rock riprap on a geotextile filter layer and PVC gabion baskets filled with loose rock riprap, including a geotextile filter layer or bedding where specified or indicated. _ 1.3 RELATED SECTIONS A. Section 01400 — Quality Control. B. Section 02200 — Excavation and Earthwork. 1.4 SUBMITTALS A. Provide gradation curves for riprap to be used prior to any rock delivery. rill B. Laboratory test results for bulk specific gravity, absorption and sodium sulfate soundness at least 30 days prior to delivery of any rock. C. Name and location of rock source. 1.5 REFERENCES _I A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM A 975 - Standard Specifications for Double -Twisted Hexagonal Mesh Gabions and Rivet Mattresses (Metallic -Coated Steel Wire or Metallic -Coated Steel Wire with Polyvinyl Chloride (PVC) Coating). 2. ASTM A 370 - Text Methods and Definitions for Mechanical Testing of Steel Products. 3. ASTM B 117 - Salt Spray Test. 4. ASTM C 88 - Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. 5. ASTM C 127 - Standard Test Method for Density, Relative Density (Specific Gravity) and Absorption of Course Aggregate (as modified in this specification section). i3 6. ASTM D 1499 — Standard Practice for Filtered Open -Flume Carbon Arc Exposures of Plastics. 7. ASTM D 2240 — Standard Test Method for Rubber Property-Durometer Hardness. 1 8. ASTM D 412 — Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension. 1 9. ASTM D 746 — Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact. i 01449212 ROCK RIPRAP AND GABIONS 02371 - I 05/12 f 1 10. ASTM D 792 — Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement. 11. ASTM G 152 — Standard Practice for Operating Open Flume Carbon Arc Light Apparatus for Exposure of Non -Metallic Materials. PART 2 - PRODUCTS 2.1 MATERIALS A. Gabions and Gabion Mats. l . Approved Product is Maccaferri Mats and Gabions, or approved equal. 2. Gabions and Gabion Mats shall be constructed out of Maccaferri PVC coated 8 x 10 type, or approved other, mesh wire. Mats shall efficiently cover the specified areas. The PVC coating shall have a UV resistance coating complying with ASTM D 1499 and ASTM G 152. It shall also comply with ASTM B 117 for Salt Spray Testing with a weight of not more than 0.19g. 3. Use Spenax Fasteners, or approved equal as recommended by the manufacturer. B. Rock. 1. Loose rock riprap shall be limestone or other hard, angular to round, non -erodible rock with a specific weight of 155 lbs. per cubic foot. Rock shall be well graded with diameters ranging from 4 inches to 8 inches. Gabion mat rock shall be in the full range of sizes. Gabion rock shall allow for a minimum of 3 layers of rock. 2. Rock from designated sources shall be excavated, selected and handled as necessary to meet the quality and grading requirements of this specification. The rock shall conform to the specified grading limits when installed. 3. Rock riprap shall be excavated, selected, and handled as necessary to meet the quality and grading requirements specified. Individual rock fragments shall be dense, sound and free from cracks, seams and other defects conducive to accelerated weathering. The rock fragments shall be angular to subrounded in shape. The least dimension of an individual rock fragment shall not be less than one-third the greatest dimension of the fragment. 4. Rock riprap shall have the following properties: a. Bulk specific gravity (saturated surface -dry basis) not less than 2.5 when tested in accordance with ASTM C 127. b. Absorption not more than two percent when tested in accordance with ASTM C 127. C. Weight loss in five cycles not more than 10 percent when sodium sulfate is used or 15 percent when magnesium sulfate is used when tested in accordance with ASTM C 88 modified as follows: 1) The test sample shall not be separated into fractions. It shall consist of 5,000 +/- 300 grams of rock fragments, reasonably uniform in size and shape and weighing approximately 100 grams each, obtained by breaking the rock and selecting fragments of the required size. 2) After the sample has been dried, following completion of the final test cycle and washing to remove the sodium sulfate or magnesium sulfate, the loss of weight shall be determined by subtracting from the original weight of the sample the final weight of all fragments that have not broken into three or more pieces. 3) The report shall show the percentage loss of weight, list the sulfate solution used, and list the results of the qualitative examination. 01449212 ROCK RIPRAP AND GABIONS 02371 - 2 05/12 C. Bedding shall be obtained from the designated sources and shall be selected to meet the quality and grading requirements of this specification. D. At least 30 days prior to changing source of approved rock riprap, the Contractor shall notify the Engineer in writing of the new sources from which he intends to obtain the material. The Contractor shall submit the gradation, tests and source name and location required in paragraph 1.4 and receive Engineer's approval prior to delivery of any material from the new source. Failure to obtain approval will result in rejection of the source and any material delivered. PART 3 - EXECUTION 3.1 SUBGRADE PREPARATION A. The subgrade surfaces on which the gabions are to be placed shall be cut or filled and graded to the lines and grades shown on the drawings. When fill to subgrade lines is required, it shall consist of approved materials and shall conform to the requirements of the specified class of fill. Subgrade shall be compacted to 95% density, according to ASTM D 698, for a depth of six inches. B. Gabions shall not be placed until the foundation preparation is completed and the subgrade surfaces have been inspected and approved by the Engineer. 3.2 GABION AND MAT CONSTRUCTION A. Gabions and Gabion Mats shall be assembled as individual units before placing. The units shall then be placed and joined together. The units shall be filled with rock riprap. Unit lids 1 shall be closed and wired down. B. Use caution to not damage the PVC coating. C. Slightly overfill baskets by I to 2 inches to allow for settlement. D. Install connecting wire braces for Gabions as recommended by the manufacturer. E. Installation 1. Subgrade Preparation: The surface underlying the gabion mat shall be smooth and free of ruts or protrusions which could damage the gabion mat. Subgrade materials and compaction requirements shall be in accordance with Section 02200 — Excavation and Earthwork. 2. Placement: The Contractor shall request the presence of the Engineer during handling and installation. END OF SECTION f 01449212 ROCK RIPRAP AND GABIONS 02371 - 3 05/12 SECTION 02821 CHAIN LINK FENCES AND GATES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Fence framework, fabric, and accessories. B. Excavation for post bases. C. Concrete foundation for posts. D. Manual swing gates and related hardware. 1.3 RELATED SECTIONS A. Section 03300 — Cast -in -Place Concrete. 1.4 REFERENCES A. ASTM International: 1. ASTM A 121 - Standard Specification for Zinc -Coated (Galvanized) Steel Barbed Wire. 2. ASTM A123/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 3. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 4. ASTM A392 - Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric. 5. ASTM A491 - Standard Specification for Aluminum -Coated Steel Chain -Link Fence Fabric. 6. ASTM A585 - Standard Specification for Aluminum -Coated Steel Barbed Wire. 7. ASTM A792/A792M - Standard Specification for Steel Sheet, 55% Aluminum -Zinc Alloy -Coated by the Hot -Dip Process. 8. ASTM A824 - Standard Specification for Metallic -Coated Marcelled Tension Wire for Use With Chain Link Fence 9. ASTM A1011/AI0IIM - Standard Specification for Steel, Sheet and Strip, Hot - Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability. 10. ASTM B429 - Standard Specification for Aluminum -Alloy Extruded Structural Pipe and Tube. 11. ASTM C94 - Standard Specification for Ready -Mixed Concrete. 12. ASTM F567 - Standard Practice for Installation -of Chain -Link Fence. 13. ASTM F626 - Standard Specification for Fence Fittings 14. ASTM F668 - Standard Specification for Poly (Vinyl Chloride) (PVC) -Coated Steel Chain Link Fence Fabric. 01449212 CHAIN LINK FENCES AND GATES 02821 - 1 05/12 1.5 1.6 1.7 1.8 1.9 15. ASTM F900 - Standard Specification for Industrial and Commercial Swing Gates. 16. ASTM F934 - Standard Specification for Standard Colors for Polymer -Coated Chain Link Fence Materials. 17. ASTM F1043 - Standard Specification for Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework. 18. ASTM F1083 - Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures. 19. ASTM F1184 - Standard Specification for Industrial and Commercial Horizontal Slide Gates. 20. ASTM F1664 - Standard Specification for Poly (Vinyl Chloride) (PVC) Coated Steel Tension Wire Used With Chain Link Fence. 21. ASTM F1665- Standard Specification for Poly (Vinyl Chloride) (PVC) Coated Barb Wire 'Used With Chain Link Fence. 22. ASTM F1910 - Standard Specification for Long Barbed Tape Obstacles. 23. ASTM F1916 - Standard Specification for Selecting Chain Link Barrier Systems With Coated Chain Link Fence Fabric and Round Posts for Detention Applications. B. Chain Link Fence Manufacturers Institute: 1. CLFMI - Product Manual. SYSTEM DESCRIPTION A. Fence Height: As indicated on Drawings. B. Line Post Spacing: At intervals not exceeding 8 feet. SUBMITTALS A. Section 01300 — Submittals: Requirements for submittals. B. Shop Drawings 1. Indicate plan layout, spacing of components, post foundation dimensions, hardware anchorage, and schedule of components. C. Product Data 1. Submit data on fabric, posts, accessories, fittings and hardware. CLOSEOUT SUBMITTALS A. Section 01700 - Execution Requirements: Closeout procedures. B. Project Record Documents: Accurately record actual locations of property perimeter posts relative to property lines and easements. C. Operation and Maintenance Data: Procedures for submittals. QUALITY ASSURANCE A. Supply material in accordance with CLFMI - Product Manual. B. Perform installation in accordance with ASTM F567. QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing work of this section with minimum three years documented experience. 01449212 CHAIN LINK FENCES AND GATES 02821 - 2 05/12 1.10 DELIVERY, STORAGE AND HANDLING A. Deliver, store, protect, and handle products to site under provisions of Section 01600. 1. Deliver fence fabric and accessories in packed cartons or firmly tied rolls. 2. Identify each package with manufacturer's name. 3. Store fence fabric and accessories in secure and dry place. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: I . Anchor Fence Inc. 2. Allied Tube & Conduit 3. Cyclone Inc. 4. Page Aluminized Steel Corp 5. Substitutions: In accordance with Section 01600 - Product Requirements. 2.2 MATERIALS A. Framing (Steel): ASTM F1083 Schedule 40 galvanized steel pipe, welded construction, minimum yield strength of 25 ksi; coating conforming to ASTM F 1043 Type A on pipe exterior and interior. B. Fabric Wire (Steel): ASTM A392 zinc coated wire fabric. C. Barbed Wire: ASTM A121 galvanized steel; 12 gage thick wire, 3 strands, 4 points at 3 inch oc. D. Concrete: Type specified in Section 03300. 2.3 COMPONENTS A. Line Posts: 2.38 inch diameter. B. Corner and Terminal Posts: 2.38 inch. C. Gate Posts: 3.5 inch diameter. D. Top and Brace Rail: 1.66 inch diameter, plain end, sleeve coupled. E. Gate Frame: 1.66 inch diameter for fittings and truss rod fabrication. F. Fabric: 2 inch diamond mesh interwoven wire, 9 gage thick, top salvage shall match existing fencing. G. Tension Wire: 6 gage thick steel, single strand. H. Tension Band: %Z inch thick steel. I. Tension Strap: '/2 inch thick steel. J. Tie Wire: Aluminum alloy steel wire. 2.4 ACCESSORIES A. Caps: Cast steel galvanized; round top, sized to post diameter, compression fit. B. Fittings: Sleeves, bands, clips, rail ends, tension bars, fasteners and fittings; galvanized steel. C. Extension Arms: Cast steel galvanized, to accommodate 3 strands of barbed wire, single arm, sloped to 45 degrees. 01449212 CHAIN LINK FENCES AND GATES 02821 - 3 05/12 2.5 GATES A. General: 1. Gate Types, Opening Widths and Directions of Operation: As indicated on Drawings. 2. Factory assemble gates. 3. Design gates for operation by one person. B. Swing Gates: 1. Fabricate gates to permit 180 degree swing. 2. Gates Construction: ASTM F900 with welded corners. Use of corner fittings is not permitted. 2.6 FINISHES A. Components and Fabric: Galvanized to ASTM A123/A123M; ASTM A153/A153M for components; ASTM A392 for fabric; 1.8 oz/sq ft coating. B. Hardware: Galvanized to ASTM A153/AI53M, 1.8 oz/sq ft coating. C. Accessories: Same finish as framing. PART 3 - EXECUTION 3.1 INSTALLATION A. Install framework, fabric, accessories and gates in accordance with ASTM F567. B. Set intermediate, terminal, gate, and line posts plumb, in concrete footings with top of footing 2 inches above finish grade. Slope top of concrete for water runoff away from post. C. Line Post Footing Depth Below Finish Grade: ASTM F567 3.0 feet. D. Corner, Gate and Terminal Post Footing Depth Below Finish Grade: ASTM F567 3.0 feet. E. Brace each gate and corner post to adjacent line post with horizontal center brace rail and diagonal truss rods. Install brace rail one bay from end and gate posts. F. Install top rail through line post tops and splice with 6 inch long rail sleeves. G. Install center and bottom brace rail on corner gate leaves. H. Place fabric on outside of posts and rails. I. Do not stretch fabric until concrete foundation has cured 28 days. J. Stretch fabric between terminal posts or at intervals of 100 feet maximum, whichever is less. K. Position bottom of fabric 2 inches above finished grade. L. Fasten fabric to top rail, line posts, braces, and bottom tension wire with tie wire at maximum 15 inches on centers. M. Attach fabric to end, corner, and gate posts with tension bars and tension bar clips. N. Install bottom tension wire stretched taut between terminal posts. O. Install support arms sloped outward and attach barbed wire; tension and secure. P. Support gates from gate posts. Do not attach hinged side of gate from building wall. Q. Install gate with fabric and barbed wire overhang to match fence. Install three hinges on each gate leaf, latch, catches, drop bolt. R. Connect to existing fence at existing terminal post. S. Install posts with 6 inches maximum clear opening from end posts to buildings, fences and other structures. 01449212 CHAIN LINK FENCES AND GATES 02821 - 4 05/12 T. Excavate holes for posts to diameter and spacing indicated on Drawings without disturbing underlying materials. U. Center and align posts. Place concrete around posts, and vibrate or tamp for consolidation. Verify vertical and top alignment of posts and make necessary corrections. V. Extend concrete footings 1 inch above grade, and trowel, forming crown to shed water away from post. W. Allow footings to cure minimum 7 days before installing fabric and other materials attached to posts. 3.2 ERECTION TOLERANCES A. Maximum Variation From Plumb: 1/4 inch. B. Maximum Offset From Indicated Position: 1 inch. C. Minimum distance from property line: 6 inches. END OF SECTION 01449212 CHAIN LINK FENCES AND GATES 02821 - 5 05/12 SECTION 02900 SEEDING PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. L2 SECTION INCLUDES A. Seeding. 1. Soil preparation. 2. Native grass seeding. 1.3 RELATED SECTIONS A. Section 02200 — Excavation and Earthwork. 1.4 SUBMITTALS A. Product certificates signed by manufacturers certifying that their products comply with specified requirements. 1. Manufacturer's certified analysis for standard products. 2. Analysis for other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. 3. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. B. Certification of grass seed from seed vendor for each grass -seed mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. C. Material test reports from qualified independent testing agency indicating and interpreting test results relative to compliance of the following materials with requirements indicated. 1. Analysis of existing surface soil. D. Planting schedule indicating anticipated dates and locations for each type of planting. E. Maintenance instructions recommending procedures to be established by Owner for maintenance of landscaping during an entire year. Submit before expiration of required maintenance periods. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that landscaping is in progress. B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must demonstrate to Engineer's satisfaction, based on evaluation of agency -submitted 01449212 SEEDING 02900 - 1 05/12 criteria conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct the testing indicated without delaying the Work. C. Topsoil Analysis: Furnish a soil analysis made by a qualified independent soil -testing agency stating percentages of organic matter, inorganic matter (silt, clay, and sand), deleterious material, pH, and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for growth of applicable planting material. State recommended quantities of nitrogen, phosphorus, and potash nutrients and any limestone, aluminum sulfate, or other soil amendments to be added to produce a satisfactory topsoil. D. Preinstallation Conference: Conduct conference at Project site as specified in Section 01039 — Coordination and Meetings. 1.6 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.7 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Engineer before planting. 1.8 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. 1. Provide schedule showing when plant materials are anticipated to be planted. 2. Show schedule of when lawn type and other grass areas are anticipated to be planted. 3. Indicate planting schedules in relation to schedule for finish grading and topsoiling. 4. Indicate anticipated dates Engineer will be required to review installation for initial acceptance and final acceptance. 1.9 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. 01449212 SEEDING 02900 - 2 05/ 12 PART2-PRODUCTS 2.1 GRASS MATERIALS A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official Seed Analysts' "Rules for Testing Seeds" for purity and germination tolerances. 1. Seed Mixture: Provide seed of grass species and varieties, proportions by weight, and minimum percentages of purity, germination, and maximum percentage of weed seed as indicated on Schedules at the end of this Section. 2.2 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, 4 percent organic material minimum, free of stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant growth. 1. Topsoil Source: Reuse surface soil stockpiled on the site. Verify suitability of surface soil to produce topsoil meeting requirements and amend as specified in soil analysis. Supplement with imported topsoil when quantities are insufficient. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. 2.3 FERTILIZER A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, - consisting of fast- and slow- release nitrogen, 50 percent derived from natural organic sources of urea -form, phosphorous, and potassium in the following composition: 1. Composition: 1 lb. per 1,000 sq. ft. of actual nitrogen in a balanced fertilizer with an N:P:K ratio of 3:1:1 and a minimum of 10% sulfur and 2% iron or a fertilizer that contains the elements in proportions which meet the recommendations of the soil analysis from a qualified soil testing agency. 2.4 MULCH A. Mulch: 1. For seeded areas: Clean, seed -free, threshed straw of oats, wheat, barley, iye, beans, } peanuts, or other locally available mulch material which does not contain an excessive quantity of matured seeds of noxious weeds or other species that will grow or be detrimental to seeding, or provide a menace to surrounding land. Do not use material which is fresh or excessively brittle, or which is decomposed and will smother or retard growth of grass. 2. Native grass seeded areas. Weed- free hay, excluding brome or bluegrass hay, used j on slopes 4:1 or steeper. i PART 3 - EXECUTION 1 3.1 EXAMINATION r ; A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 01449212 05/ 12 SEEDING 02900 - 3 3.2 PREPARATION A. Outline areas, and secure Engineer's acceptance before the start of planting work. Make minor adjustments as may be required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas that will be planted in the immediate future. B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous materials. C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown, after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen. 1. Place approximately 1/2 the thickness of planting soil mixture required. Work into top of loosened subgrade to create a transition layer and then place remainder of planting soil mixture. D. Grade grass areas to a smooth, even surface with loose, uniformly fine texture and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. Remove trash, debris, stones larger than 1 inch in any dimension, and other objects that may interfere with planting or maintenance operations. E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. 3.5 SEEDING NEW GRASSED AREAS A. Do not use seed which is wet, moldy, or otherwise damaged. B. Perform seeding work from April 20 to May 15 for spring planting, and August 1 to September 15 for fall planting, unless otherwise approved by Engineer. C. Employ satisfactory methods of sowing using mechanical power -driven drills or seeders or mechanical hand seeders, or other approved equipment. D. Distribute seed evenly over entire area at rate of application not less than 4 lbs. (PLS) of seed per 1,000 sf, 50 percent sown in one direction, remainder at right angles to first sowing. E. Stop work when work extends beyond most favorable planting season for species designated, or when satisfactory results cannot be obtained because of drought, high winds, excessive moisture, or other factors. Resume work only when favorable conditions develop. F. Lightly rake seed into soil followed by light rolling or cultipacking. G. Immediately protect seeded areas against erosion by mulching. Spread mulch in continuous blanket using 1-1/2 tons per acre to a depth of 4 or 5 straws. 01449212 SEEDING 02900 - 4 05/12 H. Protect seeded slopes against erosion with erosion netting or other methods approved by Engineer. Protect seeded areas against traffic or other use by erecting barricades and placing warning signs. I. Immediately following spreading mulch, anchor mulch using a rolling coulter or a wheatland land packer having wheels with V-shaped edges to force mulch into soil surface, or apply evenly distributed emulsified asphalt at rate of 10 — 13 gaUI,000 sf. _ SS-1 emulsion in accordance with ASTM D997 or RC-1 cutback asphalt in accordance with ASTM D2028 are acceptable. If mulch and asphalt are applied in one treatment, use SS-1 emulsion with penetration test range between 150-200. Use appropriate shields to protect adjacent site improvements. J. If hydroseeding is used, machinery must be approved, modern, properly equipped and operated by an experienced operator. Seed and fertilize at the rate specified. Use appropriate shields to protect adjacent site improvements. 3.6 CLEANUP AND PROTECTION A. Duringlandscaping, keep pavements clean and work area in an orderly condition. p g> p p Y B. Protect landscaping from damage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed. 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. 3.8 SEED MIXTURES SCHEDULE, APPLICATION RATES AND POTENTIAL SEEDING SEASONS The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 j % Purity x % Germination COMMON NAME SCIENTIFIC NAME QUANTITY OF PURE LIVE SEED FOR MIXTURE Green Sprangletop Le tochloa dubia 4.0 lbs/acre Sideoats Grama (EI Reno) Bouteloua curb endula 8.0 Ibs/acre Blue Grama (Texas Grown) Bouteloua gracilis 10.0 lbs/acre Buffalograss (treated) Buuchloe dactyloides 6.0 lbs/acre Common Bermudagrass (hulled) 16.0 lbs/acre Rye (temporary cover.crop) 60.0 lbs/acre 01449212 05/12 END OF SECTION SEEDING 02900 - 5 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SCOPE A. Concrete for this project shall conform to the requirements of this section. The Contractor shall furnish all materials, equipment, tools, labor, superintendence, and incidentals necessary to perform the work in accordance with the drawings and these specifications. 1.3 REFERENCES The latest editions of the following specifications and references govern work of this section and constitute minimum requirements. Where specific requirements in this section of the Specifications are more stringent, they shall supersede the corresponding requirements of these Referenced Specifications. AMERICAN CONCRETE INSTITUTE (ACI) ACI 301 Specifications for Structural Concrete Buildings ACI 301 Manual of Standard Practice for Detailing Reinforced Concrete Structures ACI 318 Building Code Requirements for Reinforced Concrete ACI 347 Recommended Practice for Concrete Formwork ACI 613 Recommended Practice for Concrete Formwork ACI 614 Recommended, Practice for Measuring, Mixing, and Placing Concrete ACI Comm. Selection and Use of Aggregates for Concrete 621 SP-7 ACI Manual of Concrete Inspection ACI 305R Hot Weather Concreting AMERICAN SOCIETY FOR TESTING MATERIALS (ASTM) ASTM A-82 Cold Drawn Steel Wire for Concrete Reinforcement ASTM A-615 Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM A-616 Rail -Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A-706 Low -Alloy Steel Deformed Bars for Concrete Reinforcement ASTM C-31 Making & Curing Concrete Compression and Flexure Test Specimens in the Field. ASTM C-33 Concrete Aggregates ASTM C-39 Compressive Strength of Molded Concrete Cylinders ASTM C-40 Organic Impurities In Fine Aggregates for Concrete ASTM C-42 Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 01449212 CAST -IN -PLACE CONCRETE 03300 - 1 05/ 12 ASTM C-94 Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C-136 Standard Method of Test for Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM C-138 Standard Method of Test for Weight per Cubic Foot, Yield and Air Content (Gravimetric) of Concrete ASTM C-143 Standard Method of Test for Slump of Portland Cement Concrete ASTM C-150 Standard Specification for Portland Cement ASTM C-171 Sheet Material for Concrete Curing ASTM C-172 Standard Method of Sampling Fresh Concrete ASTM C-173 Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C-192 Standard Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory ASTM C-231 Standard Method of Test for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C-260 Air -Entraining Admixture for Concrete ASTM C-309 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Chemical Admixtures for Concrete ASTM C-618 Fly Ash and Raw od Calcined Natural Pozzolan for use as a Mineral Admixture in Portland Cement Concrete PORTLAND CEMENT ASSOCIATION (PCA) Design and Control for Concrete Mixtures AMERICAN WELDING SOCIETY (AWS) AWS D12.1 Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connections in Reinforced Concrete Construction U.S. ARMY CORPS OF ENGINEERS CRD C-572 Specification of Water Stops TEXAS DEPARTMENT OF TRANSPORTATION Standard Specifications for Construction of Highways, Streets and Bridges LATEST EDITION OF EACH OF THE ABOVE GOVERNING STANDARDS SHALL APPLY 1.4 RELATED SECTIONS A. Excavation or filling for concrete structures and other miscellaneous concrete work shall conform to the lines and grades as shown on the plans or as established in the field and shall be as specified in Section 02200 — Excavating and Earthwork. A. Product Data: For each type of manufactured material and product indicated. 1. Fiber reinforcement. 01449212 CAST -IN -PLACE CONCRETE 03300 - 2 05/12 2. Admixtures 3. Curing materials. B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. Submitted compressive test results must be less than 6 months old. 1. Indicate amounts of mix water to be withheld for later addition at Project site. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete Work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to 6-onduct the testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall.be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-1 or an equivalent certification program. PART 2-PRODUCTS 2.1 CEMENT A. Portland cement shall conform to the latest revisions of A.S.T.M. Designation C-150, Type II, and shall be of an approved brand. Only one brand of cement will be permitted in any one structure. Plant tests and certificates of conformity with the specification shall be furnished with each carload of cement. 2.2 FINE AGGREGATE A. Fine aggregate shall consist of hard, strong, durable and uncoated particles of natural sand, washed and screened. The aggregate shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities and the grading shall conform to the following: Percentage Passing Square Openings No.4 No.16 No.50 No.100 No.200 95-100 45-70 15-30 3-8 0-3 B. Fineness modulus shall not vary more than plus or minus 0.20 from that of approved sample, which shall be between 2.20 and 2.90. 01449212 CAST -IN -PLACE CONCRETE 03300 - 3 05/12 2.3 COARSE AGGREGATE A. Coarse aggregate shall consist of hard, tough, durable and uncoated particles of washed and screened gravel or crushed stone. It shall be free of vegetation, soft, friable, thin, or elongated particles. B. Maximum size of coarse aggregate shall be governed by the conditions of placement of the concrete and shall not be greater than 3/4 of the distance between reinforcing bars. In no case shall the maximum size be greater than 2 inches. All aggregates shall be approved before use. 2.4 WATER A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals. 2.5 FORMS A. The forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. The forms shall be constructed such that the finished concrete shall be of the form and dimensions shown on the plans. All form work for exposed surfaces shall be of such material and so constructed as to produce a smooth, even surface when the concrete is placed. All forms shall be oiled before use. In general, wall forms may be removed after the concrete has been in place for 24 hours. All exposed edges shall have a 3/4-inch chamfer whether or not shown on the details. Immediately upon removal of the forms, any honeycombed sections shall be repaired as directed. 2.6 CONCRETE MIX A. Class "A" concrete shall contain not less than 5.5 sacks of cement per cubic yard. No more water shall be used than is required to produce a workable mix and in no case will the water content exceed 5.0 gallons per sack of cement. The proportioning of the constituents of the concrete shall be such as to produce a dense, and workable mixture, and the mix shall be approved before any concrete is placed. B. The minimum 28 day compressive strength for Class A concrete shall be 4000 psi. C. Pipe embedment concrete shall contain not less than 4 sacks of cement per cubic yard. No more water than 8 gallons of water per sack of cement shall be used. The proportioning of the constituents of the concrete shall be such as to produce a dense and workable mixture, and the mix shall be approved before any concrete is placed. D. Cement Stabilized Backfll for backfill stabilization shall contain a minimum 2 sacks of cement per cubic yard. No more water than 10 gallons per sack of cement shall be used. 01449212 CAST -IN -PLACE CONCRETE 03300 - 4 05/12 2.7 EXPANSION JOINTS A. Where pre -molded expansion joint material is shown on the plans such material shall be'h inch or 3/4 —inch Bituminous type preformed joint filler, AASHTO M-33 as shown on the drawings. Contractor shall submit on proposed expansion joint material and submit documentation that certifies it meets AASHTO M-33 requirements. PART 3 - EXECUTION 3.1 MIXING A. All aggregates shall be accurately weighed or measured by volume. The concrete shall be mixed in an approved batch mixer equipped with an accurate water measuring tank, and shall be mixed for one and one half minutes after all materials are in the mixer. "Ready Mixed" or "Transit Mix" concrete may be used. If used, it shall conform to these specifications and the "Standard Specifications for Ready Mixed Concrete", A.S.T.M. Serial Designation C 94. B. Each mixer and agitator shall have attached thereto in a prominent place, a metal plate or plates on which are plainly marked, for the various uses for which the equipment is designed, the capacity of the drum or container in terms of the volume of mixed concrete and the speed of rotation of the mixing drum, blades or paddles. Stationary mixers shall be equipped with an acceptable timing device that will not permit the batch to be dispatched until the specified mixing time is elapsed. Truck mixers, shall be equipped with means by which the number of revolutions of the drum blades, or paddles may be readily verified. C. The mixer, when loaded to capacity, shall be capable of combining the ingredients of the concrete within the specified time into a thoroughly mixed and uniform mass and of discharging the concrete with a satisfactorily degree of uniformity. No mixer or agititator shall be used if the results of slump tests of individual samples taken at approximately the one quarter, and the three quarter points of the placement differ by more than 2-inches. Mixers and agitators shall be inspected frequently for changes in condition due to accumulations of hardened concrete or mortar, or to wear of blades. D. Truck mixers shall have adequate water supply and metering devices. No water can be added to the concrete after the initial mixing without the permission of the Engineer. E. After mixing, the concrete shall be transported to the forms in a manner which will prevent separation or segregation of the aggregates and shall be placed without undue delay. It shall be deposited as nearly as practicable in its final position in order to avoid rehandling or flowing of the concrete. As the concrete is placed, it shall be vibrated by means of a vibrator of the type which is submerged in the concrete. F. Mixing at mixing speed shall begin immediately after all ingredients are in the mixer. For complete mixing in the truck each batch shall be mixed not less than 70 or more revolutions of the drum. For partial mixing in the truck each batch shall be mixed not less than 50 nor more than 100 revolutions of the drum. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one nor more than four revolutions per minute. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 01449212 CAST -IN -PLACE CONCRETE 03300 - 5 05/ 12 G. The maximum time interval between the introduction of the mixing water to the cement and aggregates, and the placing of the concrete in the forms shall not exceed the following: AIR OR CONCRETE TEMPERATURE MAXIMUM TIME (Whichever is Higher) 90 degrees F. or above (Air Only) 45 minutes 75 degrees F. to 89 degrees F. 60 minutes 35 degrees F. to 74 degrees F. 90 minutes H. Concrete shall not be placed when the ambient temperature is less than 40 degrees Fahrenheit and falling, but may be placed if the temperature is 40 degrees fahrenheit and rising. Concrete shall not be placed when the temperature will drop below 35 degree fahrenheit within 24 hours after placement as projected by the National Weather Service unless properly protected. The temperature of the concrete at the time of placement in the forms shall not be less than 50 degrees Fahrenheit nor more than 90 degrees Fahrenheit. When placing concrete in freezing weather, means shall be provided for keeping the concrete at a temperature of at least 50°F for not less than 72 hours after placing or until the concrete has thoroughly hardened. Concrete shall not be placed when weather conditions are unsuitable for such work. 3.2 TRANSPORTING A. Concrete shall be handled from the mixer to the place of final deposit in a manner that will prevent segregation and when practicable, shall be deposited in its final position without rehandling or flowing. All equipment used in transporting concrete shall be maintained in a clean condition. Concrete shall not be delivered from hoists, by spout, by trough, or dumped into carts with a free fall of more than 4 feet. Every precaution shall be taken to prevent separation or loss of ingredients while transporting the concrete. Runways for carts or buggies shall not bear upon the reinforcing or fresh concrete. Pumping and conveying of concrete shall be done only after approval by the Engineer and with equipment that will insure a continuous flow without segregation. 3.3 PLACING A. Concrete shall not be placed until all reinforcement is securely and properly fastened in its correct position.. Form ties shall be checked and re -tightened where necessary. Forms and reinforcement shall be inspected and approved by the Engineer prior before beginning placement of concrete. All embedded items shall be in place and clean -out openings closed before such inspection. A procedure for inspection of forms reinforcing, inserts, etc., prior to all concrete placement will be instituted and coordinated by the Engineer. At least 24 hours prior to concrete placement the Contractor shall submit an inspection sheet to the Engineer. The inspection sheet, to be developed shall show the location and quantity of concrete to be placed, the time and date schedule for placement and shall be signed by the Contractor's representative. Signing of this sheet will certify that all of the items necessary have been inspected, and that the area is ready for final review by the Engineer. If the Engineer determines that the corrections are excessive, the placement should be rescheduled and the Engineer notified 12 hours before scheduled placement after the corrections are made. A representative of the Engineer will be on the job during the 01449212 CAST -IN -PLACE CONCRETE 03300 - 6 05/ 12 9 8 placement of concrete and concrete shall not be placed unless the Engineer or his representative is present. B. Concrete shall be placed in a manner that will prevent segregation, thoroughly embed all reinforcement and fixtures, fill all angles in the forms and prevent formation of aggregate pockets or honeycomb. Placement in walls columns or other deep forms shall be done through openings in the forms, spaced at frequent intervals, or through tremies so that the free fall shall not exceed 4 feet. Points of depositing the concrete shall be spaced so that the concrete surfaces can be kept level without using vibrators or other equipment to cause it to flow into place. C. Concrete shall be placed with the aid of approved mechanical vibrating equipment. Vibration shall be applied to the concrete and shall be of sufficient intensity and duration to cause flow or settlement of the concrete, thoroughly compacting, and complete embedment of reinforcement and fixtures. Supplemental forking and spading by hand may be required to secure dense uniform surfaces and complete filling of corners and angles. D. Excessive spading or vibrating causing undue water gain or segregation will not be permitted. If moderate working causes excessive water gain the mix shall be adjusted. Excess water shall be removed when it appears. When concrete in floors or slabs are deposited on the ground, the subgrade shall be thoroughly compacted and moistened before placement. A grill tamp shall be used on floor slabs. Completed sections shall conform to the details on the contract drawings and the concrete shall be dense, uniform and free of aggregate pockets or honeycomb. E. Concrete in vertical walls shall be placed in continuous horizontal layers approximately 18 inches in depth. Not more than one hour shall elapse between the placing of successive layers of concrete in any portion of a structure included in a continuous placement. F. The contractor shall adhere to the requirements ACI 306 and ACI 605 for cold and hot weather concreting respectively. G. Concrete shall generally not be placed during high winds with blowing dust that will contaminate the surface and cause entrapment of sand and dust particles in the finished surfaces. 3.4 SLUMP A. The slump of all concrete shall be between 3 and 6 inches with the condition of placement governing the slump to be used. In all cases the Engineer shall specify the slump to be used prior to placement. When a 3 inch slump is specified, the allowable tolerance shall be 1/2 inch. When the specified tolerance is greater than 3 inches the tolerance shall be 1 inch. In general flat work will require a slump of approximately 3" and concrete for vertical members, i.e. walls columns, etc. shall be 5 inches. Slump for concrete to be added to CMU units shall be 6 inches. 3.5 WEATHER Mixed concrete from plant shall be transported in truck mixers. The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 90 minutes when the concrete is hauled in truck mixers. Re -tempering concrete by adding water or by other means will not be permitted. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified in the approved mix design is not exceeded and approved by the Engineer 01449212 CAST -IN -PLACE CONCRETE 03300 - 7 05/12 No concrete shall be mixed, placed or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. A. Cold Weather Unless authorized in writing by the Engineer; mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees Fahrenheit and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees Fahrenheit. The aggregate shall be free of ice, snow and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50 degrees Fahrenheit at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150 degrees Fahrenheit. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. B. Hot Weather During periods when the maximum daily air temperature exceeds 90 degrees Fahrenheit, the Contractor shall perform all concrete placement during the night time hours unless temperature controls are implemented and approved by the Engineer. During the periods of hot weather when the maximum daily air temperature exceeds 85 degrees Fahrenheit the following precautions shall be taken. 1. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable and in no case shall the temperature of the concrete when placed exceed 90 degrees Fahrenheit. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. If concrete temperature exceeds 95 degrees Fahrenheit as measured in accordance with ASTM C 1064, it shall be rejected. 2. The finished surfaces of the newly laid concrete surface shall be kept damp by applying a water -fog or mist with approved spraying equipment until the concrete surface is covered by the curing medium. If necessary wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 pounds per square feet per hour as determined in accordance with Figure 2.1.5 in ACI 305R, Hot Weather Concreting, which takes into consideration relative humidity, wind velocity, and air temperature. When conditions are such that problems with plastic cracking can be expected and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of wind screens, more effective fog sprays and similar measures commencing immediately behind the concrete placement. If these measures are not effective in preventing plastic cracking concreting operations shall be immediately stopped. 01449212 05/12 CAST -IN -PLACE CONCRETE 03300 - 8 r C. 3. The Contractor shall submit a Hot Weather Concrete Construction Plan and have it reviewed by the Engineer 30 calendar days prior to concrete placements when the ambient temperature exceeds 85 degrees Fahrenheit. This plan shall conform to ACI 305R and other requirements specified herein and shall include, but not be limited to the demonstration of how the concrete temperature during batching and mixing will be kept below 90 degrees Fahrenheit, how the concrete will be protected from the rapid evaporation of surface moisture, the proper use of water reducers with re - dosing charts and procedures, and curing procedures. 4. Concrete placement shall be limited to night time hours when the average daily air temperature is or is forecasted to exceed 90 degrees Fahrenheit. 5. Prior to the start of concreting operation for each day of placement, the Contractor shall provide the Engineer with a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided. As a minimum the program shall address the following items: a. Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material. b. Anticipated weather conditions such as ambient temperatures, wind velocity and relative humidity. C. Anticipated timing of initial sawing of joints, when specified. Documentation of Weather Data The Contractor shall provide a continuous and accurate record of air temperature, relative humidity, concrete temperature and wind velocity at the project site with a portable weather station, adjacent to the concrete work area (s). The data shall be collected and documented by the Contractor continuously for the full duration of the project. The Contractor's quality control staff shall document the weather data in the daily Quality Control Reports and use and implement the data to eliminate the potential for plastic cracking of concrete by estimating the evaporation rate from Figure 305R. Protection of Concrete from Plastic Cracking The finished surfaces of the newly laid concrete shall be kept damp by applying a water - fog or mist with approved spraying equipment until the concrete is finished and is covered by the curing medium. When the evaporation rate is less than 0.2 pounds per square foot per hour, one (1) coat of liquid concrete curing compound shall be applied at a minimum rate of one hundred (150) square feet per gallon. When the evaporation rate is from 0.2 to 0.4 pounds per square foot per hour, one (1) coat of liquid concrete curing compound shall be applied, at a minimum rate of one hundred (100) pounds per square feet per gallon. When the evaporation rate is greater than 0.4 but less than 0.6 pounds per square foot per hour, two (2) coats of liquid concrete curing compound shall be applied each coat at one hundred (100) square feet per gallon. When the evaporation rate is 0.6 pounds per square foot per hour, concreting operations shall be terminated or not be initiated. The evaporation rates shall be determined in accordance with Figure 305R which takes into consideration relative humidity, wind velocity and air temperature. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable and in no case shall the -temperature of the concrete when placed exceed ninety (90) degrees Fahrenheit. The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. Chilled water shall be used to ensure the concrete temperature is below ninety (90) degrees Fahrenheit. 01449212 CAST -IN -PLACE CONCRETE 03300 - 9 05/12 When conditions are such that problems with plastic cracking can be expected and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of the requirements as shown in Table 3. If these measures are not effective in preventing plastic cracking, concreting operations shall be immediately stopped, and all Portland cement concrete that is cracked, shall be removed and replaced by the Contractor at no additional cost to the City of Lubbock. Based on the results of the Contractor's Quality control data, as collected and documented from the portable weather station, the following criteria shall apply: TABLE 3 — Curing Compound Reauirements for Concrete Evaporation Rate Minimum Curing Requirements Pounds per Square Foot Per Hour) Less than 0.20 One (1) coat membrane, each at 150 square feet per gallon 0.20 to 0.40 One (1) coat membrane, each at 100 square feet per gallon 0.40 to 0.60 Two (2) coats membrane, each at 100 s uare feetper gallon Greater than 0.60 Paving operations shall be terminated or not be initiated if conditions are anticipated or measured. E. Continuous Documentation of Weather Data The Contractor shall suspend concrete placement when the evaporation rate is greater than 0.60 pounds per square foot per hour, as determined from the Contractor's portable weather station data and from Figure 305R. The Contractor shall provide a continuous and accurate record of air temperature, relative humidity, concrete temperature and wind velocity at the project site and adjacent to the Work Area with a portable weather station. The Contractor's Quality Control staff shall use and record the data obtained from the portable weather station and include this data in the Quality Control daily testing and inspection report. The Quality Control testing and inspection report shall be submitted to the Engineer daily. Weather data shall be collected every day during construction, regardless if concrete is proposed to be placed. The portable weather station may be from the following manufactures: TAMS Weather Station Qualimetrics, Inc. Environmental Systems 1165 National Drive Sacramento, CA 95834 Phone (916) 928-1000 www.qualimetries.com Portable Zeno Weather Coastal 820 First Avenue South Seattle, WA 98134-1202 Phone: (800) 488-8291 01449212 CAST -IN -PLACE CONCRETE 03300 - 10 05/12 3.6 FINISHING A. Exposed Vertical Surfaces Such surfaces shall have all tie rod holes filled, fins and rough edges removed and all defects removed or patched. Following this the surfaces shall be rubbed with carborundum stones and clean, clear water until a stnooth surface, uniform in color and texture has been obtained. This finishing shall be done as soon as is practical after removal of forms. B. Unexposed Vertical Surfaces Such surfaces shall be finished as specified for exposed vertical surfaces except that no rubbing will be required. 3.7 EMBEDDED ITEMS A. All bolts, pipe, pipe sleeves, inserts or other fixtures required by the plans or these specifications to be embedded in the concrete, shall be set accurately in place and maintained in such positions during concreting operations. 3.8 TESTS A. Test certificates for cement shall be furnished as specified in Item 2.1 above. The Contractor shall furnish results of tests made by a competent commercial laboratory on each material source he proposed to use before start of construction and material shall not be shipped until such results have been examined by the Engineer and the source of material approved. Laboratory mix designs and conformation cylinders will not be required for this project. However, the proposed mix for each class of concrete shall be submitted to the Engineer for approval prior to placing any concrete. The cost of all pre - construction tests shall be borne by the Contractor. Additional test certificates shall be furnished on the aggregate if the material source is changed. B. Seven day and twenty-eight day compressive tests shall be conducted on all cylinders. A set of 4 cylinders shall be taken for each placement of fifty cubic yards, or portion thereof. 3.9 REINFORCING A. Bar Reinforcing Except where plain bars are specifically shown on the plans, all bar reinforcing shall be deformed bars. The deformed bar reinforcing shall conform to the requirements of ASTM A-615 Grade 60. Plain steel bars including 1/4 inch diameter bars shall conform to the requirements of ASTM A-307, grade 60. Weldable reinforcing bars shall conform to ASTM-A-706. B. Welded Wire Fabric Welded wire fabric shall be as designated on the drawings and shall conform to the requirements of the Texas State Department of Transportation "Standard Specifications for Construction of Highways, Streets and Bridges" Item 440.2 Materials. C. Storing Reinforcing Reinforcing stored at the site shall be protected from accumulation of grease, mud, or other foreign matter and from rust producing conditions. Bars shall be free from loose flaky rust, scale, oil, mud or structural defects when incorporated in the structures. 01449212 05/12 CAST -IN -PLACE CONCRETE 03300 - 11 D. Fabrication and Placing Reinforcement shall be accurately fabricated to the dimensions and shapes shown on the plans in accordance with the ACI Manual of Standard Practice unless variations are specifically shown on the plans. E. Reinforcement shall be accurately placed and adequately supported by concrete, metal or other approved chairs, spacers, or ties and shall be secured against displacement. Reinforcement shall be placed in specified positions within the following tolerances: F. Depth in structural slabs, flexural members, walls and columns: + 1/4 inch. G. Longitudinal location of bends and ends of bars: + 2 inches except that the required concrete cover at ends of members shall not be reduced. H. Unless noted otherwise on the Contract Drawings, the concrete cover for reinforcing shall be in accordance with the requirements of the ACI Building Code Requirements for Reinforced Concrete (ACI 318). I. Splices shall be made as shown on the Contract Drawings by lapping the bars the required amount and securely wiring them together. Where details of splices are not shown or where unanticipated splices are required, they shall be made in a location approved by the Engineer and the length of lap shall be as required by the ACI Building Code Requirements for Reinforced Concrete (ACI 318). J. Reinforcing bars partially embedded in concrete shall not be field bent, except as indicated on the Contract Documents or permitted by the Engineer. K. Torch cutting of reinforcing bars will not be allowed. L. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. 3.10 JOINTS A. Construction and expansion joints shall be constructed at the locations and in accordance with the details shown on the drawings. If it becomes necessary to stop placement of concrete between joints, or if the Contractor desires for his own convenience to construct joints other than those shown, such joints shall be made only at locations approved by the Engineer and all such joints shall be constructed in accordance with the plans and specifications. B. All horizontal joints shown on the plans shall be made truly horizontal and chamfered. Vertical joints shall be truly vertical. C. Before concreting operations are resumed at any construction joint, or wherever fresh concrete is to be bonded to hardened concrete, the surface of the hardened concrete shall be cut or chipped to remove laitance and expose aggregate. The surface of the concrete shall be thoroughly cleaned, saturated, then sloshed with a coating of neat cement grout against which the fresh concrete shall be placed before the grout has attained initial set. Care shall be taken to insure that the first layer of new concrete contains sufficient mortar for adequate bond. D. All joints shall be constructed in a workman like manner with joints truly vertical or horizontal, as required, and at right angles to the axis of the member in which the joint occurs. Expansion joint material shall be accurately positioned and nailed onto existing concrete to the lines and dimensions shown on the drawings so that the expansion joint material is accurately held in place during placement of new concrete. 01449212 CAST -IN -PLACE CONCRETE 03300 - 12 05/12 3.11 CURING AND PROTECTING A. All concrete shall be cured by applying a liquid membrane coating to all exposed surfaces, provided the materials and method of application are first approved by the Engineer. The coating shall conform to A.S.T.M. Designation C-309. Care shall be taken to prevent mechanical injury to concrete work during the curing period and until the work is accepted. Any work damaged prior to acceptance shall be repaired to the satisfaction of the Engineer. B. All concrete work shall be protected until such time as it has set up sufficiently to prevent damage by vandals. C. Suitable means shall be provided to prevent concrete from freezing for not less than 72 hours after placing. Any concrete damaged by freezing shall be removed and replaced by the Contractor at his expense. The addition of any admixture of chemicals to the concrete to prevent freezing shall not be allowed, unless specifically approved by the Engineer. 3.12 DEFECTIVE WORK A. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if any section is not constructed to the proper grade, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 3.13 FORMWORK REMOVAL A. Forms may be removed only upon approval by the ENGINEER. In general, removal of wall forms within 24-hours. Adequate re -shoring shall be placed when forms are removed and backfilling is begun, and shall remain in place until the design 28 day compressive strength is attained. The attained strength shall be determined from standard test cylinders molded, cured and broken in accordance with ASTM C31. The strength of the concrete shall be assumed to be the average strength of the two cylinders tested. If the Contractor wishes to determine the strength of the concrete prior to the 28 day tests, the Contractor shall bear the cost as well as the responsibility of obtaining additional cylinders as well as the tests. B. It shall be the responsibility of the Contractor, in all form removal, to prevent damage or marring of the concrete surfaces. 3.14 BACKFILLING A. Backfill behind and adjacent to all concrete work shall be made from good quality topsoil. This material shall be free from organic material such as leaves, grass, roots and other unsuitable materials and free of rocks or stones. The Contractor shall provide a smooth, even slope between the existing ground and the top of curb or other concrete structure. B. Care shall be taken during the backfill and cleanup process not to scrape, chip, crack or otherwise damage the concrete including tire marks from equipment or trucks. Any damaged concrete will be removed and replaced at the expense of the Contractor. END OF SECTION 01449212 CAST -IN -PLACE CONCRETE 03300 - 13 05/12 am 3■ )bo&k ity of CALICHE CANYON LANDFILL TCEQ MSW PERMIT N0.69 DRAINAGE IMPROVEMENTS MAY 2012 PARKHILL SMITH & COOPER In .=Oft SW" Ujbbccr,Tr ?UZ E0$A?&= a 0 0 x fu"'tbock TaxAs CALICHE CANYON LANDFILL T= MSW PEAMR NM M DRAWA a rAWNBAU s ,e",m,im >.as ,vm b� COM SHEET G-001 r - r- a■ C E B Rm KEUKA ROAD I L PROJECT LOCATION LIST OF UTILITIES AND AGENCIES ELECTRIC: CITY OF LUBBOCK LUBSOCKPONER a LKatT CAUCM CANTON LANDFILL 1= BROADVAY UN NORTHAVENUE P LUBBOCKTx79401 LUBBOCK TX MMTM25N OM 767-ZM ELECTRIC: CITY OF LUBBOCK xCEL ENERGY SOLID VWSTE DEPARTMENT 1120MAW3TREET 708MUNKCIPALD" LuBBOCKTx?ml UAMOCK TIA 7SIW 1-800421-Mt IBM i s-- N 'ONE-CALL•UTR.RY ENGWEER: WO LOCATCOMPANIES: PARIOBLL, SMITH a COOPER. INC. f B(AFOKiTE54 p".0m 4M SM STREET TEXASONELALLMI LUBBOCK TX 7SW IBM QS330G �av m TELEPHONE: ® AT&T (M 70-02M GENERAL NOTES t. ALLEWMUTARIEi PFR@RLYNBEAVKi"T REMVNMQwvm TMOU(iIOUTcoNsn Uam CFTtB N6W OffP B%Ci/T M NOTW MTHE OIaANf1Oa. T18 CONTPACTMOR gRH6POMMlt AO1 PRVT►CTMALL nio011 G�MAOE Al A RiBULT CP CONYTRUCf ICII ACTNRBP. 1 ALTHOUGH E7T-0RT3 HAVE BEEN MACE TO B DICkTE COWMALLM ACTtOORBSBRftESP ONSIMU.CYHTOORICAVOMAiICBi,PROTECT AUL3AWffI.fAVV&LA38EFVfEC0MlECN4N5 E lYklT/@tOR NOT BUCJITEOCNORANii w1I PRItllTOArndro+o GON.,RIL-TGN B®aVKEC01 NEcnaa Ala Nor saww CN TI1E Dawsaa. a P TOBEGWNQCONYTR)CNpi.CONTRACfOR fLOROENTEV NUTBJTYOOIFMT $TOVW6FYl6 CATION ar EaaaT.n 1J11Ui63 ANo G«+rRAGTaa otnL GLLTHF RElEGffVE`FCN.L'IW�1 PORSUOI l OTOR gR6a rRR �Aa GAa qPAflLBOV6OUIRPS EDT, O,qeFI ER pCAMU8TY 3W wP_"g eTGOAMFEOAYM PROTECTEXMOLNRCABPB AS 0.6TocoNSTmxTiONM 0. CONTRACTCN61NLLNOTO(CAVATBN IFENZA ATMMM To TAKE U,Dk ,aOELECTRICPOLEiF cNTW GNNP. Al TO0F% PLILti HTM TIEBFOOT W WPFWCTOR%C V COCROYNTEYdiHTl4: fi{fCTRICCOAffN1Y PRIORME%CAVATMG 6. CBBSI[ETV�tPO1 BSNGI MAIBC NR]RWOGIL 7, EXCAVATED BOILLMILBE PLAC®, AT OA94" DFE4ilON W/ 31 NO. W 01) ca 11■ Lubbock ,.3 CALICHE CANYON LANDFILL 7M MOW PERM NM e0 DRAINAGE MAIWOVEMOM NM UM Q 4IwOCK,'IOGN TMOf i a�i N 6sum Tan w nmiu .nBn.a nNo. e MR aT�.N» as amcu�oot a RO61 c w-tt PROJECTLOCATM MAP VKMM MAP & SHEET NUM G-002 11. am TOPOGRAPHIC SURVEY OF DRAINAGE CHANNEL U"ROVEMENT PROJECT, CALICHE CANYON LANDFILL, 6 > ca..a¢oxa . _rNu• renm � us a,rvtY r¢r, :aui`an a o�moa v Nue[ manes mi Mum u w.m u ammo a s.ua .c�'P... mum wn aaa wr» n�c suwsr mn «aurt. A USE CA APPnOnOH OF THE NFQFWT CCWANM N 1.6 ULOIRONC ME m Ar ,HL ucwU E ANO wY w 1HE USER IS CNIROHEO T EIEGIP W rIES UAY BE SUBTECT COARUPT101. w &TE noN MTHJUr THE IO.o umm w TIC fATON. US[R SHQkD NpIWY SWIH SLRvInHO NMtDNIF1Y HE BEL[YES Mf — olxowNEO AYY gSC1RPANOES acl a. rw ELE T" C FU Av0 THE SE&M WM COAM i AM', OR R uuR BUf• [5 T< uEcmw lu C 1_s UWOXS OF NX NaA lRAESS F%PFE55lY STATED OMFIMSE r[BEN, SYTM W MwlBur.TY AS TO THE S AWN ar rAS UECTROH,C 92 POR AM• PURPOSE THE P U is StN' M AS-5 M4Y AS A "TTER OF CONANio10E To USER. surt�as Nenrr A aeia !y&;y'NGUR7 ne «. ueuRc sr. sas-ns-a be nAuroao Taw »aas 1 .'�Gro ,wo�A� srTR � coorw RCr: t1OQaib-3i.e/ew ,a-aos un s■ MCI lurbbock TEXAS CALICHE CANYON LANDFILL TM MSW PEPWr No. 00 DRAWMM EM tYO im a. mot ti. aL mny ai m®n r i 4hrova Hra« aaa arc axwnmx TOPOGRAPM twit sms,aronc u ,soar a w-n SURM V-001 r - L. __._� _ _. ►--� ^--7 --, > ca..a¢oxa . _rNu• renm � us a,rvtY r¢r, :aui`an a o�moa v Nue[ manes mi Mum u w.m u ammo a s.ua .c�'P... mum wn aaa wr» n�c suwsr mn «aurt. A USE CA APPnOnOH OF THE NFQFWT CCWANM N 1.6 ULOIRONC ME m Ar ,HL ucwU E ANO wY w 1HE USER IS CNIROHEO T EIEGIP W rIES UAY BE SUBTECT COARUPT101. w &TE noN MTHJUr THE IO.o umm w TIC fATON. US[R SHQkD NpIWY SWIH SLRvInHO NMtDNIF1Y HE BEL[YES Mf — olxowNEO AYY gSC1RPANOES acl a. rw ELE T" C FU Av0 THE SE&M WM COAM i AM', OR R uuR BUf• [5 T< uEcmw lu C 1_s UWOXS OF NX NaA lRAESS F%PFE55lY STATED OMFIMSE r[BEN, SYTM W MwlBur.TY AS TO THE S AWN ar rAS UECTROH,C 92 POR AM• PURPOSE THE P U is StN' M AS-5 M4Y AS A "TTER OF CONANio10E To USER. surt�as Nenrr A aeia !y&;y'NGUR7 ne «. ueuRc sr. sas-ns-a be nAuroao Taw »aas 1 .'�Gro ,wo�A� srTR � coorw RCr: t1OQaib-3i.e/ew ,a-aos un s■ MCI lurbbock TEXAS CALICHE CANYON LANDFILL TM MSW PEPWr No. 00 DRAWMM EM tYO im a. mot ti. aL mny ai m®n r i 4hrova Hra« aaa arc axwnmx TOPOGRAPM twit sms,aronc u ,soar a w-n SURM V-001 r - L. __._� _ _. ►--� ^--7 --, U3d000 V HIMS IIIH>IUVd t t, 1 �.J l_ Z oU� O log ply HO � a 4il, a � Z s N d 6g4 y E 6 ak b ui 'oiI i i a <"_ U� 1--------- ------------- wai "WaA IlFnionl Wnn-u�-Y�wf6'mV�xN��m�[rotlx �p 4.a DITCH 1 SHEET G202 DITCH 1 . SHEET C-201 f PROPosEDONAW UNK FENCE ALTERNATE NO., � N.700TSe0,�5 E•AAG MEOWS AT E%16TNN.i FEIICE POST) ALTERNATE NO. 1 CHAIN LINK FENCE WITH 3-STRAND BARBED WIRE SHEET C-503 > PROPOEEDCNAWUNKPENCE ALTERNATE NO.2 I N.730MOM y E 9402" MEOWS) _ ALTERNATE NO.2 DITCH 2 CHAIN LINK FENCE WITH SHEET G203 3-STRAND BARBED WIRE 3 SHEET CS03 DITCH 3 SHEETG207 DITCH 3 r t ROCK F~LErDONN _. SHEET C-206 sRucTlin s__sm rc-m 2.3S PM CULVERT SEE SHEETC wa 4 PROPOSED! INK FENCE rM.y. 2' I y DITCH 2 . i N • r**t AP E.WS720AS A DITCH 2� \� Cr (�ATEXOTINGF9 `'fPO4n SHEET G205 SHEET G204 �\3F w a oT%lq8 U 2 a Lubbock TEXAS CALICHE CANYON LANDFILL T= M8W PERM NO. N 1 W IVN W. wasommm mas i minn: w.o ro. w � Mal SBE PLAN C-102 am ]m am zt:, 5,zw,p»r.�Otl9HNgh,-.GE�i,TE(CLk1E�Al1ClIMFNT,;;�It^ .z:� t,..,: SEONEM STMT ENO STATION STATION I WMT NORTNNG I STM I END EAStpA NgiTMBq END DELTA EASTIN6 ANDLE IENOTM R,tDiUB L1 DM40n f4."J.W T]055W.17 SFIRiS,u. )SB]161.41 NSf84l7 tu]5,01 BEGIN ulGl NO W-71.Bn _ �— �_ -I - __ PgOPOSEDCITCNCNECN ((YP. FtANi SEEA1IOAN1 LEGEND —. — OITCN WTLIONTIFLAIO — — — _. —TON MA HTLEFTIFAOFLLE) _ _ _ _ NTCN DAYUONT Ii16Hf B'NOFILEI GENERAL NOTES: f, ELEVAli0N4 YIOWN ON gTGf CNECNS MEOVENFLOWN£Ifl ELEV11110ld.8EESNEETOEn1 FOB ttNfXOF7ANS TANDENT CNORO rs W ----- ------_ N W 2 S U al ' VM1E3 VAMIES �� DITCH SECTION SCALE. 1'a.5' RX ].TI TO STA 14.b 0+00 1+00 2+p0 3+00 4+00 5+00 5+00 7+00 8+00 9+00 10+00 11+00 12+W 1 2 T 3 1 4 ( 5 Lubbock TESAS CAUCHE CANYON LANDFILL TCEQ MSW PERMIT NO. N DRAINAGEIMPROVEMEN78 leas Ism or. LUMMUM 7M s ey 1t1: cum ra. eo _NDN .K. n mL«S arcELuoma>r PFNK7 N0.,+#-D DITCH NO.1 PLAN & PROFILE STX 2+71 TO STA. 12+00 C-201 2 1 3 1 4 5 mmm- N D PR—ED nTcm CEWRUNE& 1401 LEGEND c MMLEI �Tlw mTl. —,E a�MYLI—RWT(PAOMO DITCH SECTION �E v 3270 335 3M B FI- 3M 3255 --PROPOSED iCN Ys 3M EXISTING OR 3245 X 3245 3M 3240 3m A _3230 3230 IL211 3226 12+00 13+00 14*W lry+w 16+W 17+00 16+00 19+W 20+00 21+00 22+OD 23+00 24+W 2 3 T- 4 5 BTARi flit) START START ftq NORTMQNO ENO OEtiA Lubbock y XAS CALICHE CANYON LANDFILL TCEO MSW PERMIT NO. 69 DRAINAGE IMPROVEMENTS INS 131H or. Lulmocklvm mm 0171CH NO. I PLAN & PROFILE STX 12+00 TO SrA. 14+23 C-202 pl- .1m J= �arxer a rc!ia?;ce9u!lewta%% „ .� N BEaAEnr aTATION END arATroN srArtr NDRTNNG aru,r EAanNc END NORTrBNo ewD EAai1N6 DELTA ANGLE Le�wTM ruquareNcear c�wD L3 0.a4W t'NTT,3T T3K3A9.2 9wDBTJi r3Wtl ,a a1 =73 D, u.»» 1«a.3a TwBBBr.,B aBB3rxn Trww4n B+nx.ze Ba.Es� La 1/.A0.31 3,.Baaa iaW9143i WB1BB:0 TMIBTa.N 1NMap.M 1Ta1.T1 3 w PRpPOBED p W N UNIT f ENCE ALTERW.TEND.3 (aEE StMETCaar) N .3 BEDI gTg1ND PROpDEEOgTCN , (=D - _ fARTw AYENUEp BTA S.a0.0a CENTEPLBJE AliBNYFNT pp N N PRp.O gTE , .d. ITYP. PWI) BEs-EA4Cdat .f( W 1 � I VARIER VA E9 DITCH SECTION seuE $�.s aTA s.00 ro rA. at.Bs GENERAL NOTES: LEGEND t. ELEVATIDt1491AT1N0NdTMCwEggAAEDVERPIOWWEIR _•_,_-gTCMWYUDNiwLu+i ELevAnas.s�aNEETDaof raR npR;v, q[rTULa _ _ _ _grq+wruaNiLEPt IPRDFILE> - - - - - pTCN DAYUD,R PoDHTIPRDF4q x w a o ONO D� x HC a+:ryt17�N�� J a fl'u"c �b-gok TE CALICHE CANYON LANDFILL TM MSW PERMIT NO.68 lon lzm w. UMOOM E M 79M m niw is maB ra BB �L wlw4lncr arc axasrox Barg: amxuaeax, tt rwuf pa .NL-N DITCH NO.2 PLAN & PROFILE STA. 5+00 TO SM.12+00 C-203 IN am �N Mp. SEE AIIGCOi z wE........ ... �CHAINUWK� MATCH LINE STA. 15+00, THIS SHEET YARIEE VARIED DITCH SECTION eEGNENT 3%A=l.TlAmTMlZZW —,T=Wmwl�� END I —TA U-M T"MT CNam i"*7*"imf]"'i"w,*"i,fg"11"i9 l"i 13' 711 1 11x+1-1 --a 1.11 — 7". 4.11 mv, GENERAL NOTES: DITCH SECTION q N i rJ LEGEND IPRGFlLEI ...... T�mYuGHTmw"mLE) x nEa4 MSTM TPEE Iir ELI a. 0 0 T, 0 06 3: 1-- lom om,2 u %PKf k TEXAS CALICHE CANYON LANDFILL TWO MOW PERMIT NO. 69 DRAINAGE IMPROVEMENTS 7 DITCH NO. 2 PLAN &PROFILE FrA. 12+00 TO STA. 21 +00 C-204 77=J n i as W W PROPOSED piiOV y �Zrz-t- ------- . ----------- ,.—--- ----------------------------- ------------------------------- - --4---------------------------------------------------- w. W------------------------ 9 No Im :\ Q 2`.CEN EftLW;A1 MENT �„;,, 1 . ', ,,. BEOMEM — STAT. TION END STATION ETMT NORMNO OTART ENO EAATINO NORTMNq ENO FAAl1N0 DELTA ANGLE tENOTN RAgV9 TANDEM CNORD u ,hT)11 T10n]0At 9WE),ef T]WNi.IU ONaAM ia]- .1 F'm IT•TT.:i t.•.A)E T1W%3.,0 Wa2.TT 1JW91Aa BNIBAN WACO' IT,00 �SAO li?I pAt LO .NA% NNE.EO T1A19,4.a Wnt0.36 iTOnTEA] B.GEQ�E t)fATa vMN:E VARIES DITCH SECTION xue r•s nA u.wAE ronA>+ws LEGEND -- --- pTL1i0AYtKfNT IPIATE _ _ _ _gTCH DAYUOMLEFr ryROFAE) _ _ _._._ gTCN MYLIGMRIONT ryROFlIE} t 4' lubb"ock TEXAS CALICHE CANYON LANDFILL TIM MOW PERMIT NO.69 DUNAM UVROVEMEM %on I= W. EAIBBOC1fr um Tom ui Sur i � awm ra w _ wro+nx nmxw Ea. wrt soarPN mwc arcTweaow,a PmAcr.a wn-IT. DITCH NO.2 PLAN & PRORLE STA. 21+00 TO STA. 81+85 C-205 IIIIIIIS 31 L5 I...% I's-wo "M 2-36 `NOR A DITCH SECTION 4 i 5 ... . .......... .......... .... . .. . .. CELL Z Z, --------- --- N"--- RE4 EX131TI. URT ROA7F01tACCE9J g LEGEND NT��YU�T FLA* LEFT (PROFILE) DITCH SECTION DITCH SECTION �Mf . r Plot city of iibbo�k TEXAS CALICHE CANYON LANDFILL TIMI MSW PERMIT NO. 89 DFWNAMIMPROVEMBM IMIMW. UXMOMTM= 7ml DITCH NO. 3 PLAN & PROFILE STA. 0+00 TO STA. 12+00 0-206 =71 7-7", 77 1-7 >m �L a 7IIIIIIIII Al — ,a0rfc;h a " AN+TEs aEDMEM aTART arrnoN END arATroN S}ART Noan«ND STNii E—RT END NORiNu+c EtA EAamxi DELTA ANGLE tENGM RADII# LwGEM 040RD t. awom s.w.x rxww.w wu+.m >xunoo w:xrw uax 16 9•wDi ,E•Am 1]ESIt€CO wtuc.0 ixfi6ME0 wq,af2 SBfnw fERUNEAUGNMENT E%15fWD EDGE -------------- ---- — --_ _ — — --_-- — -- -------------- - aw 0- -GRADED ROAD_-- CELLf vuaes r r vARiEa DITCH SECTION aCN.E t'.>• PTA 6.W.2a i08TA,5•% LEGEND — ——-piQI MYtIGNT (PLANT DAYLIWT RMHT(PRO EI — — — — — pTGN MYLIGNTRIGNT p•RGFLLE) cc W a O O U q F Itt� N Z�1i 170773 �.TS+ Q asiu,z a Lubbock TEXAS CALICHE CANYON LANDFILL TM MOW PERMIT NO.99 DRAINAGE IMPROVMMM'$ Im tmE ETr. 6UsoCK710" »ml �Y avm r« aG ova,n� NnAxA wvu a<tD�.R DITCH NO.3 PLAN & PROFILE STA. 12+00 TO STA. 15+50 C-207 HE C t 5¢ (.fl[A18Lf Glrh %n1 GRADING PLAN - RIPRAP LETDOWN STRUCTURE 1, 1 itita SECTION - RIPRAP LETDOWN STRUCTURE u i +sa 8 ,m �\ CULVERT GRADING, OUTLET Al +ta �\ CULVERT GRADING, INLET rc .ta z I 4 ,»o, no wv,ar oa art,enom,w[ � ars r r r * K � D5 SECTION r A K a'JaMq'PN SECTION ra to, aoa.worm, �1 SECTION l!4 M1ta lubbock TfM CALICHE CANYON LANDFILL T m maw POW �M69 Ra aa PUM _ O►BMNI V T W Till) {T. tt1�0iI1C.TlAIi 7MOI m n. i �La rsttm ra.o awVa araw m+cw - arc r�wnar eras anrnwoaav ,aoa+w.w-u MMCMIANWW MAU � C-501 ]■ am TABLE OF VARIABLE DIMENSIONS AND QUANTITIES FOR ONE HEADWALL w p Vabes Porone Plpe ue 1.beaadee fora tli addtl Pipe o Reinl Coma Cone no a m W X y L (u.) (cy) X all W (lA*) (Cn 7 1 ri 16' 1,'•6714" 4'.1111Y S•1C T•101/4" -1 22 1•1' 1 61 1 TABLE TF + REINFORCING STEEL TABLE OF CONSTANT DIMENSIONS Be, Site Spa No. p pW Sa Cie. O K H A B 04 91 1••D' ,•fi" .. - C 04 11-0' 12. 7 v.6M Z.0^ E ail 4 1r 1'-2' i'•o' F 2'-a' , F 05 - - 21' Ile. 1• 0, Z-9^ i C s1 2 4'' P-T 1' 0 -7-tY S g 4 6 _I 1'-r 1'• 0' W 95 u�4 1" illio llir 41:; n+• r-tr 7'-S" S_B"�7'•r -T-r 7-r 1'-r 6'-B" 2' Z-4' a i'-1" T-i-j r I BARS V BARS C (r-0' long) Bans y+ 4 BARS B & S -B X Ban G bl J ELEVATION Shawirg tlhxmabhe X %r2 v_ D C 0 rt Pipe or Pipes 6' Finished Grade F1, 2 (Raadwry Slope) BarsE �r Conbrmato SL:7 dope parppndkuhr to Rdwy ► Cn awaor eW Bars D.DI a- Provide hi a au Bah W headed to ppon S—V-Vt �,"� B.ofvi indde ha d waL Bons x7,,- -BanF ) xI S-5 j F� 3� ( e— e TYPICAL WING ELEVATION SECTION A -A Ovenous shownaeforaorem4pipeand Mil Incroase dighuy Pormehi pipe hWando s. UFor vehicle safety, cures shall polaat no more than r above fmhhed 9W*, Curb Irelghh shop be arK N gheceeaary. b meet made, Naca nquiralim an n o aherpea Will made,dl beallowedl.thi work 0m1campemdbn will Provide a V4' fooling as shown whom mquhed to mairitain a Min Cover for pipes. O0dard6lea shown an for one Nrveture end only (one Jm dvsil). O MI. Ungma 8't W. ( 72— jam-) slev L-ons, 12xH - 1'■ i 12x H-7 iga based on SLA Slops along this GENERAL NOTES: Ban W Deaignad acoori ing to AASHTO LRFD SpeoiM1uti.- Rdnforcing heed d"S he placed wdh the carder of the =de Ayer of baro2' hem the and— of the. —to. An reinforcing dad shol be Grade 60. 8_0 Aq <oncreh Nal Wt.laasanoshes have a minimum compmadra strength of 16g0 P.I. San V No bridge rails at any type mq be moumad dhamfy to thews <Nved headwalls. cc w (L O O V 9(f C�C /•� L 4 1 oersnrt OQ. Cl'u4%laock TEx4s CALICHE CANYON LANDFILL TCEG MSW PERMIT NO.69 DPAIWE IMPROVEMENTS Im till a. Lt19BOGG 7E1uG 7M01 Aynmwswo wa eo 0.1 it MloXrt PLreM owvc omxewwoot nn arox<r w: um-rx CULVERT DETAILS C-502 §� z \�^ i ¥� V PARKHILL SMITH & COOPER