Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2013-R0227 - Contract - Lone Star Dirt & Paving - ADA Ramps And Sidewalks - 07/23/2013
Resolution No. 2013—RO227 July 23, 2013 Item No. 5.2 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 11401 for construction of ADA ramps and sidewalk improvements, by and between the City of Lubbock and Lone Star Dirt & Paving, Ltd., and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on July 23, 2013 ""A G C. R ERTSON, MAYOR ATTEST: Re ecc Garza, City Secretary APPROVED AS TO CONTENT: J)'t j -1j R. Keith Smith, P.E., Chief Operating Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs'RES.Contract-Lone Star Dirt & Paving July 9, 2013 BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: 74— /3 ITB 13 -11401 -TF - CONSTRUCTION OF ADA RAMPS AND SIDEWALK IMPROVEMENTS Bidof one _ 4Ar 'irf A PAJt✓a L (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of "CONSTRUCTION OF ADA RAMPS AND SIDEWALK 114PROVEM ENTS", 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. BASE BID: fEMDESCRIPTION NO.OUNT UNIT E Y TDAATED UNrr PRICE EXTENDED Remove and legally dispose of existing hot 1 mix pavement and all necessary incidentals SY 393 $ pJ $ 58 4g to complete the work, complete, and in place, r per square yard. Remove and legally dispose of existing concrete slabs, including existing driveways, alley returns, ramps, and 2 sidewalks, including integral curbing, steel, SY 658 $ $ sawing, and all necessary incidentals to o� q �S complete the work, complete, and in place, per square yard. Remove and legally dispose of existing concrete curb and gutter, including sawing, 3 and all necessary incidentals to complete LF 589 $ $ 7d 4 p the work, complete, and in place, per linear /a foot. Remove and replace existing sign, including supplying materials meeting City Traffic e4 4 Specifications, legal disposal of existing sign, EA 2 $ ��� $ p O o and all necessary incidentals to complete the work, per each. Remove and legally dispose of existing trees, 5 including root removal, sawing, pulling, EA 2 �- $ backfill, legal disposal, and all necessary incidentals to complete the work per each. ITEM NO. DESCRIPTION UNIT EIDUNIT QUANTITY PRICE E�� p�r Standard City of Lubbock asphalt patch, Type C including 2" HMAC, flowable fill, and 9v PIP 6 all necessary incidentals to complete the SY 140 $ SD $7000 - '700pwork, work, furnished and installed, complete and in place, per square yard. Two -sack cement flowable fill to be used as eo 7 directed by engineer furnished and installed, CY 5 $ 3,sa $ 15 0 o per cubic yard. 30" Curb and gutter, Standard City of Lubbock Class A concrete, including all subgrade o0 8 preparation and jointing, and all necessary LF 565 $ 3a °= $ 18, Z80 incidentals to complete the work, furnished and installed, complete and in place, per linear foot. 24" Curb and gutter, Standard and rollover, City of Lubbock Class A concrete, including _ 9 all subgrade preparation and jointing, and all LF 20 $ dI1 $ 5''s p' necessary incidentals to complete the work, furnished and installed, complete and in place, per linear foot. 6" Portland cement concrete paving, City of Lubbock Class B concrete, used in valley gutters and alley returns including all subgrade o! 5q 90 10 preparation, curbing, reinforcement, jointing SY 466 $ and sealing, and all necessary incidentals to complete the work, furnished and installed, complete and in place, per square yard. 4" Portland cement concrete paving, City of Lubbock Class A concrete, used in standard City of Lubbock driveways, sidewalk, and 11 ramp landings, including all subgrade SY 810 $i Z� $ preparation, curbing, reinforcement, jointing and sealing, and all necessary incidentals to complete the work, furnished and installed, complete and in place, per square yard. 6" Portland cement concrete paving, City of Lubbock Class A concrete, used in standard City of Lubbock driveways and sidewalk, including all subgrade preparation, curbing, SY 290 $ SA— reinforcement, jointing and sealing, and all necessary incidentals to complete the work, furnished and installed, complete and in place, per square yard. ADA ramps shown on the plans, including concrete, ramps, wingwalls, 13 curbing, reinforcement, surface applied SF 744 $ ) a,o�O ,Ap Q $ O "I a $ QD material, subgrade preparation, and all necessary incidentals to complete the work, per each. Bidder's Initials TEM NO. DESCRIPTION UNIT E�� UNIT PRICE EXTENDED T Fill material used in alleys and driveways as shown on the plans, shall meet Item 4.1 14 Flexible Base in the Standard Specifications, CY 25 $ GW ��a _ $ ,� 37 S� including supplying material, compaction, and all other necessary incidentals to complete the work, per cubic yard. Earthwork excavation at alley to the grades shown on the plans, including proof rolling, Vp po 15 removal, legal disposal of, and all necessary CY 5 $ $ -7S,'> incidentals to complete the work, per cubic yard. SWPPP, Including submitting SWPPP for City Review, Providing SWPPP at construction site, Construction Site Notice, Maintenance of BMP's such as silt fences, sand bags, pD 16 diversion swales and any other measures LS 1 $ Juv' $ and/or incidentals. Must comply with all federal and state, and local regulation including the City of Lubbock Storm Water Ordinance. TOTAL BASE BID, ITEMS (1-16) $ Bidder's Initials 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 80 consecutive working days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $100 for each consecutive 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 60 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. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him Enclosed with this bid is a Cashier's Check or Certified Cbeck for Dollars (S 1 or a Bid Bond in the sum ofDollars (S 1, 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: Secretary Bidder acknowledges receipt of the following addenda: Date: _ 7 — q— / 3 Authb><Ized Signature (Printed or Typed Name) kone -54*r .Utrf ( 1"Av L+, Company Ws a-0 LA Awe Address L w h �.1• h City, �. County k T? f X:3 State Zip Code Telephone: fo L - 74 S teat t Fax: 10i., S 40 -1 y Addenda No. Date FEDERAL TAX ID or SOCIAL SECURITY No. Addenda No. Date to Do 130 41 Addenda No. Date Addenda No. Date EMAIL: %nes 4Ar s }sVo e , n r f M/WBE Firm: Woman Black American Native American Hispanic American I I Asian Pacific American Other (Specify) a I :_j BOND CHECK BEST RATING LICENSED IN TEXAS DATEIL.'* BY: Q_ CONTRACT AWARD DATE July 23, 2013 CITY OF LUBBOCK SPECIFICATIONS FOR CONSTRUCTION OF ADA RAMPS AND SIDEWALK IMPROVEMENTS ITB 13-11401-TF CONTRACT: 11401 PROJECT: 92248.8304.20000 Plans& Specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. City of bock TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE July 23, 2013 CITY OF LUBBOCK SPECIFICATIONS FOR CONSTRUCTION OF ADA RAMPS AND SIDEWALK IMPROVEMENTS ITB 13-11401-TF CONTRACT: 11401 PROJECT: 92248.8304.20000 Plans& Specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. vcity of ock TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE This Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Office Contractor Checklist for ITB 13-11401-TF The contractor is only to submit (1) one original copy of every item listed. Y 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 (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. i 2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WW1LLL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the Contractor. Contractor's signature must be original. . 4. Clearly mark the title, due date and time and your company name and address on the outside of the envelope or container. 5. ✓ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITYnumber. 8. Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. / 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. (Type or Print Company Name) This Page Intentionally Left Blank _II►17./ I . 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 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS This Page Intentionally Left Blank NOTICE TO BIDDERS ITB 13-11401-TF 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. on July 9, 2013 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: CONSTRUCTION OF ADA RAMPS AND SIDEWALK IMPROVEMENTS 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. on July 9, 2013, and the City of Lubbock City Council will consider the bids on July 25, 2013, 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 t o 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, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST 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 $152,000. 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 July 2, 2013, at 10:00 A.M. in the Purchasing & Contract Management Conference Room 204 at City Hall, 162513th Street, Lubbock, Texas, 79401. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. �j 1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages 4 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 b the contractor of the q g g pY Y 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 Marta AC arez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT 2 GENERAL INSTRUCTIONS TO BIDDERS This Page Intentionally Left Blank I, GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Construction of ADA -1 Ramps and Sidewalk Improvements per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 P.M. on July 9, 2013, 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 13-11401-TF CONSTRUCTION OF ADA RAMPS AND SIDEWALK IMPROVEMENTS" 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 & Contract Management City of Lubbock IJ 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 2.1 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 July 2, 2013, at 10:00 A.M. in the Purchasing & Contract Management Conference Room 204 at City Hall, 1625 131h Street, Lubbock, Texas, 79401._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. 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 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.bidsyne.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 be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 4 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock �k 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 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. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 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. Vill 1 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. 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. 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 anv 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. Teofilo Flores, Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Bidsync: www.bidsync.com 3 13 14 15 16 17 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within as 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. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 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. 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 4 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 ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City 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. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES 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. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 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 5 i 24 R 26 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. 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. 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 EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 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 6 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 for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents 28 PROVISIONS CONCERNING ESCALATION CLAUSES 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. 29 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. 7 1 30 31 29.3 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 "ITB 13-11401-TF - CONSTRUCTION OF ADA RAMPS AND SIDEWALK 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. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) 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 Im 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 BID AWARD 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 16 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. 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 $152,000. 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 r- _. 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 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 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. 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: http://www.wdol.gov/dba.asr)x 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the tj 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 $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. H 10 �l BID SUBMITTAL FORM This Page Intentionally Left Blank BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: ?- f-- / 3 ITB 13-1)1401-TF - CONSTRUCTION OF jA�DA RAMPS AND SE EWALK IMPROVEMENTS Bid of /`,O n -f A r D,t + 4 PAI! - 1l L+ (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of "CONSTRUCTION OF ADA RAMPS AND SIDEWALK IMPROVEMENTS", 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. BASE BID: ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Remove and legally dispose of existing hot I mix pavement and all necessary incidentals SY 393 $ $ to complete the work, complete, and in place, _--- 15 er square yard. Remove and legally dispose of existing concrete slabs, including existing driveways, alley returns, ramps, and 2 sidewalks, including integral curbing, steel, SY 658 $ sawing, and all necessary incidentals to ._ complete the work, complete, and in place, r s uareyard. Remove and legally dispose of existing concrete curb and gutter, including sawing, 3 and all necessary incidentals to complete LF 589 $ /a b= $ the work, complete, and in place, per linear foot. Remove and replace existing sign, including supplying materials meeting City Traffic 4 Specifications, legal disposal of existing sign, EA 2 $ $ j QOp '-" and all necessary incidentals to complete the work per each. Remove and legally dispose of existing trees, 5 including root removal, sawing, pulling, EA 2 w $ �[� $ �t� Jrj—" backfill, legal disposal, and all necessary incidentals to complete the wor per each. �, I ITEM NO, DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Standard City of Lubbock asphalt patch, Type C including 2" HMAC, flowable fill, and go P-0 6 all necessary incidentals to complete the SY 140 $ 5p $ 700 p work, furnished and installed, complete and in place, per square yard. Two -sack cement flowable fill to be used as AW 7 directed by engineer furnished and installed, CY 5 $ 3Dp -" $ [5 Do per cubic yard. 30" Curb and gutter, Standard City of Lubbock Class A concrete, including all subgrade 8 preparation and jointing, and all necessary LF 565 $ 3A `= $ 19, ia8� incidentals to complete the work, furnished and installed, complete and in place, per linear foot. 24" Curb and gutter, Standard and rollover, City of Lubbock Class A concrete, including _ 9 all subgrade preparation and jointing, and all LF 20 $ $ necessary incidentals to complete the work, 01411, furnished and installed, complete and in place, per linear foot. 6" Portland cement concrete paving, City of Lubbock Class B concrete, used in valley gutters and alley returns including all subgrade 10 preparation, curbing, reinforcement, jointing SY 466 $and sealing, and all necessary incidentals to complete the work, furnished and installed, complete and in place, per square yard. 4" Portland cement concrete paving, City of Lubbock Class A concrete, used in standard City of Lubbock driveways, sidewalk, and 11 ramp landings, including all subgrade SY 810 $ $ t11 4 preparation, curbing, reinforcement, jointing and sealing, and all necessary incidentals to complete the work, furnished and installed, complete and in place, per square yard. 6" Portland cement concrete paving, City of Lubbock Class A concrete, used in standard City of Lubbock driveways and sidewalk, I2 including all subgrade preparation, curbing, SY 290 $ 5a $ 5 reinforcement, jointing and sealing, and all f)g necessary incidentals to complete the work, r furnished and installed, complete and in place, per square yard. ADA ramps shown on the plans, including concrete, ramps, wingwalls, 13 curbing, reinforcement, surface applied SF 744 $ 00 $ O material, subgrade preparation, and all f necessary incidentals to complete the work, pereach. ;��_Bidder's Initials ITEM NO. DESCRIPTION UNIT ESTIMATED UANTITY UNIT PRICE EXTENDED AMOUNT Fill material used in alleys and driveways as shown on the plans, shall meet Item 4.1 14 Flexible Base in the Standard Specifications, CY 25 $ Sa $ 3 ? sc0011, including supplying material, compaction, and all other necessary incidentals to complete the work per cubic yard. Earthwork excavation at alley to the grades shown on the plans, including proof rolling, 00 d, 15 removal, legal disposal of, and all necessary CY 5 $ �j '' $.— incidentals to complete the work, per cubic ard. SWPPP, Including submitting SWPPP for City Review, Providing SWPPP at construction site, Construction Site Notice, Maintenance of BMP's such as silt fences, sand bags, 16 diversion swales and any other measures LS 1 $1 S�!)� $ Doi) and/or incidentals. Must comply with all ' federal and state, and local regulation including the City of Lubbock Storm Water Ordinance. TOTAL BASE BID, ITEMS (1-16) $ , t � I O q ,5 0�0 Bidder's Initials 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 80 consecutive working days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of 100 for each consecutive 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 60 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. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 5% 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: Secretary Bidder acknowledges receipt of the following addenda: Date: _ 7 , q— / 3 AuthisrM64 Signature (Printed or Typed Name) Company I16 XQ (A,, A � Address w h 1A City, - County �_ 1 x -7a�r�--� State Zip Code Telephone: f01- - 74 S tecs L t Fax: Lott 7 y S 4o -7 14 Addenda No. Date FEDERAL TAX ID or SOCIAL SECURITY No. Addenda No. Date to O o 13o 4 I Addenda No. Date Addenda No. Date EMAIL: Lots 4A, s A 4 S" wt i i n e, A e f M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other(Specify) -J CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with 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. Contractor CONTRACTOR'S FIRM NAME: Lon 5~I` A ("JAVJ'AA (Print or Type) CONTRACTOR'S FIRM ADDRESS: _� `� 2,� LA y 7R`fa 3 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing and Contract Management Office for the City of Lubbock at (806) 775-2572. BID 13-11401-TF, CONSTRUCTION OF ADA RAMPS AND SIDEWALK IMPROVEMENTS This Page Intentionally Left Blank THE MAIN STREET AMERICA GROUP NGM Insurance Company • Old Dominion Insurance Company Main Street America Assurance Company • MSA Insurance Company Information Systems and Services Corporation R Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we (Here insertfull name and address or legal title of Contractor) Lone Star Dirt & Paving, Ltd 11820 University Avenue, Lubbock, TX 79423 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) NGM Insurance Company 55 West Street Keene, NH 03431 a corporation duty organized under the laws of the State of Florida as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) City of Lubbock 1625 13th Street Lubbock, TX 79401 as Obligee, hereinafter called the Obligee, in the sum of 5% of Amount Bid Dollars ($5% of Amount Bid), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) Construction of ADA Ramps and sidewalk improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 9th day of July, 2013 Lone Star DP7 & Paving, Ltd (Principal) (Seal) (Witness) (Witness) NGM lx'surance Comoan (S! y�.�>z€-'� (Seal) DavkD R. Taylor (Title) Attorney -in -fact Printed in cooperation with the American Institute of Architects (AIA) by the NGM insurance Company of 4601 Touchton Road East, Suite 3400, Jacksonville, FL 32256 904-739-0873. The language in this document conforms exactly to the language used in AIA Document A310, February, 1970 edition. 68-5302 (05/2006) This Page Intentionally Left Blank No Text This Page Intentionally Left Blank ENIPORTANT No'rICE I-o obtain information or ,Hake a complaint: You =nay contact your surety underwriter at 1 91)4-380-7482 1 You may also write to Main Street America Group at: 4601 Touchton [toad East Suite 330 Jacksonville, FI 32245-6100 Attn: Bond Underwriting You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin,'rX 78714-9104 Fax: (512) 475-1771 E-mail: ConstimerProtection(ti,tdi.state.tx.tis PRE N-IIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of insurance. This notice is for information only and does not become a part or condition of the attached document. AVIS4 IiViPORTANTE Para obtener infonnacion o para someter una queja: Puede comunicarse con sit surety underwriter al 1-904-380-7482 Usted tambien pucde escribir a Main Street America Group at: -1601 Touchton Road East Suite 330 Jacksonville, Fl 32245-6100 Attn: Bond Underwriting Puede comunicarse con el Departturtento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-.900-252-3439 Puede escribir al Departarnento de Seguros de 'Texas: 11.0. Box 149104 Austin, TX 78714-9104 Fax: (512)475-1771 E-mail: ConsumerProtection(dttli.,tate.tr.us D[SPUi'AS SOQRE PRIMAS O RECLABIOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero_ Si no se resuelve la disputa, puede entonces comunicarse con el departamento (Ti71) Este aviso es solo para pogosito de informaciony no se convierte en parte o condition del documento adiunto. 18-T X-0116-03 This 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: 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. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted 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 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, receiv, citations for violations of OSHA within the past three (3) years? YES NO 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. f 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 o 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 assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. 1� i Si tur V.P Title 2 ��i SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. i, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. 4 COMPANY NAME: 4>Ale �If�I- DrrIj .<}V/'IaV �{ FEDERAL TAX ID or SOCIAL SECURITY Flo. $OO O©� 1 Signature of Company Printed name of company official signing above:_ r l Date Signed: 7-1- 15 This Page Intentionally Left Blank LIST OF SUB -CONTRACTORS This Page Intentionally Left Blank 2. 3. 4. 5. 6. 7. 9. 10. 11. 12. 13. 14. 15. 16. RED 13-11401-TF - CONSTRUCTION OF ADA RAMPS AND SIDEWALK IMPROVEMENTS LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 0 0 0 0 0 0 0 0 0 0 0 0 0 ❑ 0 ❑ 0 0 0 0 0 0 0 0 El 0 0 0 Cl 0 11 0 10.ie Company //9,2D Uh ,V Address city, County Tr 14.1-3 State Zip Code Telephone: 7LI I L,, t I Fax: YDI, 745 -1 -o -1 -4 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO 1. 2. 3. 4. 5. 6. 7. 8. 9. 0. 1. 2. 3. 4. 5. 6. BID 13-11401-TF - CONSTRUCTION OF ADA RAMPS AND SIDEWALK IMPROVEMENTS FINAL LIST OF SUB CONTRACTORS Company Name /v Dwe Location Services Provided tOn-e., PA U Lf6C Company Address City, County "7R�25 State Zip Code Telephone: 86-L - -?qj Lgo Fax: - 5F - '745 14o74 Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO. H Best's Credit Rating Center - Company Information for NGM Insurance Company Page I of 2 NGM Insurance Company A.M. Beet #: 000678 NAIC M 14788 FEIN #: 020/170490 Address: 4601 Touchton Road East Suite 3400 Jacksonville, FL 32,2464486 United States Web: www.msagroup.com Phone: 8W-207-0446 Fax:904-380.7441 Based on A.M. Bests analysis, 051272 - Main Street America Gm Mut Hldas. Inc. is the AMB Ultimate Parent and Identities the topmost entity of the corporate structure. View a list of operating Insurance entities in this structure. 8est's Credit Ratings View all of the companies assigned this rating as a part of an AMB Rating Unit. Beets Credit Rating Analyst Rating: WWWWWO Financial Size Category: A ($750 Million to $1 Billion) Outlook: Stable Action: Affirmed Effective Date: June 18, 2013 Initial Rating Date: June 30. 1927 u Denotes Under Re�ienv Besl'a r7am,a Long -Term Issuer Credit Rating Long -Term: a+ Outlook: Stable Action: Affimred Effective Date: June 18, 2013 Initial Rating Date: January29, 2008 11 Print this page (y lcompanies s j companies Fla that have, in A our opinion, an excellent ability to meet their ongoing insurance obligations. Office: A.M. Best Company, Oklwick NJ Senior Financial Analyst: Joel SHverthorn Managing Senior Financial Analyst: Gregory T. W111ams Reports and News Visit Bests News and Analysis site for the latest crews and press releases for this company and its A.M. Best Group. AMB Credit Report - Insurance Professional - includes Bests Financial Strength Rating and rationale along with comprehensive analytical commentary, =' detailed business overview and key financial data. Report Revision Date: 7/24/2013 (represents the latest significant change). Historical Reports are available in AMB Credit Report - Insurance Professional Archive. BesCs Executive Summary Reports (Financial Overview) - available in three versions, these presentation style reports feature balance sheet, Income —1, statement, key financial performance tests including profitability, liquidity and reserve analysis. Data Status: 2013 Bests Statement File - PIC, US Contains data compiled as of 8/19/2013 Quality cross Checked. • Single Comoanv -five years of financial data specifically on this company. • Comparison - side -by -side financial analysis of this company with a peer groin of up to five other companies you select. • Composite - evaluate this company's financials against a peer group composite. Report displays both the average and total composite of your selected peer group. Best's Key Ratina Guide Presentation Report -includes Best's Financial Strength Rating and financial data as provided in the most current edition of Bests Key Rating Guide products. (Quality cross Checked). Financial and Analytical Products Bests Insurance Reports - Online - P/C. US & Canada Bests Key Rating Guide - PIC, US & Canada Bests Statement File - P/C. US Best's Executive Summary Report - Composite - Property/Casualty Bests Executtve Summary Report - Comparison - Property/Casualty Bests Statement File - Global Bests Regulatory Center Market Share Reports Bests State Line - P/C. US Bests Corporate Chanaes and Retirements - P/C. USICN Bests Insurance Expense Exhibit (IEE) - P/C. US Bests Schedule P (Loss Reserves) - P/C. US Bests Regulatory Can Bests Schedule D (Comorate Bonds) - US Bests Schedule D (Common Stocks) - US east's Schedule D (Municipal Bonds) - US Bests Schedule D (Preferred Stocks) - US Best's Schedule F (Reinsurance) - PIC, US Bests Schedule D - Hvbrid - PIC & L/H. US Bests Schedule DA (Short Term Investments) - PiC & UH. US Bests Schedule BA (Other Lona Term Investments) - P/C & LIH. US 1_u_______ L__a_.__- r___a'a'_-In ____1_"____la_ _ -_---n Alan __- n n/nn//1n1I No Text 11 Best's Credit Rating Center - Company Information for NGM Insurance Company Page 2 of 2 European Union Disclosures A.M. Best Company and its subsidiaries are not registered as External Credit Assessment Institutions (ECAI) in the European Union (EU). Credit ratings issued by A.M. Best Company and its subsidiaries can not be used for regulatory purposes in the EU as per Directive 2006148/EC. Australian Disclosures A.M. Best Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any securities or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment/purchasing decisions. A.M. Best Asia -Pacific Ltd is registered as a Credit Rating Agency in Australia and holds a Financial Services Licence number 411055 under the Corporations Act of 2001. A.M. Best Asia -Pacific Ltd credit ratings and any other related research are not intended for and must not be distributed to any person in Australia other than a wholesale client, as defined in the Corporations Act of 2001, Chapter 7. The A.M. Best websites are not intended for use by Australian users who are not defined as wholesale users. Important Notice: Bests Ratings reflect our independent opinion, based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are neither a warranty of a company's financial strength nor its ability to meet its financial obligations, including those to policyholders. View our entire notice for complete details. Customer Service I Product Support I Member Center ( Contact Info I Careers About A.M. Best I Site Map I Privacy Policy ( Security I Terms of Use I Legal & Licensing Copyright 0 2013 A.M. Best Company, Inc. ALL RIGHTS RESERVED, A.M. Best Worldwide Headquarters, Ambest Road, Oidwick, New Jersey, 08858, U.S.A. No Text IN This Page Intentionally Left Blank I PAYMENT BOND BOND #S-275225 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN S100,000) Lone Star Dirt & Paving, Ltd. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and NGM Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One -Hundred Sixty -Five Thousand Ninety -Five Dollars (%I5.695) 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 23rd day of July, 2013, to ITB 13 11401 TF Lone Star Dirt & PavingLtd 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 pursuan'. 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 yam, day of August .2013. NGM Insur nce Company Surety . By: Own R. Taylor, ft ey in Fact (Title) Lone Star Dirt & Paving.. Ltd. (Company Name) By: `-Velle-Ivr"►eL (Printed /am_e) (Signatu e v,J (Title) No Text The undersigned surety company represents that it is duty qualified to do business in Texas, and hen designatesKirk Killouoh ,in agent resident in Lubbock County to whom any requisite notices maybe delivered and whom service of process may be had in matters arising out of such suretyship. NGM Insjjrance Company Surety ("Title) Dawn R. Taylor, Attorney in Fact :approved as 7ck orm City of 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 showi that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power attorney for our files. 2 No Text BOND #S-275225 I STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS NMORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt & Paving, Ltd. (hereinafter called the Principal(s), as Principal(s), and NGM Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and trmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One -Hundred Sixty -Five Thousand Ninety -Five Dollars ( 16S 5,095) 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 23rd day of JUIL 2013, to ITB 13-11401-TF Lone Star Dirt & Paving, Ltd 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 scaled this instrument this 15th _ _ day of August 2013. NGM In nce Company. Surely BY: (Title' (Title'rDa ii R. Taylor, Attorney in Fact Lone Star Dirt & Paving, Ltd. (Company Name)_�� By: &W— (Printe ame) (Si a (Title) The undersiggn�an ed surety company represents that it is duly qualified to do business in "texas, and hereby designates Kirk Rillough 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. Dawn R. Taylor, Attorney in Fact Approved as to form: City of Lu o 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 tiles. I No Text NGM INSURANCE CO A member of The Main Street America Group POWER OF ATTORNEY § off Thdt-N U p g- lig, ridiqw N BY §O�TS: F1 !" r- o " C IV all" -0 NOW L 7' . ...... . "Cityoffice' to the of Jacksonville, State of Florida, pursuant to Article IV, Section `i o he By -Laws - of said Company, to wit: 1. No one bond to exceed Five Million Dollars ($5,000,000.00) IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its -General Counsel and Secretary and, its corporate seal to be hereto affixed this zqt4flay of Me prqh, ot, M4 PAY B k— �31 State of Florida, County of Duval. Bruce R Fox -W P� ie , T s. m ecd4 Gnra I 0, n* 46:glory Vice President, No Text IMPORTANT NOTICE To obtain information or make a complaint: You may contact your surety underwriter at 1-904-380-7482 You may also write to Main Street America Group at: 4601 Touchton Road East Suite 330 Jacksonville, Fl 32245-6100 Attn: Bond Underwriting You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 E-mail: ConsumerProtectionli)tdi.statc.tx.us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. This notice is for information only and does not become a part or condition of the attached document AVISO IMPORTANTE Para obtener information o para someter una queja: Puede comunicarse con su surety underwriter al 1-904-380-7482 Usted tambien puede escribir a Main Street America Group at: 4601 Touchton Road East Suite 330 Jacksonville, FI 32245-6100 Attn: Bond Underwriting Puede comunicarse con el Departamento de Seguros de Texas para obtener information acerea de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 E-mail: ConsumerProtectionlirtdi.state.tx.us DISPUTES SOBRE PRI,NIAS O RECLANIOS: Si time una disputa concerniente a su prima o a un reelamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la dispute, puede entonces comunicarse con el departamento (TDI) Este aviso es solo Para poposito de information y no se convierte en parte o condition del documento adjunto 68-TX-0056-03 No Text �y t ' 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 as Principal(s), and (hereinafter called the Principal(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 One -Hundred Sixty -Five Thousand Ninety -Five Dollars ($165,095) 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 23rd day of July, 2013, to ITB 13-11401-TF Lone Star Dirt & Paving, Ltd 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. Surety *By:_ (Title) IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of 2013. (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. 2 PERFORMANCE BOND This Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One -Hundred Sixty -Five Thousand Ninety -Five Dollars (1!k 095) 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 23rd day of July, 2011 to ITB 13-11401-TF Lone Star Dirt & Paving, Ltd 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 , 2013. Surety wo (Title) (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. e CERTIFICATE OF INSURANCE This Page Intentionally Left Blank Av ©® CERTIFICATE OF LIABILITY INSURANCE DATE08/09/2013/DD/8/09 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 1-432-570-3456 Arthur J. Gallagher Risk Management Services, Inc. CONTACT Becky Chatfield FAX PHONE (AIC.No Met: 432-570-3456 A/C No: 432-570-3450 E-MAIL _ beck chatfield@a com ADDRESS: Y J g 110 N. Marienfeld Suite 330 Midland, TX 79701 INSURERS AFFORDING COVERAGE NAIC# INSURER A: MOUNTAIN STATES MUT CAS CO 14648 Scott Riddle INSURED INSURERB: ZENITH INS CO 13269 Lone Star Dirt & Paving, Ltd. INSURER C INSURERD: 11820 University Avenue INSURERE: Lubbock, TX 79423-7412 INSURER F : COVERAGES CERTIFICATE NUMBER: 35146049 REVISION NUMBER: 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 ADDL SUER NUMBER POLIPOLICY MM DDY� MM DDT LIMITS A GENERAL LIABILITY CPP012476105 05/30/1 05/30/14 EACH OCCURRENCE $ 1,000,000 COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR [;X DAMAGE TO RENTED PREMISES Ea occurrence $ 100, 000 MED EXP (Any one person) $ 10,000 AI - UND618 (03/11) PERSONAL & ADV INJURY $ 1,000,000 X WOS - UND618 (03/11) GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ 2,000,000 $ POLICY PRO-JECT X LOC A AUTOMOBILE LIABILITY BAP012476104 05 30 1 05 30 14 COMBINED SINGLE LIMIT Ea accident _._$_. 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS AUTOS 1 AI-UND615(09/10) $ WOS-UND615(09/ AI - UND6 5 WOS - A X UMBRELLA LIAB X OCCUR UMB012476105 05/30/1 05/30/14 EACH OCCURRENCE $ 51000,000 AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? Y❑ (Mandatory In NH) NIA Z072147002 05/30/1 05/30/14 X WRYL..T 0ER E.L. EACH ACCIDENT -- $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) ***SEE ATTACHED SUPPLEMENTAL PAGE FOR ADDITIONAL WORDING INCLUDING THE CANCELLATION CLAUSE.*** Subject: ITB 13-11401-TF, Contract 11401, Project: 92248.8304.20000 Construction of ADA Ramps and Sidewalk Improvements CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Lubbock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Marta Alvarez PO Box 2000, Room 204 AUTHORIZED REPRESENTATIVE Lubbock, TX 79457�tl�► USA ©1988-2010 ACORD CORPORATION. All rights reserved. 0) ACORD 25 (2010105) behatfield 35146049 The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: A � ADDITIONAL REMARKS SCHEDULE Page of AGENCY Arthur J. Gallagher Risk Management Services, Inc. NAMEDINSURED Lone Star Dirt & Paving, Ltd. 11820 University Avenue POLICY NUMBER Lubbock, TX 79423-7412 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: Certificate Holder is an Additional Insured as respects to the General Liability & Automobile policies, pursuant to the policy terms, definitions, conditions and exclusions. A Waiver of Subrogation applies to certificate holder, as respects to the General Liability & Automobile policies, pursuant to the policy terms, definitions, conditions and exclusions. The insurance provided in the General Liability policy is primary and any other insurance shall be excess only, and not contributing. The Additional Insured endorsement includes Products and Completed Operations. ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD - CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: r P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: L._ 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 SRISK ❑ 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: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. This Page Intentionally Left Blank CONTRACTOR CHECKLIST HIV-60 1ITAXISKS3M X L (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; ' (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; J (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, 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. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to / report an employer's failure to provide coverage." and V (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) 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; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT This Page Intentionally Left Blank CONTRACT 11401 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 23rd day of July, 2013, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Lone Star Dirt & Paving, Ltd of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 13-11401-TF — Construction of ADA Ramps and Sidewalk Improvements and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to 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. Lone Star Dirt & Paving, Ltd's bid dated July 9, 2013, 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: ^ By: PRINT D ME: ', rg . ,r— TITLE: Y, COMPLETE ADDRESS: Company 1J'r V in Address 1 " �� uny Avim City, State, Zip ?-t: 7 47y.2 7 ATTEST: Corporate Secretary APP 7 O TO FORM: Chad Weaver, Assistant City Attorney This Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT This Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT ._, 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2- CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Lone Star Dirt & Paving, Ltd who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Joe Schaunaman, Civil Engineer, 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 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 referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors 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). 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. 91 0 10 11 12. 13 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. 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. 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. 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. 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, 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. 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. 2 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any 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. 18. 19. 20. 21 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. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 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. 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. 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 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 consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such 4 tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial ... action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of 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 Vill 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 EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall I' 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. r"' 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY ` The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and r� t 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, I expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change 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. 0 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. B. Owner's and Contractor's Protective Liability Insurance. DELETED 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, $500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. DELETED E. Umbrella Liability Insurance DELETED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 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 persons 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 J 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 t 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 j duration of the project, the Contractor must, prior to the end of the coverage period, file a new t certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity 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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if 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; 9 A (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. 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: (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; 10 (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 &ww.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: _y `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 11 provide services on the project will be covered by workers' compensation coverage for the duration of the project, that 1 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 and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish i satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 12 �l 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 contr3lling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the 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. 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 $100 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. 13 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 j 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 work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except" where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. I U 14 t LJ 38. OUANTITIES 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. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and 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. EA11 as a"9IQ0UT1937N 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. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the 15 i (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. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall 18 tj. 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. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, j disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or 19 asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 9 20 DAVIS BACON WAGE DETERMINATIONS 21 t This Page Intentionally Left Blank n it EXHIBIT A General Decision Number: TX130007 01/04/2013 TX7 Superseded General Decision Number: TX20120007 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 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN..$ 20.96 FORM BUILDERMORM 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 Serviced 10.30 Rates Fringes 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 Rates Fringes 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)). 22 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 rates. 0000/9999: weighted union wage rates will be published annually each January. 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 majority 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. 1-11 SPECIFICATIONS This Page Intentionally Left Blank City of Lubbock Public Works Engineering Design Standards and Specifications city of bock TEl{AS A .fir JOSEPH W.SGNAlM1AlNAN '.�.95884 � Department of Public Works Engineering City of Lubbock, Texas January 1, 2013 These Standards and Specifications are general standards and specifications for design work on public infrastructure. At all trines these regulations are subject to the specific oversight and judgment of the City Engineer who may make modifications If their implementation as may be necessary on a case -by -case basis to protect the best interest of the public. This document is a portion of the City of Lubbock Pubilc Works Engineering Design Standards and Specifications. It does not necessarily contain all design criteria, standard details, or construction specifications. The entire document is available on the City of Lubbock web site. Design Standards and Specifications Table of Contents SECTION I ,tINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION tjGeneral......................................................................................................................................1 1A, Design Flow................................................................................................................................1 1.3 Design Pressure..........................................................................................................................2 1.4 �� Hydraulic Design.........................................................................................................................2 1.5 `ypical Layout............................................................................................................................2 1.6 ;Wding and Cover......................................................................................................................3 1.7 Rel ion to Sanitary Sewer Mains and Appurtenances....................................................................3 1.8 Pipe Ie and Spacing....................... .......................................................................................... 6 1.9 Pipe Materials.............................................................................................................................6 1,10 Methods Connection................................................................................................................7 1.11 Flanged Ou ts.........................................................................................................................7 1.12 Valve Spacing .........................................................................................................................7 1.13 Fire Protection �uirements.......................................................................................................7 1.14 Easements.......... 8 1.15 Sail Analysis........................................................................................................................9 1.16 Pipe Restraints and R cation Blocking................ ...................................................................... ....9 1.17 Tunneling, Jacking and ring.....................................................................................................9 1.18 Dead-end Mains.........................................................,..........................................................9 1.19 Abandonment of Water Main....................................................................................................10 SECTION 2 CHECK LIST FOR WATER DISTRIBUTICONSTRUCTION PLANS 2.1 Plan Submittal Requirements................................................................................................11 2.2 Plan Details .... :............ .................... SECTION 3 MINIMUM DESIGN STANDARDS FOR SANITA . SEWERS 3.1 General..................................................................................................................15, 3.2 Design Flow........................................................................................................................15 3.3 Hydraulic Design.....................................................................................................................16 3.4 Design Details .................................................... .............. ....................................................... 16 3.5 Typical Layout ....................................................... .................................. ................................ 17 3.6 Bedding and Cover...................................................................................................................18 3.7 Relation to Water Mains:_., ......................................... ............................................................ 18 3.8 Abandonment of Sewer Mains and Manholes ....................,....................................................20 3.9 Easements ..........................................................................................,..............................20 3,10. Soil Analysis........................................................................................................................20 3.11 Tunneling, Jacking and Boring ................................................. ................. . .....,........ ...,...20 3,12 Lift Station...........................................................................................................................21 SECTION 4 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS 4.1 Plan Submittal Requirements................................................................ ...................... ,............ 22 4.2 Plan Details ......... ....... ........................ :................. ............... ................... .............................24 SECTION 5 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.1 General.:.................................................................................................. .....................26 5.2 Plan Requirements............................................................................................. .................26 5.3 Plan Approval....................................................................................................... ..............26 .... 5.4 Inspection ......:........................26 5.5 Specifications............................................................................................................... ........26 5.6 Materials of Construction..................................................... .... ..................... I................. .....26 5.7 Methods of Construction...... ............................................................................................... ..35 5.8 Pneumatic Testing for Tapping Sleeves......................................................:........................... .42 5.9 Hydrostatic Pressure Testing ............................. :........................................................................ 42 5.10 Sterilization and Bactedoloaica! Testina......................................................................................4.; Design Standards and Specifications Table of Contents 5.11 Restoration and Clean Up..........................................................................................................44 5.12 _ Warranty and Acceptance..........................................................................................................44 SECTIOif fs STANDARD'SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.1 Genera%1_,..............................................................................................................................45 6.2 Plan Requires-.gnts....................................................................................................................45 6.3 Plan Approval ....... .................................. ........ ................................ I .............. I .... 45 6. l Inspection ....... .......... ............................................................................................................. 45 6.5 Specifications .................. :::�.......... ...........................................................................................45 6.6 Materials of Construction ....45 6.7 Methods of Construction ................... 3......................................................................................50 � 6.8 Inspection, Testing, Approval and Accep'bnce of Gravity Flow Sanitary Sewer Pipe and Manholes .59 6.9 Lift Station.................................................::-..........................................................................65 6.10 Restoration and Clean Up ................................... :................ ................................................... 66 6.11 Warranty and Acceptance ........................................... �,.i.................... .................................. 67 SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7AIntroduction..................................................................................... i ...................68 7.2 Product Submittal Procedures................................................................. ...........................68 7.3 Evaluation Process........................................................................................`a«. ...................69 7.4 Approval Process...................................................................................................... .............69 7.5 Water System............................................................................................... . 71 7.6 Sanitary Sewer System..........................................................................I................ .78 SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.1 General....................................................................................................................................84 8.2 Design Standards.......................................................................................................................84 8.3 Testing and Inspection..............................................................................................................85 8.4 Notification of Property Owners.................................................................................................86 8.5 Protection of Utilities and Irrigation Systems...............................................................................86 8.6 Water for Construction..............................................................................................................86 8.7 Concrete..................................................................................................................................87 8.8 Subgrade and Base...................................................................................................................95 8.9 Hot Mix Asphalt Concrete Surface(HMAC)................................................................................101 8.10 Micro-Surfacing......................................................................................................................108 8.11 Storm Sewer...........................................................................................................................111 8.12 Fences...................................................................................................................................117 8.13 Salvage of Asphalt Paving........................................................................................................117 8.14 Traffic Control.........................................................................................................................117 8.15 Prosecution of the Work and Working Days..............................................................................118 8.16 Measurement and Payment.....................................................................................................120 8.17 Restoration and Clean Up........................................................................................................123 8.18 Certificate of Completion and Warranty ....................................................................................123 SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.1 Plan Submittal Requirements...................................................................................................124 9.2 Plan Details............................................................................................................................125 TYPICAL DETAlt-SOE CONSTRUCTION 10.1 General Details ...` .......................................................................................127 10.2 Water Details........................I..... ......................................................... .........130 10.3 Sewer Details ...................................................`` ....... ��.............., 143 .... 10.4 Street and Drainage Details........................................................ ".... r. �.,�. �.......................153 10.5 Appendix................................................................................................................-,.,.....t:=185 Design Standards and Specifications Streets and Drainage Specifications SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.1 General 8.1.01 The construction and materials for any City of Lubbock Public Works Engineering paving or drainage improvements project shall conform to the following specifications and associated plan sheets. A. Any construction or materials failing to meet the requirements of these specifications or the plan sheets shall be removed and replaced at the Contractor's own expense. B. No consideration will be given to requests for reduced payments for construction or materials not In conformance with these specifications and the plan sheets. 8.1.02 The term Engineer used In these specifications shall refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these specifications and associated plans. 8.1.03 The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. A. Material Safety Data Sheets (MSDS) shall be required on all materials. i_ B. All materials or equipment shall be subject to approval by the Engineer before being incorporated Into any project. C. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer. 8.1.04 Streets to be constructed in a location where the traffic is expected to consist of an unusual number of trucks or other heavy vehicles shall have an approved pavement structure design specific to that loading condition. 8.1.05 All construction covered by these specifications shall be in compliance with the City of Lubbock Code of Ordinances, Chapter 30 Lakes and Water Ways, Chapter 36 Streets, �. • Sidewalks, and Other Public Ways, Chapter 38 Subdivisions, and other chapters as applicable. 8.1.06 Any references to these spedfications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. A. When information indicated on plan sheets is in conflict with these speciflcations, the information on the plans shall govern. 8.2 Design Standards 8.2.01 The following design standards shall apply to all paving and drainage improvements associated with construction of new subdivisions. A. If unusual site conditions necessitate design criteria different from these requirements, changes will be permitted only if specifically approved by the City Engineer. 84 Section 8 Design Standards and Specifications Streets and Drainage Specifications 8.2.02 Street Crown Elevations A. All street paving shall incorporate a centerline crown at the following listed elevation unless otherwise indicated on plans, or as directed by the Engineer: Pav+meatIidtt>� _` ce of u "" 6acObtl4rOr n 8ir rtSu = Afiwy a 32 feet 0.52 feet 36 feet 0.58 feet 42 feet 0.67 feet 46 feet 0.73 feet 66 feet 1.03 feet 88 feet 1.18 feet I. The widths listed above refer to the total proposed future full width of street. ii. Where there is a difference in elevation between top of opposite street curbs, the crown elevation shall be adjusted such that the cross slopes are 2.0% minimum and 4.0% maximum. 8.2.03 Minimum Grades A. All street paving shall Incorporate the following slopes unless otherwise indicated on plans, or as directed by the Engineer: c�► + j� .:`10 Linear Curb and Gutter 0.20 Curb and Gutter in Cul-De-Sacs 0.30 Concrete Dips, Valley Gutters and Fillets 0.35 Concrete Alley Paving 0.20 Concrete Drainage Channel 0.20 Fall Around Curb Radii 0.80 B. Asphalt dips shall not be used in the place of concrete dips or valley gutters. 8.3 Testing and Inspection jI J 8.3.01 All work shall be inspected and tested by a representative designated by the City Engineer, who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or associated plans. A. Whenever any portion of these specifications or associated plans is violated, the Engineer may order the portion of construction that is in violation to cease until such violation is corrected. 8.3.02 Contractor shall cooperate with the Engineer In providing for sampling and testing procedures. A. In the event City tests indicate out of specification materials, additional tests may be provided by the contractor at their own expense. B. Conflicting tests provided by the contractor will not automatically be considered as compliance with City specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. 8.3.03 The testing and inspection provided by the City Is intended only to verify that materials and construction comply with plans and specifications. The Gty's testing and inspection efforts are not intended to replace the contractor's responsibility to comply with the specifications. Section 8 85 Design Standards and Specifications Streets and Drainage Specifications A. With respect to new material sources, or where the City lab has determined materials or construction do not comply with these specifications, the City will not retest until the contractor has provided their own testing to demonstrate the materials and construction are in compliance with the plans and specifications. 8.3.04 Upon completion of construction, the Contractor will apply sufficient water to all paving improvements within the project to ensure all surfaces meet drainage requirements and are in compliance with these specifications. 8.4 Notification of Property Owners 8.4.01 The contractor shall be responsible for maintaining positive communication with adjacent property owners. 8.4.02 The contractor shall provide two days notice to all affected property owners with respect to pending construction, and restriction of access or driveway locations. 8.5 Protection of Utilities and Irrigation Systems 8.5.01 The plans show only approximate locations of utilities as obtained from various utility P Y PP � companies. A. It is not implied that all utilities or their accurate locations are shown on the plans. 8.5.02 It Is the contractor's responsibility to become familiar with all utilities and locations. A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification Centers. B. The contractor shall call DIG TESS (1-800-344-8377) and provide sufficient time for all utilities to be Identified prior to construction. 8.5.03 On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will be responsible during the construction period for damages to any utilities. j 8.5.04 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system, and in compliance with current applicable codes. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 8.6 Water for Construction 8.6.01 The City will furnish water from fire hydrants for construction purposes. A. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant and will be charged the applicable rate for the quantity of water used. B. The contractor shall contact Lubbock Power and Light Customer Service Department to establish a utility account. The contractor must pay a deposit for each fire hydrant meter and will be responsible for all charges associated with that account. C. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. 86 Section 8 Design Standards and Specifications Streets and Drainage Specifications 8.6.02 Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. 8.6.03 For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. B. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. 8.6.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. A. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. B. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. 8.6.05 In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backnow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 8.7 Concrete 8.7.01 These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters and filets, alley paving, sidewalks, street paving, curb ramps, medians, and drainage improvements. A. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C94. Section 8 B. The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during transit. C. Concrete shall have a temperature of less than 90 degrees at time of placement. Concrete above this temperature will be rejected and shall be removed from the job site. D. No more than eight yards of concrete shall be loaded in a Revolving Drum Agitator Truck and transported to the job site. Loads in excess of eight yards will be rejected and shall be removed from the job site. E. No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. F. All concrete shall have 5 percent, minus 1.5 percent to plus 3 percent, air entrainment in conformance with ASTM C260. G. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. 87 .t i, _j Design Standards and Specifications Streets and Drainage Specifications 8.7.02 Classification A. The following City of Lubbock classes of concrete shall be used: 4Curb and gutter, sidewalks, curb ramps, drainage channels, medians, A inlet boxes headwalls unction boxes driveways, and retaining walls. B Valley gutters and fillets alley returns and alley paving. C Concrete street pavement. D Utility encasements Fast setting concrete pavement such as "Fast Track' Concrete E Pavement or, otherspecial design. 8.7.03 Thickness of Concrete Surfaces A. Concrete thoroughfare street paving shall have a minimum thickness of 8 inches. B. Concrete alley paving shall have a minimum thickness of 7-1/2 inches at edge and 5 inches at flow line. 1. No tolerance on minimum thickness will be allowed. ii. No additional compensation will be made to the contractor for thickness greater than specified, C. All other proposed concrete paving thickness shall be approved in writing by the City Engineer. 8.7.04 Drainage Easements A. All drainage easements shall have, at a minimum, a 10-foot wide concrete flow line to be constructed with the street and alley paving improvements. B. Drainage easements shall not be used as alleys or garbage collection easements. 8.7.05 Mix Design A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit the concrete mix design to the Engineer for approval. I. The following shall be submitted to the Engineer for review: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. (1) Certificates shall Indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate test not to exceed 25 percent. b. Mix design based on water -cement ratio. c. Results of compression tests In conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C78, made by an approved commercial testing laboratory. (1) Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. ii. The Engineer will approve or reject the mix design and materials based on these submittals. Ili. Mix design approval shall be subject to additional testing during construction. fi 88 Section 8 Design Standards and Specificatons Streets and Drainage Specifications B. Mix designs for various classes of concrete shall conform to the following: cr$. ^ Mill—.. �� Ikt C6104n , is >ti Mai Sru p ,' « __11181kerlCen e c lay tcl r K.. n es A 5.0 0.40 — 0.60 5 B 5.5 0.40 — 0.60 5 C 6.0 0.35-0.45 3 D 4.5 0.40 — 0.60 5 E As Required forspecific cure time and strength. I. New mix designs shall be submitted annually, or when material properties or sources change. 8.7.06 Strength Requirements A. The various classes of concrete shall conform to the following minimum strengths in pounds per square inch (psi) as determined by the average of two test cylinders or beams: y crass r>a>`n rrssii6i ren t Darr,«» exurr Stren` ter I, -,- a 4 . gO A - 2100 3000 - B 2500 3000 - - C - 2500 3600 600 D - - 1 2500 - E 3000 psi at 24 hours B. When cores are subsequently used to prove compressive strength where test cylinders Indicate failures, the cores shall be tested in accordance with ACI C42. C. In such cases, the required compressive strength shall be increased by 10%. lJ 8.7.07 Cement A. Cement shall be Type I, Type II, or Type I -II cements, conforming to ASTM C150 "Standard Speciflcation for Portland Cement". B. The contractor shall notify the Engineer prior to any changes of the cement supplier or source j during construction. The Engineer may require a new mix design if changes of supplier or J source occur. 8.7.08 Aggregate A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C33. B. All aggregate shall be free of Injurious amounts of clay, soft or flaky materials, loam, organic Impurities, or other deleterious materials. C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136.-� Section 8 89 Design Standards and Specifications Streets and Drainage Specifications I. The gradation for fine aggregate shall meet the following requirements: 1010, 44 Morten � tn� t Retained on 3 8" Sieve 0 Retained on No. 4 Sieve 0-5 Retained on No. 16 Sieve 20-55 Retained on No. 30 Sieve 45-75 Retained on No. 50 Sieve 70-90 Retained on No. 100 Sieve 98-100 D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to ASTNi C136. I. The gradation for coarse aggregate shall meet the following requirements: .oe�rs±91reg+E MAU en tlirrst�ia� .- dWO Inec . Retained on 1-3/4" Sieve 0 Retained on 1-1 2" Sieve 0-5 Retained on 3 4" Sieve 10-40 Retained on 1 2" Sieve 40-75 Retained on No. 4 Sieve 95-100 E. Coarse aggregate for Class C or E concrete shall be crushed limestone (Brownwood type or equivalent). Crushed gravel will be allowed if on the TxDOT Quarterly Monitoring Program, or if specifically approved by the engineer. F. Aggregate Quality Requirements shall comply with the following requirements: Deleterious Material 2.0% Decantation 1.5% Flakiness Index 17 Magnesium Sulfate Soundness 25% G. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. i. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. ii. Stockpiles shall be built In layers of uniform thickness. III. Equipment shall not be permitted to operate over the same lift repeatedly. 8.7.09 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. B. Flowable fill may be used for backfill in all utility ditches within the right of way, and other areas as specified. C. Flowable fill used for repair of utility ditches in existing paved streets shall be placed from the top of the utility line to the bottom of the paving surface. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the contractor at their expense. 90 Section 8 Design Standards and Specifications Streets and Drainage Specifications 8.7.10 Water A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26. 8.7.11 Admixtures A. Admixtures may be applied to the concrete mix design when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C494. Chemical admixtures shall not be used as a substitute for Cement. B. Mineral admixtures such as Class C Ash and Natural Pozzolans in conformance with ASTM C618 may be used with Types I, II, and III Portland Cement. C. When fly ash is permitted to be used, "cement" In relation to mix design shall be defined as "cement plus fly ash". I. Fly ash may constitute a maximum of 30 percent by weight of the cement. 8.7.12 Reinforcing Material A. All concrete shall incorporate reinforcement as follows: I. Curb and Gutter - None H. Street Paving, Valley Gutters, Commercial Driveways, Drainage Channel, and Sidewalk crossing commercial driveways - As indicated on the plans or a minimum of #5 deformed steel bars 12 inches on center both ways if not specified on plans. Ill. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets and either 6-inch x 6-inch - 6 gauge welded wire fabric or # deformed bars 12 inches on center both ways. iv. Alley Returns - #4 deformed steel bars 12 Inch on centers both ways, or 6-inch x 6- inch - 6 gauge welded wire fabric v. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber reinforcement, or as indicated on plan sheets or as required by the City of Lubbock Building Official. B. Steel I. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. li. Wire mesh shall conform to ASTM A185, and shall be 6-inch x 6-inch - 6 gauge welded wire fabric as specified. Ill. Reinforcing bars shall be grade 60 (60 KSI), open-hearth, basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A615 and ASTM A305. a. Steel reinforcing materials shall be stored off the ground in a manner as to be protected from accumulations of grease, mud, other foreign matter and rust producing materials. b. When incorporated Into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. iv. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets. v. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. Section 8 91 Design Standards and Specifications Streets and Drainage Specifications 92 C. Fiber a. Fiber reinforcement may not be used in place of steel reinforcement. b. Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers. c. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as recommended by the fiber manufacturer. d. The physical characteristics on the fiber shall be as follows: ' P ara stiff psiw: r..a�u rr " Specific Gravity 0.91 Tensile Strength 70,000 psi to 110,000 psi Length 3 4 inch 8.7.13 Joints A. Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent point of each return at intersections and at intervals not more than 40 feet between the Intersections. I. Construction joints formed by removable metal templates accurately shaped to the cross-section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or as directed by the Engineer. 11. Tooled contraction joints cut at least one quarter the concrete depth shall be placed at 10 foot intervals. B. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint and at a maximum spacing of 130 feet. i. Alley returns shall be poured monolithically with curb radii and fillets with joints as indicated in Standard Detail 36-7. il. Tooled contraction joints, cut 1/2 inch wide 2 inch deep, shall be placed as shown on Standard Detail 36-11. iii. Alley paving contraction joints shall be sealed with an elastomeric sealer. iv. Expansion joints shall Include bituminous pre -molded expansion joint board. C. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. i. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. II. Joints shall be saw cut within 12 hours of placement of the concrete paving. ill. Joints shall be sealed with an elastomeric sealer. iv. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. D. Valley gutters and fillets shall be constructed with tooled construction joints. I. Joints shall be sealed with an elastomeric sealer. il. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. E. Joint Sealing Materials 1. Bituminous pre -molded expansion joint board material shall conform to ASTM D1751 and shall be placed as indicated on plan sheets or in these specifications. a. Expansion joint material shall be placed full depth of the concrete slab. Section 8 Design Standards and Specifications Streets and Drainage Specifications ii. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R.Meadows "SOF-SEAL", W.R. Meadows #158 cold applied, or "GARDOX" as required by plan sheets. a. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D3405. b. Hot poured joint sealant for all other joints in Portland cement concrete pavement shall conform to ASTh1 D3406. c. Cold poured joint sealant shall conform to ASTM C920. iii. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. a. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. b. The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of local conditions. iv. Backer rod used with elastomeric sealant shall be 25 percent greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. a. Compression of the backer rod material shall be approximately 25 percent shrinkage at 8 psi applied stress. b. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 8.7.14 Curing Compounds Section 8 A. All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing compound at a rate of one gallon per every 180 square feet. Its application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials". I. Fresh concrete is defined as less than 10 minutes after finishing B. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 8.7.15 Forms A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the concrete section formed. B. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least 12 hours after placing of the concrete. C. Forms shall be treated with a light oil or release agent before each use, and forms which are to be re -used shall be cleaned Immediately after each use and maintained in good condition. D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. E. Forms used for curb radii shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow line can be obtained by other methods approved by the Engineer. F. In no case will concrete placement be started without the approval of the Engineer. G. No forms shall be placed until the subgrade is within one inch of its finished grade. 93 I' Design Standards and Specifications Streets and Drainage Specifications H. Forms for paving slabs may be used as a guide for screeding. I. Where longitudinal construction joints are required, the form shall be so constructed as to provide an approved load transfer mechanism in the face. 8.7.16 Placing and Finishing Concrete A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. I. Concrete shall be placed as close to its proper location as practical. ii. Sufficient concrete shall be placed to allow for shrinkage and extra material for Finishing. Ili. The concrete shall be Floated and troweled to the approximate section. iv. When water is needed for finishing purposes It must be dispensed by a pressurized canister with a misting nozzle. B. Removal of face forms and finishing of curb and gutter shall be started only after a partial set occurs. I. Only construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail sheets. C. Concrete shall not be placed when the ambient temperature is below 40 degrees F or if sustained winds are 25 mph or higher as determined by the Texas Tech University Mesonet sites in Lubbock. If the sustained winds exceed the 25 miles per hour all placement operations will cease immediately. 1. Concrete shall not be placed on frozen subgrade. H. The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect concrete should the air temperature fall below 33 degrees F. This protection and forms shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. III. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. D. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. 1. Vibrators shall be operated in a manner not to Interfere with joints, and shall not come in contact with forms. ii. Vibrators shall not be used to move concrete within the forms. E. The surface of concrete street paving shall Incorporate a tined finish. F. All other concrete surfaces shall be completed with a light broom finish. G. When forms are used for concrete paving the forms must stay in place for a minimum of 12 hours. H. No equipment shall be placed on concrete until it has reached 75% of the specified 28 day compressive strength. 1. Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge using the TxDOT Item 585 Surface Test Type A. J. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to determine locations of ponding. I. Ponded areas deeper than 1/8 Inch shall be removed and replaced, or rectified as directed by the Engineer. K. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven, the City may require measurement of the ride quality using the TxDOT Surface Test Type B. 94 Section 8 Design Standards and Specifications Streets and Drainage Specifications , 1. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods acceptable to the Engineer. ii. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. L. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's own expense. 8.7.17 Tolerance in Elevation and Grade A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed and replaced at the correct elevations as indicated on the plans. 8.7.18 Concrete Alley Paving Cuts hil A. Refer to Standard Detail 37-2. B. Transverse Cuts 1. Minimum width between transverse joints shall be 4 feet. Ell ii. No more than 2 transverse joints shall be added between existing 13 foot tooled joints. iii. Transverse joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. When installed at expansion joints, slip dowels shall be used. C. Longitudinal Cuts I. Longitudinal cuts along the edge of existing alley pavement shall be a minimum width of 3 feet. ii. Maximum width of longitudinal cuts shall be 4 feet. iii. Longitudinal cuts wider than 4 feet, regardless of location, shall replace the full width of existing alley paving. iv. Longitudinal joints shall be doweled 6 inches into existing pavement with #S dowel bars at 3 foot spacing. D. Potholing for Locating Existing Utilities I. Pavement cuts for potholing purposes shall be circular cored holes or clean square cutouts. a. Cored holes in asphalt pavement shall be filled with cold -mix asphalt to match the depth of existing pavement. b. Cored holes in concrete pavement shall be filled with concrete to match the depth of existing pavement. c. Cutouts shall be repaired as specified in these specifications. 8.8 Subgrade and Base Section 8 8.8.01 Subgrade A. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off -site soil, free from vegetation or other objectionable matter. - I B. All unstable or objectionable material shall be removed from the subgrade and replaced with _s approved material. 95 Design Standards and Specifications Streets and Drainage Specifications 96 C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: t{II' liquid Limit Max 45 Plasticity Index Min 5; Max 20 Linear Shrinkage Min 2• Max 10 I. Subgrade material which does not meet the above requirements may be conditioned by blending with lime, sand or caliche screenings. The conditioning shall produce a uniform Subgrade material which meets all of these specified subgrade requirements. D. Subgrade Construction I. All testing of Subgrade will be completed prior to any placement of curb and gutter. Subgrade will be processed the entire width of the roadway including under the curb and gutter section. IL Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95 percent of Modified Proctor Density at optimum moisture content, plus or minus 2 percent. ill. Subgrade shall be constructed in maximum of 6 inch lifts, and each 6 inch lift tested for moisture and density. iv. Subgrade thickness shall be a minimum of 12 inches for all streets, regardless of street width or classification. v. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. a. After each section of subgrade is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. b. At any time the City Engineer may require proof rolling on streets or alleys with a 25 ton pneumatic roller, to test the uniformity of compaction. c. Rollers will be completely loaded with water or wet sand to ensure they meet the manufacturer's weight requirements. vi. All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch. vii. Any fill placed within existing or proposed street right-of-way In execution of an approved cut and fill plan shall be in compliance with these specifications for materials and construction. a. Cut and fill operations shall comply with Chapter 38 of the City of Lubbock Code of Ordinances. viii. Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. Ix. Special care shall be exercised In grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface, and so that the compacted subgrade thickness will not be less than specified above. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. E. Rejected Subgrade Material I. Rejected subgrade material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. Section 8 Design Standards and Specifications Streets and Drainage Specifications a. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. b. No payment will be made for rejected material or construction. 8.8.02 Flexible Base (Caliche) A. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay particles produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. I. All base material sources are subject to approval by the Engineer. il. If material characteristics within an approved source change, the material shall be subject to retesting and re -approval prior to continued use. iii. The Contractor shall not change material sources without approval by the Engineer. B. Crushed concrete may be blended with quarried material only to the extent necessary to produce material in compliance with these specifications, to a maximum of 20 percent crushed concrete by weight. 1. Crushed concrete shall be produced from parent material consisting of structural strength concrete, such as City of Lubbock Class A, B, and C. il. Lower strength materials, such as flowable fill, are not acceptable. iii. Crushed concrete shall be free of reinforcing steel and any objectionable material, and have a maxlmum of 1.5 percent deleterious material when tested In accordance with Tex-413-A. iv. "When crushed concrete Is used, the final product shall be entirely in compliance with the specifications for single source material. C. Recycled Asphalt Pavement (RAP) will not be approved for use In flexible base. D. Prlor to construction the contractor shall build stockpiles of sufficient quantity of base material as required to complete the entire project or subdivision. i. Each stockpile shall be dedicated, and identified as to the project or subdivision it is for. il. After a stockpile is completed the contractor shall not add material to that stockpile. iii. The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce stockpiles in compliance with these specifications. E. Material Tests i. Flexible base material shall conform to the following requirements: a. Sieve Analysis 1 - wall u e n 5 t Retained on 1-3 4" Sieve 0 Retained on 7 8" Sieve 10-35 Retained on 3 8" Sieve 30-50 Retained on No. 4 Sieve 45-65 Retained on No. 40 Sieve 70-85 b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: Section 8 97 Design Standards and Specifications Streets and Drainage Specifications a Liquid Limit Max 35 Plasticity Index Min 3; Max 10 c. Wet Ball Mill (1) When tested in accordance with Tex-116-E (Wet Bail Mill) the base material shall have a value not to exceed 45. (2) The percent of material passing the #40 sieve shall not Increase by more than 20 during the test. F. Flexible Base Construction I. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. il. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Ill. Flexible base thickness shall be a minimum of 6 inches. Iv. Processing shall be accomplished in lifts of 6 Inches compacted thickness. v. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction to a minimum of 95 percent of Modified Proctor Density with a moisture content of 2 percent above to 2 percent below optimum a. Densities will be taken by City of Lubbock inspection staff b. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. c. Processing for compaction of caliche base with a sheep's foot type roller will not be permitted. vi. The base shall be allowed to cure a minimum of 3 days, or until determined by the Engineer to be adequately cured, before placing prime or surface course. a. During the cure time the base shall be maintained by blading or other methods until the wearing surface Is placed. b. Windrow caliche shall not be removed until the base has passed finish inspection. c. Base which becomes wet, or otherwise altered, may be subject to retesting and reprocessing as determined by the Engineer. vii. The compacted flexible base shall be finished and shaped Immediately preceding the application of the surface treatment a. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. b. All Irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. viii. Special care shall be exercised in grading street Intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than 6 inches, or thickness otherwise specified by the engineer. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. ix. Any deviation in the surface of the finished base in excess of 3/8 Inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. 98 Section 8 Design Standards and Specifications Streets and Drainage Specifications x. The compaction method for flexible base shall provide for each lift to be compacted to the specified density using appropriate equipment. xi. After each section of subgrade Is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. a. AIi irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the contractor. G. Rejected Flexible Base Material I. Rejected material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all In place material shall be considered unapproved and shall be removed. ill. No payment will be made for rejected material or construction. 8.8.03 Asphalt Stabilized Base (ASB) A. Asphalt stabilized base shall consist of a uniform mixture of mineral aggregate and asphalt cement mixed hot in a mixing plant in accordance with these specifications. 1. Caliche is not an acceptable aggregate for ASB. B. The contractor's plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the base material consistently in compliance with these specifications. C. In place compaction control is required for all ASB. I. Locations of Cores, when required, will be determined by City of Lubbock personnel and marked ii. The ASB will be cored by the City inspection staff to determine composition, compaction, thickness, and density. ill. The contractor shall replace the pavement removed from core holes at no cost to the City. Iv. ASB found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor's expense as directed by the Engineer. D. ASB Mix Design I. The contractor shall submit an ASB mix design less than one year old, prepared by a qualified lab, in compliance with these specifications using approved materials indicating gradation and optimum asphalt content. ll. The aggregate mixture shall conform to the following master gradation: Passin 1" Sieve 01_ 0. KIM- 98-100 Passing 3 4" Sieve 84-98 Passing 3 8" Steve 60-80 Passing No. 4 Sieve 40-60 Passing No. 8 Sieve 29-34 Passing No. 30 Sieve 13-28 Passing No. 50 Sieve 6-20 Passing No. 200 Sieve 2-7 a. Design produced Minimum VMA 13.0% Section 8 99 F U u Design Standards and Specifications Streets and Drainage Specifications b. Plant produced Minimum VMA 12.0% Ill. Material passing the No. 40 sieve shall be known as "soil binder" and shall meet the following requirements: v 1y teirla fro ` e . _ _MTV,': Al _.. u x: Liquid Limit Max 45 Plasticity Index Max 15 Linear Shrinkage Max 5 Iv. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pug mill for mixing with asphalt. v. The mix design shall have optimum asphalt content determined in accordance with Tex-204-F, with a target lab molded density of 96.5 percent. vi. Asphalt content of the Job Mix Formula shall not vary during construction from the design by more than 0.3 percent. vil. Asphalt for the mixture shall be a Performance Grade (PG) 64-28, or better. viil. New mix designs must be submitted annually, or when material properties change. E. ASB Placement i. The ASB material shall be placed on the approved prepared surface using an approved lay down machine. H. ASB thickness shall be a minimum of 9 inches, or as required by the Engineer. III. Asphalt Stabilized Base shall be placed and compacted in 3 Inch lifts to form the specified thickness of compacted base, unless otherwise directed by the Engineer. a. Prior to placing ASB, the subgrade shall be prepared as previously specified. iv. The cross-section shall be constructed to form the specified crown on the ASB surface at the centerline of the street, or as indicated on the plans. v. ASB shall not be placed when the air temperature, as reported by the Texas Tech University Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees surface temperature. A. ASB shall be placed at a temperature between 265 and 325 degrees F. vii. Any ASB material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. vlIL The material shall be placed in such a manner that when properly compacted the finished course Is smooth, of uniform density, and in conformance with the cross - sections and grades shown on the associated plans. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness Is not less than 9 Inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. F. ASB Compaction I. ASB shall be compacted thoroughly and uniformly with approved rollers to a density -1 between 93% and 98% of the maximum theoretical gravity, with a lab molded target of 96.5% using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. ii. Compaction less than 93 percent or greater than 98 percent will be considered deficient. All deficient pavement shall be removed and replaced as determined by the Engineer at the contractor's expense. 100 Section 8 Design Standards and Specifications Streets and Drainage Specifications III. ASS shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. iv. Contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure maximum compaction. v. All roller marks shall be removed and compaction completed prior to the ASS mixture cooling below 185 degrees F. G. Rejected ASS Material Rejected ASS material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.9 Hot Mix Asphalt Concrete Surface (HMAC} 8.9.01 Hot mix asphalt concrete surface shall consist of a uniform mixture of mineral aggregate (coarse aggregate, fine aggregate, mineral filler) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. 8.9.02 The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface material consistently in compliance with these specifications. No RAP material will be allowed in HMAC. 8.9.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving requirements of the platting process. Strip paving may be used only in special circumstances and must be approved by the City Council. If strip paving is used, the developer is still responsible for providing for the required permanent curb and gutter and paving. A. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 - Dense -Graded -Hot -Mix Asphalt (Method). B. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. I. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex-203-F. ii. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex-224-F. iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either minimum 1% lime in accordance with DMS-6350, or liquid anti - stripping agent approved by the Engineer. a. Anti -stripping agents shall meet requirements of TXDOT Item 301 - Asphalt Anti - stripping Agents, and shall be added at the manufacturer's recommended dosage and temperature range. 8.9.04 A minimum of 2 cores per 600' block will be taken to determine thickness, and density of HMAC surfaces. Section 8 101 Design Standards and Specifcatlons Streets and Drainage Specifications A. Core locations will be marked and cored at random locations by City of Lubbock inspection staff. B. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. C. HMAC surface found to be deficient shall be corrected at the contractor's own expense as directed by the Engineer. D. The contractor shall replace the pavement removed from core holes Immediately after testing at no cost to the City. 8.9.05 Thickness of HMAC Surfaces A. HMAC thickness shall be a minimum of 2 inches, or as indicated on the plans. 1. No tolerance on minimum thickness will be allowed. B. If a core shows less than the specified minimum thickness, prior to being trimmed, the HMAC surface shall be considered deficient with respect to thickness, and the deficiency shall be rectified by removal and replacement at the specified thickness. 1. Additional cores will be taken at 25 foot spacing to define the limits of deflciency. C. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. 8.9.06 HMAC Mix Design A. The contractor shall provide a current HMAC mix design using the approved materials, Indicating gradation and optimum asphalt content as determined by Test Method Tex-204-F. I. The mix design shall have a lab molded density of 96.5 percent using the Texas Gyratory compaction method. If. New designs shall be submitted annually, or when material properties change. III. The aggregate mixture shall conform to the following master gradation: a. Type "C" Coarse Graded Surface Course — Curb and gutter street widths greater than 36 feet: E C Q A11'"Falf,1T Passing 3 4" Sieve 95-100 Passing 3 8" Sieve 70-85 Passing No. 4 Sieve 43-63 Passing No. 8 Sieve 32-44 Passing No. 30 Sieve 14-28 Passing No. 50 Sieve 7-21 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 14% (2) Plant Produced Minimum VMA 13% 102 Section 8 Design Standards and Specifications Streets and Drainage Specifications b. Type "ID" Fine Graded Surface Course — Curb and gutter street widths of 36 feet or less and strip paved streets of any width, r� $findatciiCt fished iiac(t agmregatwe� =, +tiiamu a erenfr Passing Passing 1 2" Sieve 98-100 Passing 3 8" Sieve 85-100 Passing No. 4 Sieve 50-70 Passing No. 8 Sieve 35-46 Passing No. 30 Sieve 15-29 Passing No. 50 Sieve 7-20 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 15% (2) Plant Produced Minimum VMA 14% c. HMAC Type is in reference to the ultimate full width street, not half width. iv. Material passing the No. 40 sieve shall be known as "soil binder" and shall maximum linear shrinkage value of 5. v. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. vi. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. vii. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. r r'll 1_3 B. Coarse Aggregate _► I. Coarse aggregate must be approved for use by the Engineer and must be on the TXDOT source rating catalog. iI. Coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of Il 1i clean, washed, tough, durable fragments of crushed stone of uniform quality. a. Mixing or combining of crushed gravel and crushed stone will not be permitted. Ill. Coarse aggregate shall be crushed to the extent that produces a minimum of 80% crushed faces for both Type "C" HMAC, and Type " D" HMAC, when tested in accordance with Test Method Tex-460-A Part I "Determination of Crushed Face Count". Iv. Decantation shall be a maximum of 1.5 percent when tested in accordance with Tex- 217-F. v. Deleterious materials shall be a maximum of 2.0 percent when tested In accordance with Tex-217-F. A. Coarse aggregate shall have a maximum loss of 25% when subjected to 5 cycles of the C Magnesium Sulfate Soundness Test ASTM C-88. vii. The amount of organic matter, clays, loams, or particles coated therewith, or other 1 1 undesirable materials shall not exceed 1.5 percent. C. Fine Aggregate 1. Fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. 11, A maximum of 15 percent of the total virgin aggregate may be field sand or other crushed fine aggregate. III. Sand which exhibits no variation in particle size shall be limited to a maximum of 7 percent of the total virgin aggregate. Iv. Screenings shall be of the same or similar material as specified for coarse aggregate. 1 Section 8 103 L11 Design Standards and Specifications Streets and Drainage Specifications v. Linear shrinkage shall be a maximum of 3 percent. vi. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. a. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: D. Asphalt I. Asphalt shall be a Performance Graded (PG) 64-28, or better, unless otherwise shown on plans. ii. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. a. The contractor shall notify the Engineer prior to any changes of the asphalt supplier or source. b. The Engineer may require a new mix design if changes of supplier or source occur. Ill. Asphalt content shall not vary more than plus or minus 0.3 percent of design during production a. Asphalt content within that range is considered to be acceptable if no other defects are noted, with the requirement that adjustments shall be made during production to achieve the optimum asphalt content. b. If the asphalt content falls outside these parameters immediate action is required. c. If at any time the asphalt content varies to plus or minus 0.5 percent of optimum, production shall Immediately cease and all affected material shall be removed. d. Production shall not be resumed until the contractor has provided sufficient evidence of the problem being corrected. 8.9.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (IMF) for the mix design proposed to be run on that project. The IMF will be held to tolerances as outlined. B. Prime and Tack Coats 1. Prior to placing HMAC on Flexible base, the surface shall be primed and cured 48 hours or until determined by the Engineer to be adequately cured, using an application of 0.20 gallons of asphalt per square yard of surface. a. The contractor shall strap the asphalt distributor in the presence of the inspector to verify the application rate. H. Before any asphaltic mixture Is laid, the surfaces against which the pavement is to be placed shall be cleaned, primed, and tacked to the satisfaction of the Engineer. a. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. (1) Prime coat will not be used as a tack coat. b. The tack coat shall be evenly and thoroughly applied with an approved sprayer as directed by the Engineer. (1) Mopping or brooming of tack coat is not approved. 104 Section 8 Section 8 Design Standards and Specifications Streets and Drainage Specifications c. All contact surfaces of curb and gutter, structures, and joints shall be sprayed with a thin uniform tack coat. III. The prime coat shall be MC 30, and shall be applied in accordance with TxDOT Item 310 Prime Coat. iv. The tack coat shall bean asphalt material such as PG, AC-10. a. Asphalt materials cut with kerosene, diesel, or other petroleum solvent may not be used. C. HMAC Placement I. Pavement shall only be constructed on previously approved base. it. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. III. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all equipment off the right of way 30 minutes prior to sunset. iv. Air temperature requirements for placing HMAC shall be as follows: a. November 1 to April 1 (1) HMAC shall not be placed when the air temperature is below 55 degrees F and falling. (2) HMAC may be placed when the air temperature is above 50 degrees F and rising. b. April 1 to November 1 (1) HMAC shall not be placed when the air temperature is below 50 degrees F and falling. (2) HMAC may be placed when the air temperature is above 45 degrees and rising. v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as determined in the field. vi. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock. vii. HMAC shall be placed at a temperature between 265 and 325 degrees F. a. Any HMAC material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. viii. When high winds occur, contractor must provide a water truck in order to minimize blowing dust. a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease production immediately. ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. a. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross - sections and grades shown on the associated plans. b. Wings of the laydown machine may not be dumped unless they are dumped after everyload. x. A level up course 1/2 inch to 1 inch in thickness shall require the use of Type D HMAC. xi. A level up course greater than 1 inch shall require the use of ASB. xii. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. 105 r li Design Standards and Specifications Streets and Drainage Specifications xiii. Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1/4 Inch above the curb or other concrete surface. xiv. All joints shall present the same texture, density, and smoothness as other sections of the course. a. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. xv. The transverse edges of old pavement and, if required by the Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical IJ surface for the full thickness of the course. xvi. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of approved tack coat before the fresh mixture is placed. xvli.Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted asphalt thickness is not less than 2 inches. C a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete Intersection or valley gutter, as indicated on Standard Detail 36-11. D. HMAC Compaction 1. HMAC surfaces shall be constructed to the following compacted thickness: u_ r WIN l_ Type D 2.0 2.5 Type C 2.0 3.0 II. Using appropriate rollers approved by the Engineer, the HMAC surface shall be compacted thoroughly and uniformly to a density between 93% and 98% of the theoretical maximum gravity, with a lab molded target of 96.5% using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. Ill. Compaction less than 93 percent or greater than 98 percent will be considered deficient. iv. All deficient HMAC shall be removed and replaced as determined by the Engineer at the contractor's expense. v. HMAC shall meet all compaction requirements at the time of Inspection. Re -rolling is not an approved method for achieving compaction requirements. vi. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure correct compaction. vii. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. vile. Places inaccessible to the rollers may be compacted using lightly oiled tamps. ix. Trenches and other limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. x. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. A. Anished surfaces, including asphalt and concrete, shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge. 106 Section 8 Design Standards and Specifications Streets and Drainage Specifications xii. Prior to acceptance, the contractor shall apply sufficient water to all paving surfaces, asphalt and concrete, to determine location of ponding. a. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. xiii. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven the City may require measurement of the ride quality using the TxDOT Surface Test Type B. a. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods approved by the Engineer. b. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. E. Emulsified Asphalt Sealer 1. All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-iH, or 20/80 SS-1, liquid anionic asphalt and distilled water. ii. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. F. Release Agents 1. Diesel shall not be used as a release agent. ii. Only approved agents (such as Black Magic or equivalent) will be used. iii. Diesel will not be permitted to be used on any tools or machinery that comes Into contact with the HMAC. 8.9.08 Sampling of HMAC A. When sampling HMAC for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the contractor (at the contractor's request). B. A "referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. C. If the contractor's results differ from the City's results the referee will be utilized and it will be run at an independent laboratory at the expense of the contractor, at which time all tests are final. D. If the contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. 8.9.09 Rejected HMAC Material A. Rejected HMAC material, either from the construction area or delivered to the job site shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. B. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. C. No payment will be made for rejected material or construction. 8.9.10 Islands In Streets A. Islands in streets require City Council approval. As a condition of approval, persons requesting approval of islands within a street shall be required to submit to the City Engineer a street pavement structural design that exceeds the minimum standard specifications for street paving. Section 8 107 Design Standards and Specifications Streets and Drainage Specifications ii. In general that shall mean 8 inch reinforced concrete. ill. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any proposed island. B. The submitted request shall include the proposed pavement design, surface treatment of the Island, types of plant materials, and methods and details of irrigation systems. 8.10 Micro -Surfacing 8.10.01 Micro -surfacing materials and construction shall conform to TOOT Specification Item # 350. There shall be no deviation from these specifications unless so directed by the Street Superintendent. 8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro - surfacing pavement and to ensure that the finished surface has a uniform texture and the micro -surfacing mat is fully adhered to the existing roadway surface. 8.10.03 Materials of Construction A. All materials that are to be stockpiled shall be protected from dust and other contamination. B. Mineral filler shall be stored In a manner that will keep it dry and free from contamination. C. All asphalt materials shall be kept free from contamination. D. Cationic Polymer -Modified Asphalt Emulsion I. Provide CSS-113 in accordance with TOOT Item # 300.2.D "Emulsified Asphalt". E. Aggregate I. Aggregate shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality and from a single source. il. Aggregate shall meet TOOT Class "A" surfacing classification. Ili. Contractor shall include the amount of mineral filler added to the mix determining the total minus No. 200 sieve aggregate fraction. iv. Aggregate shall meet the following gradation requirements: Retained on i 2" Steve 0 Retained on 3 8" Sieve 0-1 Retained on No. 4 Sieve 6-14 Retained on No. 8 Sieve 35-55 Retained on No. 16 Sieve 54-75 Retained on No. 30 Sieve 65-85 Retained on No. 50 Sieve 75-90 Retained on No. 100 Sieve 82-93 Retained on No. 200 Sieve 85-95 v. Maximum Magnesium Sulfate Soundness shall be 30% (5 cycles) based upon TxDOT Test Method Tex-411-A vi. Minimum Sand Equivalent shall be 70% based upon TxDOT Test Method Tex-203-F. F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. G. Contractor shall adjust the mix design to attenuate the usage of Lime. H. Water shall be potable and free of harmful soluble salts. 108 Section 8 IL Design Standards and Specifications Streets and Drainage Specifications Use only approved additives as recommended by the emulsion manufacturer in the emulsion mix or in any of the component materials when necessary to adjust mix time in field. 8.10.04 Methods of Construction A. Equipment I. Equipment shall be kept in good working conditions with no leaks. il. Any equipment that shows signs of leaks shall be fixed Immediately and shall not be used until such leaks are fixed. iii. The mixing machine shall be a self-propelled micro -surfacing mixing machine with self - loading devices to promote continuous laying operations. iv. Mixing machine shall have sufficient storage capacity for mixture materials with individual volume or weight controls that will proportion each material to be added to the mixture. v. Mixing machine shall have a water pressure system and nozzle -type spray bar immediately ahead of spreader box capable of spraying the roadway for the width of the spreader box. vi. Scales used for weighing materials and emulsion must be calibrated and meet the requirements of TxDOT Item # 520. vil. Electronic Monitoring System a. The micro -surfacing machine shall be equipped with an electronic monitoring system that consists of pulse sensors measuring material delivery rates, a radar gun to monitor distance traveled, and programmable micro -controller, and operators display/input board and an on -board printer. b. System shall be capable of monitoring and displaying application rates and use of aggregate, emulsion, fines, water and additives. c. System shall be capable of calculating and displaying ratios of emulsion to aggregate, fines to aggregate, additive to aggregate, water to aggregate, and application rate In pounds per square yard. d. System shall be capable of printing a hard copy report on demand which displays the date, weight of aggregate, emulsion, fines, number of gallons of additive and gallons of water, and all of the above mentioned ratios since last reset. e. A computer -generated report providing statistics for the full work day shall be provided with each hand calculated daily run sheet. f. This system shall be accurate to within 1/2 of a percent of actual weights and measures for all parameters noted above. The system is not expected to calculate quantities and ratios for materials used in handwork and cul-de-sac areas. B. Air temperature requirements for placing micro -surfacing pavement shall be as follows: I. November 1 to April 1 a. Micro -surfacing shall not be placed when the air temperature is below 60 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees F and rising. If. April 1 to November i a. Micro -surfacing shall not be placed when the air temperature Is below 50 degrees F and failing. b. Micro -surfacing may be placed when the air temperature is above 50 degrees and rising. iii. Surface of roadway must be 60 degrees or higher prior to placing micro -surfacing pavement, as determined in the field. Section 8 109 Design Standards and Specifications Streets and Drainage Specifications iv. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock, Texas. C. Placement of Micro -Surfacing i. The existing roadway surface shall be thoroughly clean and free of all vegetation, loose aggregate, and soil. ii. Existing raised pavement markers and thermoplastic markings shall be thoroughly removed. iil. When existing roadway surface conditions require, provide a water spray immediately ahead of the spreader box. a. Apply water at a rate that dampens the entire surface without any free -flowing water ahead of the spreader box. iv. Micro -surfacing shall be spread uniformly at a rate of not less than 25 pounds per square yard and no more than 30 pounds per square yard, or as directed. v. The spreader box shall be kept clean to minimize lumps. vi. Set and maintain the skis on the spreader box as to prevent chatter In the finished mat. vii. Adjust the rear seal to provide the desired spread vili. Adjust the secondary strike -off to provide the desired surface texture. ix. The finished mat shall be protected from traffic until it has cured and traffic will not harm it. x. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in one hour. A. Locations with turning or stop -and -go traffic shall be protected for longer periods of time. xii. Special care shall be taken by the Contractor to ensure that all manholes, water valves, and other surface structures are sufficiently protected from the micro -surfacing process by the use of a plastic membrane covering or other approved method. xiii. The Contractor shall be responsible for uncovering each manhole, water valve, and other structure after the micro -surfacing pavement has been applied to the roadway surface. D. Rutting on Major Thoroughfares and Collector Streets I. Shallow ruts that are less than 1/2 inch in depth may be covered by a full width scratch box utilizing a steel primary strike -off plate. ii. Ruts that are between 1/2 inch and 1 inch in depth shall be filled independently with a fixed width spreader box no more than 6 feet wide. The rut filling box shall have a steel primary strike -off plate that is the same width as the spreader box. ill. Ruts that are in excess of 1 inch in depth shall be filled with a 5-foot wide rut filling spreader box specifically designed to fill wheel path ruts. This operation will require multiple placement passes to restore the pavement to its original cross section. Special care shall be used by the Contractor to ensure that the material has proper time to dry between applications to promote bonding between the original pavement and the micro -surfacing pavement. iv. Maximum micro -surfacing thickness applied as rut filling shall not exceed 1 inch for each pass required to restore pavement to the original profile. E. Asphalt Milling at Concrete Intersections i. All thoroughfares and collector streets which have concrete intersections or where concrete valley gutters intersect the street shall have the asphalt surface milled to such 110 Section 8 Design Standards and Specifications Streets and Drainage Specifications a depth as to allow a smooth transition between concrete and the completed micro - surfacing pavement. F. Scratch Course I. All "Scratch Course" applications shall be performed utilizing a steel primary strike -off plate. ii. This will allow the bottom, or "scratch course", to mitigate any irregularities and have a more uniform profile for the micro -surfacing pavement to be applied to. G. Finished Surface 1. Micro -surfacing pavement finished grade shall be uniform in texture and free from excessive scratch marks, tears, and other surface irregularities. a. All such irregularities shall be repaired by the Contractor at their own expense. ii. Longitudinal joints shall be place on lane lines unless otherwise directed by the Engineer. ill. Joints shall be uniform in appearance when placed adjacent to existing joints. iv. Joints and edges shall be uniform and neat in appearance. v. All ruts, utility cuts, and depressions in the surface shall be filled in a separate pass from the final pass. 8.10.05 Hours of Operation A. Operating hours will be Monday through Saturday as outlined in Section 8.16 of these Specifications, unless otherwise directed by the Engineer. B. Hours of operation shall be: I. Major Thoroughfare: 7:00pm to 7:00am (Night) ii. Residential Areas: 7:00am to 7:00pm (Day) C. On major thoroughfares the micro -surfacing pavement shall be traffic ready by 7:00am, including all traffic control devices and barricades being removed from the roadway. 8.11 Storm Sewer 8.11.01 Storm sewer shall include installation of pipe, manholes, Inlet structures, outlet structures, and all appurtenances associated with these items. 8.11.02 Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction Industry, and approved by the Engineer. 8.11.03 Grade and horizontal alignment shall be maintained using a laser or batter boards. 8.11.04 Materials of Construction A. Storm Sewer Pipe I. As a standard, storm sewer shall be constructed using reinforced concrete pipe, either precast or cast In place. ii. Pipe shall conform to the requirements of AASHTO M170 or ASTM C76. Pipe shall be Class III unless otherwise noted on plan sheets. iii. Other pipe materials may be considered for approval by the Engineer based on engineering and design criteria. B. Mortar I. Mortar shall be used for grouting and filling between pipe and drainage structures. Section 8 111 Design Standards and Specifications ,- Streets and Drainage Specifications ii. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. a. Portland cement shall conform to the requirements of ASTM C150, Type I. b. Sand shall conform to the requirements of ASTM C144. iii. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. a. Hydrated lime shall meet the requirements of ASTM C6. iv. Mortar which has not been used after 45 minutes of having water added shall be discarded. a. Mortar may not be retempered by having water added. C. Preformed Bituminous Gasket Joints i. Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements ASTM D994, and shall be Ram-Nek or approved equal. ii. Gaskets shall be installed in accordance with manufacturer's recommendations and shall form a water -tight joint. D. Manholes, Frames, and Covers L Manhole barrel, cone and extension sections shall be constructed of precast concrete. ii. A plant inspection may be required for production facility Inspection and to review record -keeping for material certification. iii. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: 1VW 0_0 _ ASTM C33 Aggregates ASTM C150 Cement ASTM C39 Sampling Specimens ASTM C185 Reinforcing ASTM C144 Sand and Mortar iv. Precast concrete sections for manholes shall conform to ASTM C478 specifications. a. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psl. v. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. a. Joints shall be effectively jointed to prevent leakage and infiltration. b. Connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. (1) Sealant will be provided by supplier and will be considered an essential part of each shipment. vi. Cones and adjusting rings shall maintain a clear 30-inch opening. a. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C478 specifications. b. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. Al. Manholes shall be designed to withstand H-20 AASHTO loading. vili. Manholes shall also have lifting holes that do not protrude through manhole wall. a. One full inch of concrete thickness must remain between lift hole and outside wall of manhole. 112 Section 8 Design Standards and Specifications Streets and Drainage Specifications ix. Manhole barrels shall be assembled of precast riser section. a. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. x. Invert channels shall be smooth and semi -circular in shape conforming to the Inside of the adjacent pipe section. a. Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole will permit. b. Changes In size and grade of the channels shall be made gradually and evenly. c. Invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. d. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. A. Connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. b. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight seal is achieved. xii. Adjusting rings may be used for adjusting the top elevation of manholes. a. Each manhole shall have a minimum of 6 inches of grade adjustment. b. Total height of the adjusting rings shall not exceed 12 inches at any manhole. c. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. xiii. Frames and Covers a. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A48, having a clear opening of not less than 22 Inches. b. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. c. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. d. Frame and cover shall have a weight of not less than 275 pounds. e. The manhole ring and cover shall be Western Iron Works #40 or approved equal. 8.11.05 Methods of Construction A. All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. B. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. C. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backflll, as specified. D. Excavation and Trenching 1. The Contractor shall do all excavation to the depth shown on the plans. it. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance with the requirements of one of the classes of bedding, and the hard unyielding Section 8 113 r- Design Standards and Specifications Streets and Drainage Specifications 114 material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nominal diameter of the pipe. a. The cushion shall consist of a fine compressive material, such as sllty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. b. The cost of furnishing and placing the cushion material shall be Included In the bid price per linear foot of pipe in place. c. The bottom of the trench shall be excavated to a horizontal section as far as practicable. iil. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. iv. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by AASHTO T180. v. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. a. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. vi. Backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. vil. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. All. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. Ix. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. x. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: Less than 18" Pipe O.D. +12" PI a O.D. +18" 18" thru 36" Pipe O.D. +18" Pi a O.D. +24" 37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30" b. The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation of the pipe. c. Excavation In paved areas shall be confined to a minimum practical width. xi. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. A. Manholes a. The excavation for manholes shall be essentially the same as that for the piping. b. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. c. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to applicable laws and regulations. Section 8 i Design Standards and Specifications Streets and Drainage Specifications d. Bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfiliing operations. e. The cost of the bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe. Ali. Surface water shall be prevented from entering the excavation. Av. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. xv. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. E. Pipe Installation I. Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. ii. Contractor's method for lowering pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. ill. The Engineer shall inspect all pipe before it is placed in the trench. Iv. Any section that Is damaged by handling or is defective to a degree which, in the opinion of the Engineer, will materially affect the function and service of the pipe shall be rejected and removed from the job site. v. Installing pipe in the finished trench shall be started at the lowest point and laid upgrade. a. For tongue and groove pipe, the grooved end shall be laid upgrade. vi. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. vil. The pipe shall be protected from water during placing and until the concrete, for cast - in -place pipe, or the mortar, for joints of precast or cast in place pipe, has thoroughly set. a. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. viii. Pipe shall not be laid or installed on frozen ground. ix. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re -Installed without additional compensation. x. Mortar shall be used for caulking and filling between the pipe and the drainage structures. xi. Mortar that Is not used within 45 minutes after water has been added shall be discarded. a. Retempering of mortar shall not be permitted. Al. Pipe joints for precast concrete pipe shall be of the tongue and groove type. All. Joints shall be made water tight by means of a preformed bituminous gasket. a. Gaskets shall be installed as recommended by the pipe manufacturer. xiv. Feld poured concrete bases shall be at least 12 Inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. xv. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. xvi. Concrete placement shall conform to ACI and good construction practices. xvil.Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. xvlii. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. Section 8 115 r Design Standards and Specifications Streets and Drainage Specifications xix. Manholes shall be constructed to ASTM C-891 standards. xx. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. F. Backfilling I. All trenches and excavations shall be backfilled as the pipes and manholes are Installed, unless otherwise directed by the Engineer. ii. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and i foot over the top shall be material which can be readily compacted. a. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. b. The material shall be moistened or dried, if necessary, to be compacted by the method In use. c. Backfill material shall be approved by the Engineer. Ill. The backfill shall be placed in loose layers not to exceed 6 inches In depth along each side of the pipe and manhole. a. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole. b. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. c. Backfilling shall be done in a manner as to avoid Injurious top or side pressures on the pipe and manhole. d. Backfill shall be compacted to minimum 95% Modified Proctor Density. iv. Unless otherwise directed by the Engineer or plans, excavation within street right of way shall be backfilled with Flowabie fill material (2-sacks of cement per cubic yard concrete mix) to 1-1/2 Inches below the asphalt surface. a. The pipe shall be restrained so that during the pour the pipe shall not be displaced. v. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. a. Any damaged construction shall be removed and replaced at the Contractor's own expense. 8.11.06 Trench Protection A. Trench excavations not exceeding five feet In depth shall be protected In accordance with applicable OSHA, state, and local requirements. B. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. i. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. ii. The Contractor shall be responsible for complying with all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. III. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. iv. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience In fabricating the items. v. The contractor shall provide detailed drawings for proposed trench safety systems. f; i 116 Section 8 Design Standards and Specifications Streets and Drainage Specifications a. The drawings shall identify where each system is proposed for use and type of system to be used. vi. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. vii. If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. viii. If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. ix. Materials used for trench safety shall be capable of withstanding Imposed loads without excessive deflections. x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: a. Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. b. Aluminum — Type 6061-T6, thickness as required. c. Wood in Contact with Earth — Pressure treated woods. d. Wood not in Contact with Earth — Soft or hardwood as required. 8.12 Fences 8.12.01 Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials, height, and construction in the proper location. 8.12.02 The contractor shall remove existing fences and either store for reuse or legally dispose of the fence materials, as directed by the Engineer. 8.12.03 New fence construction shall be in accordance with specifications and details included on plan sheets. 8.13 Salvage of Asphalt Paving 8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. 8.13.02 Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 8.14 Traffic Control 8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. A. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD). 8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. Section 8 117 Design Standards and Specifications $` Streets and Drainage Specifications A. The contractor shall provide additional devices as determined to be necessary during the project. B. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the contractor shall immediately make necessary changes to correct the unsatisfactory conditions. 8.14.03 The contractor shall provide and maintain at least one driveway to each property open directly to the project corridor, at all times during construction. A. Driveway width to remain open shall be appropriate for the character and volume of traffic accessing the property, and shall require approval by the Engineer. B. No driveways shall be closed along the project corridor without either a comprehensive access management plan approved by the Engineer, or approval for individual closures from the Engineer. C. The contractor shall notify affected property owners a minimum of two (2) days in advance of any driveway restriction or closure. 8.14.04 All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. A. All hazards shall be clearly marked and adequately protected. 8.14.05 If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as indicated in Texas MUTCD. 8.14.06 If traffic control is not specifically stated in the bid proposal, no separate payment will be made for traffic control. A. The required plan and devices shall be considered to be subsidiary to pay items. 8.14.07 During the period the Contractor is directing traffic over the base, the surface shall be satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard will result. A. The base course shall be maintained until the wearing surface is placed thereon. B. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley's shall remain dosed not more than 4 days. C. Contractor shall give a minimum of one (1) day advance notice of the work schedule to affected property owners, and shall conduct construction efforts so as not to create a disturbance or nuisance. 8.15 Prosecution of the Work and Working Days 118 8.15.01 As a standard, no work will be performed on weekends, nights, or holidays. A. Requests by the contractor to work evenings, weekends, or holidays must be made and processed in accordance with current City of Lubbock Administrative Policies and Procedures "Construction on Weekends, Nights, or Holidays". B. If the request is approved, the contractor shall be responsible for all City personnel costs associated with the work. Section 8 Design Standards and Specifications Streets and Drainage Specifications C. If the Engineer determines that it is necessary and appropriate to work after dark or before daylight, the contractor shall provide adequate lighting as required to allow prosecution of the work equivalent to that in daylight hours. 8.15.02 Working Days Definition A. City contracted paving projects will be based on working days allowed. i. No requests for extensions of time will be considered. B. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. I. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer. ii. For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the contract working time. iii. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. C. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor Is unable to begin work on that date due to factors beyond their control as determined by the Engineer. i. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. D. The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. I. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. ii. The protest shall be in writing, addressed to the Engineer, and shall Indicate basis of the protest. ill. The Engineer shall respond to the protest within 10 calendar days of receiving the protest. Iv. Failure to file a protest within the allotted 10 days for any statement shall indicate the contractor's approval of the time charges as shown on that period's time statement, and future consideration of that time statement will not be permitted. 8.15.03 Work Between November 1 and January 2, and on Other City Holidays A. If conditions are such that, in the opinion of the Engineer, construction will negatively affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. B. The City of Lubbock observes specific holidays, and City staff is not required to work those days. I. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. ii. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. M. The request shall state the reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. Section 8 119 Design Standards and Specifications - Streets and Drainage Specifications iv. If City personnel are available, the Engineer may approve the request. 8.16 Measurement and Payment 120 8.16.01 The unit price bid for all bid items shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. A. Cost of work or materials shown on the plans or called for in the specifications and for which no bid item is Indicated shall be considered subsidiary to the various bid items. I. No separate payment shall be made for such subsidiary work or materials. B. Payment will not be made for any item that is not complete, including all associated incidental work. C. All of the items covered by these standard specifications may not be included in a particular project. D. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 8.16.02 Separate Curb and Gutter A. Measurement will be made of the linear feet of separate curb and gutter actually constructed. B. Separate curb and gutter will be paid for at the unit price bid per linear foot. C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall be used only if specifically indicated on plans or bid documents. D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and fillets, drainage channel, or wheelchair ramp will be considered to be subsidiary to those items, and no separate payment will be made for such curb. 8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Alley Paving, and Valley Gutters and Fillets A. Measurement will be made of the area, in square feet, of flat slab actually constructed. B. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. C. Curb on sidewalks, driveways, alley returns, alley paving and valley gutters and fillets shall be included in the area measured for the slab and will not be paid for as a separate item as curb and gutter. 8.16.04 Curb Ramps (Handicap Ramps) A. Measurement will be made of the area, in square feet, of curb ramp actually constructed, including surface treatments and top surface area of any curb above the slab. B. Landings, wings, and ramps will be paid for per square foot as 4 inch thick sidewalk. C. Curb ramps will be paid for at the unit price bid per square foot. No separate payment will be made for curb as part of a ramp. 8.16.05 Concrete Drainage Channel A. Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any curb above the slab. Section 8 Design Standards and Specifications Streets and Drainage Specifications B. Drainage channel will be paid for at the unit price bid per square foot. 8.1.6.06 Retaining Walls A. Retaining wall will be considered as that portion of concrete construction which constitutes a separate reinforced structural member for soil retention, extending above and below a surface slab. B. Measurement will be made of the linear feet of retaining wall actually constructed. C. Retaining wall will be paid for at the unit price bid per linear foot. 8.16.07 Concrete Median A. Measurement will be made of the area, in square feet, of median actually constructed. B. Median will be paid for at the unit price bid per square foot. 8.16.08 Concrete Street Paving A. Measurement will be made of the area, in square yards, of concrete street paving actually constructed. B. Concrete street paving will be paid for at the unit price bid per square yard. 8.16.09 Sawing and Sealing of Joints in Concrete Street Paving A. Measurement will be made of the linear feet of sawed and sealed joints actually constructed. B. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. 8.16.10 Curb and Gutter Removal A. Measurement will be made of the linear feet of curb and gutter actually removed. B. Payment will be made at the unit price bid per linear foot of curb and gutter removed. C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. D. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. 8.16.11 Concrete Slab Removal and Disposal A. Measurement will be made of the area in square feet of concrete slab actually removed and legally disposed of. B. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. C. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal and disposal. D. Payment will be made at the unit price bid per square foot of concrete slab removed and disposed of. 8.16.12 1-1/2 Sack Flowable Fill A. Quantities of 1-1/2 sack Flowable fill will be determined from tickets provided by the drivers of the delivery trucks. B. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack Flowable fill. Section 8 121 :............ Design Standards and Specifications Streets and Drainage Specifications 8.16.13 Asphalt Paving A. Measurement will be made of the area, in square yards, of asphalt paving actually constructed. B. The unit price bid shall Include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats, HMAC sui face, emulsion seal, and all incidentals necessary to complete the work C. Payment will be made at the unit price bid per square yard of asphalt paving. 8.16.14 Asphalt Paving Repair A. Measurement will be made of the area, in square yards, of in place asphalt paving repair. B. The unit price bid shall include removal of existing surface materials, furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, tack and prime coats, compaction, and all incidentals necessary to complete the work. C. Payment will be made at the unit price bid per square yard of paving repair. 8.16.15 Micro -Surfacing A. Micro -surfacing will be measured by the ton of composite micro -surfacing mixture used, defined as the asphalt emulsion, aggregate, and mineral filler. B. The unit price bid shall Include surface preparation, furnishing, hauling, preparing, and placing materials, and all required equipment, labor, tools and incidentals necessary to complete the work. C. Payment will be made at the unit price per ton of composite micro -surfacing mixture used. 8.16.16 Excavation and Grading Outside Limits of Construction A. Volume of excavation or fill, in cubic yards, will be determined by average end area method. B. The unit price bid shall Include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades established by the Engineer. C. No separate payment will be made for disposing of excess material. D. Payment will be made at the unit price bid per cubic yard of completed excavation or fill. 8.16.17 Ditch Grading and Unpaved Street Surface Grading A. Measurement will be made of the linear feet of ditch or street grading. B. No separate payment will be made for disposing of excess material. C. Payment will be made at the unit price bid per linear foot of completed ditch or street grading. 8.16.18 Traffic Control A. Set up and maintenance of traffic control plans indicated as a bid item in the contract will be paid for on a per day basis for each day the control plan devices are required to be in place. B. If no bid item for traffic control is included In the contract it shall be considered to be subsidiary to bid items, and no separate payment shall be made for traffic control. 8.16.19 Mobilization A. Contractor mobilization indicated as a bid item in the contract shall be paid for as a lump sum. 1 122 section 8 Design Standards and Specifications Streets and Drainage Specifications B. If no separate bid item for mobilization is included in the contract it shall be considered subsidiary to contract bid items, and no separate payment shall be made for mobilization. 8.17 Restoration and Clean Up 8.17.01 After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. 8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and turf or landscaping disturbed outside the defined construction area. 8.18 Certificate of Completion and Warranty 8.18.01 Within 31 calendar days after the Contractor has given the Engineer written notice that the paving or drainage improvements have been completed, or substantially completed, for new subdivision construction or on a City contract the Engineer shall inspect the improvements. A. If it is determined that the improvements have been constructed in accordance with the plans and specifications, the Engineer shall issue to the Contractor a Certificate of Completion of Streets and Drainage Improvements, which will establish the beginning date for the warranty period. B. Neither the final payment nor Certificate of Completion shall relieve the Contractor of responsibility for faulty materials or workmanship. C. The Contractor shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the date of completion. D. Contractor and City of Lubbock shall execute a 2-year Warranty for materials and workmanship. Section 8 123 I_. Design Standards and Specifications f -; Streets and Drainage Check List SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.1 Plan Submittal Requirements 9.1.01 All street and drainage improvements construction plans shall be checked for conformance with City of Lubbock Standard Specifications for Street and Drainage Construction prior to submittal to the Public Works Engineering Department. 9.1.02 Plan Review A. The Design Engineer shall submit two sets of construction plans to the City Engineer for review and comment. B. Upon completion of review, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 2 full size and 6 half size sets of plans shall be provided for final approval for construction. i. If additional approved plan sets are required by the Design Engineer, the appropriate amount shall be provided at this time. ii. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be distributed as follows: L One (1) full size set will be secured in the City's records. ii. One (1) full size and 6 half size sets will be distributed to the City's inspectors and support staff. iil. Where applicable, additional sets will be provided to the Design Engineer. PP P 9 9 E. Final construction plans should not be submitted for Public Works Engineering Department approval for work that will not be installed within i year of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 9.1.03 Construction Cost Estimate and Fees A. Two (2) sets of preliminary Cost Estimates shall be submitted for review at the time of plan review submittal. i. The preliminary Estimate shall be based upon reasonable estimates for the work as established by the Design Engineer. B. Two (2) sets of final Cost Estimates shall be submitted for review and reference at the time that a contract is awarded for the work. i. The final Cost Estimate shall be based upon actual contract values. C. Plan Review Fees in the amount of 0.5% of the final Estimate amount (minimum $50) shall be submitted prior to construction. D. Inspection and Testing Fees in the appropriate amount of the final Cost Estimate amount (minimum $125) shall be submitted prior to construction. E. Inspection and Testing Fees shall be based on the following requirements: 124 Section 9 Design Standards and Specifications Streets and Drainage Check List GSI�s&»ateita>n51 �._ x ye . r :Y_ : Arin anciIns`islttleeir 'Petcd6, E IU111: fi tscr!KNct6rk Up to j20,000 4.0 0.04 20 001 - 25 000 3.75 0.0375 25 001 - 30 000 3.5 0.035 30 001 - $40,000 3.25 0.0325 40 001 - $50,000 3.0 0.03 50,001 - 75 000 2.5 0.025 75 001 - $150,000 2.0 0.02 Greater than $150,000 1.5 0.015 9.1.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Public Works Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specification, as determined by the City Inspector, a written approval must be obtained from the City Engineer. I. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 9.1.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions, grades, elevations and additional Information on a set of Record Drawings during the progress of construction. 1. The City of Lubbock Public Works Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings", certified by the Design Engineer and the City of Lubbock Public Works Engineering Department, shall be presented to the City within 30 days of completion of the construction. C. Where the construction Is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the City of Lubbock Public Works Engineering Department reflecting the completed construction prior to Issuance of the Certificate of Acceptance of Streets and Drainage Improvements. 9.1.06 Acceptance A. Upon completion of construction, satisfactory tests, completion of punch list Items, and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer for a Certificate of Acceptance of Streets and Drainage Improvements. 9.2 Plan Details 9.2.01 Plan Format A. All drawings shall be no larger than 24-inch by 36-inch in size. 9.2.02 The following Information shall be shown on the plans: A. General I. Title Block (lower right hand comer preferred) IL Scale Section 9 125 P-i it 1 I Design Standards and Specifications Streets and Drainage Check list r 126 a. Horizontal 1"=20' or 1"=50' b. Vertical 1"=1' (preferred) or i"=2' (maximum) ill. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vil. Legal Description of Property Being Improved viii. Drawings Number (s) Ix. Statement: "All work shall be performed in accordance with the City of Lubbock Design Standards and Specifications." B. Plan 1. Bench Marks and USGS Datum ii. North Arrow ill. ROW Lines, Property Lines and Lot Numbers iv. Street Names and Easements with Width Dimensions v. Existing Curbs and Paving (Gray — Dashed) vi. Proposed Curbs and Paving (Bold — Solid) vii. Spot Elevations on Radii, Dips, Grade Breaks, and Ditches vili. Location and Direction of Dips Ix. Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.) C. Profile L Existing Ground Surface at Curb Lines (Gray - Dashed) ii. Existing Gutters or Flow Lines (Gray — Dashed) ill. Proposed Gutters or Flow Lines (Bold - Solid) Iv. Stationing with Profiles Indexed to Plan View v. Intermediate Station Numbers and Elevations at Points of Grade Change and Radii vi. Ditch Grades vii. Existing and Proposed Utilities Where Crossed D. Detail Sheet - As Required E. Overall Layout Sheet — As Required I. Scale 1 "=100' ii. Lot Lines Ill. Streets and Street Names Section 9 IJ Design Standards and Specifications Construction Details 10.4 Street and Drainacie Details Section 10 153 a f) i f I� O v m z m R ISLAND, 50 Q.FT. MIN. Ja AREA IF USED. PROPERTY LINE VISIBILITY TRIANGLE �•T � 25' A C DIMENSION REFERENCE RESIDENTIAL STREET THOROUGHFARE STREET COLLECTOR STREET INDUSTRIAL STREET (ROADWAY CLASSIFICATION, R1A (, 32') , 66''; �TIT2, R2 �Cl_42'46'� (I, 42)- ROADWAY WIDTHS _ _ _ _ _ _ _ _ _ _ _ _ _ _ (Ri, 36') - - 88 - - - - - _ - - - _ - WIDTH ----AY ----------- ONEW -- --- --- ------- - - - - 12-' --------- 15' '--- --------- 15 -----20'---- --------------- TWO-WAY - MINIMUM -------------- - -------- 12' --------- 30' --------- 30' -------- 40' - TWO-WAY;MAXIMUM ___ - - - - -- -- ---- -- 30' ----4---- - - - -- _ - --------- _ _4_0' __ _ - - -----0---- _ 5_'____ - - -20' MINIMUM RADIUS R 5' 15' 15'- MINIMUM SPACING FOR PROPERTY LINE - - R - R R+5' _ R+5' - --------------- FROM STREET CORNER --------------- ------- C ------- -------- A+R -------- --------- t.+R --------- --------- A+K --------- ----+R --A+R - - - FROM THOROUGHFARE C I50'APPROACNLNG - - - - CORNER 100' EXITING --------------- BETWEENDRNEWAYS ------- 5_-- -------- _-- 3--__ -- - - -- --- --------- --------- MINIMUM ANGLE D 450 ----60'__-- 450 300 - 300 * MAY 8E "0" FEET IF SHARED DRIVE IS PROPOSED. RWSEO DRIVEWAY ' DEC. 2012 � - _;� c�ty0f STANDARDS PLATE NO. rexis 36-1 I, �f a a z� �a n0 a o L 4' SIDEI,VALK / EXPANSION JOINTS SPACED EXPANSION36' MAX. ALONG SIDEWALK RUN. JOINTS , EXPANSION JOINT z CONTRACTION MARKINGS 1/2 WAY THROUGH �+ O SLAB AT 4' INTERVALS. SECTION A -A CURB REMOVED. NOTE: SEE PLATE NO. 36-4 FOR ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY. (NO SCALE) FIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF HYDRANT/POLE VARIABLE 4' SIDEWALK LL@ 2°lo MAX. SLOPE C n SECTIONS B-B (RESIDENTIAL) Z �U it IZ— c u VARIABLE 4' SIDEWALK c T MIN. @ 2% MAX. SLOPE Ic — —" INNER CURB 6"X6" - 6 GAUGE WELDED a'I AS REQUIRED. WIRE FABRIC CENTERED zX z IN SLAB. z SECTIONS B-B 'OF— (COMMERCIAL) FOR COMMERCIAL DRIVEWAY: NOTES: CURB AND GUTTER TO BE COMPLETELY REMOVED AND 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. RECONSTRUCTED WITH #3 2. ALL EXPANSION JOINTS TO BE %" THICK. BARS RUNNING ENTIRE 3. 30° TO 45° FLARE MAY BE USED IN LIEU OF LENGTH OF NEW GUTTER. RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. �'u REVISED FOUR FOOT SIDEWALK �-��..�� DEC. 2012 city of RATE NO. CONSTRUCTION DETAILS Iubbo&k TEXAS 36-2 NOTE: J _i o. 3¢ ZE Ei 70 B -lu- Na 4. TOR 6' SIDEWALK. PROPERTY LINE Mliy EXPANSION J �% JOINTS t` SEE FRONTAL VIEW FIRE HYDRANT, POWER B POLE, ETC. MUST HAVE EXPANSION JOINTS EXPANSION JOINT BLOCK - SPACED 36' MAX, OUT WHEN ENCLOSED ALONG SIDEWALK RUN. IN CONCRETE. EXTEND 6" PAST EDGE OF EXPANSION SECTION A A HYDRANT/ OLE JOINT. 4" MIN. THICKNESS OF SIDEWALK. CONTRACTION MARKINGS 1/2 WAY THROUGH SLAB AT 6' INTERVALS, VARIES 3` MIN. @ 2% MAX. SLOPE w CURB Y SIDEWALK + 0- REMOVED. ---"� SECTIONS B-B 4" MIN. (RESIDENTIAL) THICKNESS. SEE PLATE NO. 36-4 VARIES -- 0 , FOR ASPHALT REPAIR 3` MIN. @ 2% MAX. SLOPE w ADJACENT TO CURB AND GUTTER OR — 6' SIDEWALK DRIVEWAY. 481 J 6„ 6"X6" - 6 GAUGE WELDED ? 4 WIRE FABRIC CENTERED E INNER CURB - FOR COMMERCIAL DRIVEWAY, IN SLAB. D AS REQUIRED. COMPLETELY REMOVE CURB AND `D (COMMERCIAL) GUTTER AND RECONSTRUCT WITH ft3 BARS RUNNING ENTIRE LENGTH FRONTAL VIEW OF NEW GUTTER. PROPERTY LINE NOTES: I. MAINTAIN GUTTER FLOWINE THROUGH DRY 2. ALL EXPANSION JOINTS TO BE Ya" THICK. 3. 300 TO 45' FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS, S. 5' CURB BACK ON RESIDENTIAL STREETS. 6' CURB BACK ON COLLECTOR AND THOROUGHFARE STREETS. REVISED TOR 6` SIDEWALK DEC. 2012 city of CONSTRUCTION DETAILS 1L1IJ�JOCk Pt 3-3 6-3. IExAS 6" 18" TYPICAL L NEW CONCRETE TOE FORM - TO BE REMOVED DRIVEWAY PRIOR TO INSTALLATION OF FLOWABLE FILL AND PAVING SURFACE. NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM, ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY 12" SMOOTH H.M.A.C. SURFACE, IIN. TYPE "C" SAWCUT r TO REMAIN .A.C. SURFACE. / IN PLACE. BASE FLOWABLE FILL REVISED DEC. 2012 y lub'ock PLATE Y0. rexxs 36-4(A) X 6" 18" TYPICAL NEW CONCRETE SMOOTH EXISTING DRIVEWAY SAWCUT CONCRETE PAVING NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. CONCRETE PAVING REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY REVISED i of DEC. 2012 c l ibbRk PLATE NO. TIXAS 36-4(B) R=25' 4'PROPERTY 4 P' LINE SIDEWALK LINE ui ti A 0 elf tz C. uj ol . ....... TMIN. ALLEY RETURN (TYPICAL) DRIVEWAY APPROACH (TYPICAL) REVISED DEC. 2012 lity Of 4'SIDEWALK ALONG PROPERTY LINE hibbock PIATE NO. TEIAS 36-5 No Text CURB AND GUTTER, FILLETS AND SLAB TO BE POURED TOGETHER, SIDEWALK `�-PROPERTY LINE z OR 0 J a \ o 2 A 6" CONCRETE SLAB WITH 6"X6" • 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. CONTRACTION JOINTS. N 8'* B 10, 2.5' (1 o g NLU 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. / CONTRACTION JOINT. c W 5' � -< r a � l r a ` y / 7.5" L� 6"X6" - 6 GAUGE WELDED WIR FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. REM#158, SEALTIGHT SAFE -SEAL 3405, SONNEeORN 5L-1 OR 1/2"--1 1- APPROVED EQUIVALENT. TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) 20' 10, 344" BITUMINOUS PREMOLDED EXP. JOINT. / CURB HEIGHT `J TRANSITIONS TO 0" AT THIS POINT. THIS POINT OF ALLEY RETURN / TO BE NO MORE THAN 7" HIGHER THAN GUTTER ON HIGH 23. SIDE END OF RADIUS AT STREET. 1'* Yr" BITUMINOUS NPANI ION JOINT. PLAN VIEW A 5' "TO BE USED WHEN ALLEY R.O.W. WIDTH IS 15'. w z SECTION A -A L- NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB AND 1K" FROM BOTTOM OF SLAB EACH SIDE. LOCATE BY MEANS OF CHAIRS OR PLASTIC STAKES (NOT METAL OR WOOD). CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY WHERE THE EXISTING ALLEY RETURN, ALLEY PAVING OR STREET GUTTER IS IN GOOD CONDITION AND GRADE AND ALIGNMENT ARE SATISFACTORY. !4" BITUMINOUS CONp EXPANSION JOINT. ,'; 'ING ALLEY RETURN, ALLEY 'ING OR STREET GUTTER; I }, _ 1AUGE WELDED 6"_y,RIC EE BD STEEL BARS 12" �•--il" 1 O.C. BOTH WAYS, SECTION B-B CENTERED IN SLAB. ALL CONCRETE SHOWN TO BE 3,000 P.S.I. AT 7 DAYS. (CLASS B) REVISED ' TYPICAL ALLEY �h��, DEC. 2012of RETURN IL1JbOCk PLATE NO. TaxAs 36-7 5' 10' S' w t w O cx a t I \0, w z CONTRACTION a JOINTS a a 20, I 10' PROPERTY LINE 5' 13' PROPERTY LINE 5' w z w 5' 10, S. TRANSVERSE CONTRACTION JOINT I (REQUIRED AT COLD JOINTS AND �( EVERY 13 FEET OF PAVING.) 6"X6" - 6 GAUGE WELDED NOTE: WIRE FABRIC OR #4 DEFORMED STEEL BARS 1. TRANSVERSE CONTRACTION JOINT W O.C. BOTH WAYS, CENTERED IN SLAB. (REQUIRED AT COLD JOINTS AND •:o.• EVERY 13 FEET OF PAVING.) TYPICAL "T" ALLEY IEVISED DEC.2012 INTERSECTION WITH of CONTRACTION JOINTS lubbciock TEXAS PIATE NO. 36-8 36-8 EXISTING S.S' VARIES SIDEWALK _ ^ VARIES 24" OR EXISTING 30" C. & G. r SIDEWALK SECTION A -A ONLY APPLIES AT DEPRESSED ALLEY RETURNS A A STREET MINIMUM RAMP WIDTH TO BE 4.0' LENGTH OF RAMP S` .); MAY VARY —TO 1:12 MAX. SLC STREET NOTES: 1. ALLEY RADII MAY VARY. 2. SEE OTHER PLATES FOR RAMP DETAILS 1:12 SLOPE TO BE CONSTRUCTED r INSET a xw FACE ZpmOF CURB i i�4 `55 i i CONCRETE RAVERS r WITH TRUNCATED 5 DOME SURFACE, 1:12 SLOPE I I r LENGTH VARIES, DUE TO 1:12 MAX. SLOPE OF RAMP._ Rmsm TYPICAL LOCATIONS f of DEC. 2012 FOR CURB RAMP l bbo& PLATE N0. TEXAS 36-13 1:12 SLOPE_ y 1:12 SIOPE:::� FLOWLINE FRONT VIEW SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. 9 --VARIES - (10' TYPICAL) SEE PLATE NO. 36-16(A) FOR GENERAL NOTES ON A.D.A. RAMPS CONSTRUCTION. R=15' R=25' A PROPERTY LINE � y S� y RAMP = 50.8 SQ. FT. OF CONCRETE FLATWORK SURFACE APPLIED TRUNCATED DOME CURB & PANEL. GUTTER 4' MIN.- 5'-6" MIN. 6" `< 4" MIN. 24" 1:t2 SLOPE (MAX.) MIN. 'THICKNESS. SURFACE APPLIED MINIMUM FIN[SHED TRUNCATED DOME BITUMINOUS )'4" THICKNESS TO BE 4". PANEL. EXPANSION JOINT AS REQUIRED BEHIND CURB. SECTION A -A CORNER CURB RAMP REVISED (WITH TYPICAL 4' SIDEWALK �lDEC. 2012 I11bOCk PLATE NO. ALONG PROPERTY LINE) TEXAS 36-14 T.O.C. r-----•---}--- - �1:12 SLOP! SIOPE,� FLOWLINE FRONT VIEW SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. CURB & GUTTER PROPERTY LINE VARIES (10' TYPICAL) Z9 R=15' R=25' a X r? r 9 SEE PLATE NO. 36-16(B) FOR GENERAL NOTES ON A.D.A. RAMP CONSTRUCTION. RAMP = 50.8 SQ. FT. OF CONCRETE FLATWORK SURFACE APPLIED TRUNCATED DOME PANEL. —4' MIN. T-6" MIN. 6' 24" MIN. 1.12 SLOPE MAX. z SURFACE APPLIED TRUNCATED DOME — BITUMINOUS Y4" `r PANEL. EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP REWSEO DEC. 2012 (WITHTYPICAL 5- OR 6- SIDEWALK _ lubbioCk PLATE N0. ALONG CURB BACK) i x►s 36-15 I A GROOVE JOINTS EACH `y 4 SIDE OF RAMP. a vrt TOP OF CURB BITUMINOUS X" EXPANSION JOINT (FULL DEPTH) LOCATED a ALONG BACK OF CURB NEW CONSTRUCTION. S�Og1�°oo o A YELLOW, SURFACE -APPLIED TRUNCATED DOME PANELS AFFIXED, FOLLOWING MANUFACTURER'S INSTRUCTIONS, TO PROPERLY CONSTRUCTED, CURED AND PREPARED 4" CONCRETE SLAB. CURB TO RAMP DOWN IN 6' BOTH •.a SIDES OF RAMP. IN RADIUS RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. IN STRAIGHT C. & G. RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. MAINTAIN GUTTER FLOWLINE. f-- 4' MIN. --I Lubbock TEXAS SHEET I OF 2 REVISED DEC. 2012 PLATE NO. 36-16(A) j-----4' htlN. -}- ---- ---5' 6" MIN. 6..4" F MI 1'12 SLOPE (MAX.) 4" MIN.•' THICKNESS. SURFACE APPLIED TRUNCATED DOME BITUMINOUS Y" PANEL. EXPANSION JOINT AS REQUIRED BEHIND SECTION A -A CURB. CLASS "A" CONCRETE SHALL CONFORM TO APPLICABLE SPECIFICATIONS. 4" MIN. THICKNESS SURFACE APPLIED TRUNCATED DOME PANEL. SECTION B-B NOTES: 1. SURFACE -APPLIED, TRUNCATED DOME, DETECTABLE WARNING SYSTEM PANELS, USED HEREIN, SHALL BE MANUFACTURED BY ADA SOLUTIONS (WWW.ADATILE.COM), OR APPROVED EQUAL, AND SHALL BE LAID TO WHERE THE DOMES ARE UP AND THE LONG AXIS OF THE PANEL SHALL BE PERPENDICULAR TO THE DIRECTION OF TRAVEL. 2. RAMP TEXTURES SHALL CONSIST OF TRUNCATED DOMES SURFACES. TRUNCATED DOME DIAMETER, HEIGHT AND SPACING SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS), ADMINISTERED BY THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). TEXTURES ARE REQUIRED TO BE DETECTABLE UNDERFOOT. SURFACES THAT WOULD ALLOW WATER TO ACCUMULATE ARE PROHIBITED. THE PANELS SHALL BE AFFIXED AT THE PRESCRIBED LOCATION, TO THE PROPERLY CURED AND PREPARED CONCRETE IN THE MANNER AND USING THE MATERIALS SPECIFIED BY THE MANUFACTURER. 3. THE RAMPS AND LANDINGS SHALL BE CONSTRUCTED FLAT, IN ONE PLANE, WITHOUT WAVINESS, HIGH/LOW SPOTS OR WARP. THE CONCRETE WHERE THE SURFACE -APPLIED PANEL SHALL BE AFFIXED SHALL BE IN JUST SUCH A CONDITION. IF DETERMINED TO BE NECESSARY AND APPROPRIATE BY THE ENGINEER, A HIGH SPOT IN THE CONCRETE MAY BE HAND -MILLED WITH A GRINDER, JUST ENOUGH FOR FLATNESS, IF THE AREA TO BE GROUND IS TO BE UNDER THE SURFACE -APPLIED PANEL IF NOT, THE CONCRETE SHALL BE REMOVED AND PROPERLY REPLACED AT THE CONTRACTOR'S EXPENSE. AFTER THE CONCRETE IS THOROUGHLY CURED, AND THE SURFACE CORRECTLY PREPARED, THEN THE SURFACE -APPLIED PANELS SHALL BE PROPERLY AFFIXED TO THE CONCRETE, ACCORDING TO THE MANUFACTURER'S INSTRUCTIONS. 4. SURFACE -APPLIED PANEL COLOR FOR THE RAMP SHALL BE A CONTRASTING COLOR THAT PROVIDES A LIGHT REFLECTIVE VALUE THAT SIGNIFICANTLY CONTRASTS WITH THE ADJACENT SURFACES. THE COLOR OF THE SURFACE -APPLIED PANELS SHALL BE SHOWN ELSEWHERE IN THE PLANS OR SPECIFICATIONS. IF NEEDED, SURFACE -APPLIED PANELS SHALL BE SAWCUT ONLY AND A PANEL SHALL BE AFFIXED WITH A 198" GAP TO ANOTHER PANEL. S. ALL SLOPES SHOWN ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. RAMP LENGTH OR GRADE OF SIDEWALK APPROACH MAY BE ADJUSTED AS DIRECTED BY THE ENGINEER. TAS REQUIRED DIMENSIONS AND SLOPES ARE PARAMOUNT. IF SITE CONDITIONS PREVENT A RAMP FROM BEING CONSTRUCTED, AS -DRAWN, TO WORK AS INTENDED AND COMPLY WITH THE REQUIRED SLOPES, THEN THE RAMP CONSTRUCTION MUST BE ADJUSTED TO COMPLY WITH THE REQUIRED SLOPES. ALL CONSTRUCTION QUESTIONS SHALL BE DIRECTED TO THE ENGINEER. 6. MAXIMUM ALLOWABLE CROSS -SLOPE ON SIDEWALK AND RAMP SURFACES IS 2%. ALL CONCRETE SURFACES SHALL RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE ON THE PLANS. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TAS. SHEET 2 OF 2 REVISED '' DEC. 2012 TYPICAL ADAtx city of —. RAMP PLAN �, IllbboCk PLATE NO. TEXAS 36-16(B) No Text NOTE: 1. ALL JOINTS SHALL BE DOWELED AS SPECIFIED 2. MAXIMUM OF TWO TRANSVERSE CUT JOINTS BETWEEN EXISTING 13' TOOLED JOINTS (ONE SLAB). REVISED cty DEC.2012 TYPICAL ALLEY PAVING CUT lubbiof OCk PLATE N0. TtXAS 37-2 R-IA RESIDENTIAL 52' ROW 3Z F�F R-2 SCHOOL AND R-1 RESIDENTIAL COMMERCIAL 56' ROW 60'ROW 3e FF 42' FF COLLECTOR INDUSTRIAL 64' ROW 60'ROW 46' FF FF T-1 THOROUGHFARE T-2 THOROUGHFARE 90' ROW 110'ROW 66' FF 88' FF NOTE: FF DIMENSIONS ARE FROM FACE OF CURB TO FACE OF CURB, REVISED CITY OF LUBBOCK DEC. 2012 STREET STANDARDS tilu4ltaty �fk PLATE NUMBER 38-1 COLLECTOR FLARE AT INTERSECTION WITH A THOROUGHFARE +----- T-1 OR T-Z THOROUGHFARE -• W Iubbo& t AS REVISED DEC. 2012 PLATE NUMUR 38-2 T-1 THOROUGHFARE RIGHT TURN LANE (FLARE) i i T-1 OR T-2 THOROUGHFARE --� REVISED DEC. 2012 PLATE NUMBER 38-3 I --- T-1 OR T-2 THOROUGHFARE 40' RADIUS I i f 30'X30' CUTOFF I 98' FF I o tn 120-IROW 55' I 65' I I I I Iz ILU z a u� o N I I I I I 88' FF 110'IROW I I 11' • �� I 11' I REVISED 1�„ x T-2 THOROUGHFARE `_ Of DEC. 2012 RIGHT TURN LANE (FLARE) PLATE NUMBER texas 38-4 I No Text TYPE'C HMAC MINIMUM OF THE UPPER 12" (18" MINIMUM ON THOROUGHFARE STREETS) OF TRENCH BACKFILL- 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL, IF USING COMPACTED BACKFILL. BACKFILL COMPACTED TO 95%f MODIFIED PROCTOR(ASTM D 698) 2% OF OPTIMUMMOISTURE CONTENT.(MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. ASPHALT PAVEMENT CUT REPAIRS 2' MIN. KQ NO SCALE 6" j� C `- ASPHALT TACK COAT. ALL JOINTS TO BE SAWCUT. ASPHALT TACK COAT. PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. GREATER THAN 5' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. RenSED b ' �ic�of DEC. 2012 Lubbock IE�d, UEM-01 5 CIASS'B' CONCRETE 3DCU PSI AT 7 DAYS. THOROUGHFARE STREETS; CLASS "C" CONCRETE ALL CONCRETE JOINTS TO BE SAW CUT. EXISTING CONCRETE L, O PAVING 8" MINIMUM O 9 Z ua BACKFILL COMPACTED TO 95% MODIFIED PROCTOR(ASTM D 698) Z% OF OPTIMUM MOISTURE CONTENT. (MAX. 6- LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL; 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: DRILL AND DRIVE 12" DEFORMED AS DOWEL BARS 6" INTO EXISTING SLAB ON 7' SPACING. EXISTING CONCRETE PAVING T ruN BARS 12' O.C. MAX SPACING � IN 80TH DIRECTIONS. IN r PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). CONCRETE PAVING 1. GREATER THAN S' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. 2. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. CONCRETE STREET AND ALLEY CUT REPAIRS Lubbock �� ��� city of TEXAS REVISED DEC. 2012 UEM-02 CONCRETE CAP BRICK JOINTS TO BE FILLED CLASS W CONCRETE WITH SAND/CEMENT AT A 50•SD 3000 PSI AT 7 DAYS. BLEND, OR AS APPROVED BY THE STREET SUPERINTENDENT. Z [� 0=0= 1" SAND CUSHION MINIMUM. F- 8" MIN A 4 BARS, 12" O.C. MAX. SPACING IN BOTH DIRECTIONS, BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM 0 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) (3-1 ALTERNATIVE OACKFILL PIPE BEDDING (TN ACCORDANCE :KITH 1 I/2 SACK CONTROLLED THE ENGINEERS LOW STRENGTH MATERIAL URERS MANUFACTURERS BRICK (FLOWABLE FILL) WITH RECOMMENDATIONS). PEA GRAVEL. PAVING NOTE: i. SEE CONCRETE CAP DETAIL. PLATE NO. 36.09.05 2. #5 DOWELS NEEDED IF TIED INTO EXISTING CONCRETE BASE. 3. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. REVISED BRICK STREET DEC. 2012 thlit ofCUT REPAIRS Ck rExAI UEM-03 z 0 r 7rQQ�� Q� aZ �a as Lu CONCRETE ALLEY PAVING. W u'l----------------------- BACKFILL COMPACTED TO 95%1: MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1#2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: F THE ALLEY PAVING CONTRACTORS HALL BE REQUIRED TO OBTAIN 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. (V 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. THE ALLEY PAVING CONTRACTOR SHALL BE REQUIRED TO OBTAIN 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. TRENCH BACKFILL REQUIREMENT ON ALLEYS TO BE PAVED WITHIN RIGHT-OF-WAY PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). f city of lubbock iHAI REVISED DEC. 2012 UEM-04 7 EXISTING GROUND SURFACE. BACKFILL COMPACTED TO 95%1: MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) 12" ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL+ PIPE BEDDING (IN ACCORDANCE I Yz SACK CONTROLLED LOW WITH THE ENGINEERS AND STRENGTH MATERIAL (FLOWABLE MANUFACTURERS RECOMMENDATIONS). FILL) WITH PEA GRAVEL. NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. TRENCH BACKFILL REQUIREMENTS EVISED ��� DEC. 2012 ON UNPAVED STREETS AND ALLEYS �u�. lt city WITHIN RIGHT-OF-WAY TIIAS UEM-05 9 PLACE #4 BARS BOTH WAYS ALONG PAVING 6, CUT AT 12" MAX. SPACING. AT LEAST 2 --{ 6' #4 BARS EACH WAY ARE REQUIRED. o o------4.._ C C47�----�,----------------- 14 BARS, 12" O.C. MAX y NO SCALE DRILL AND DRIVE 12" SPACING IN BOTH DEFORMED #5 DOWEL DIRECTIONS, CENTERED BARS 6" INTO EXISTING IN SLAB SLAB ON 3' SPACING NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS CONCRETE PAVING, CAP, OR ALLEY PAVING REVISED DEC. 2012 UEM-06 Design Standards and Specifications Construction Details 10.5 Appendix Section 10 185 = A-1 Iubbla &k TEXAS Approved Materials and Manufacturers List Application For New Product(s) Note: Incomplete applications will he returned unprocessed. Date of Application: Company Name Address Contact Person Position Phone Number Email Fax Number Manufacturer If not applicant)] Supplier If not applicant) Product Nomenclature Model No. Series Description/Use of Product Have you included a sample? Would you like this sample returned? List Testing Certifications (Required) 1. List Attached Items (Provide five copies of each) 1. 2. 2. 3. 3. q, a. 5. 5. 6. 6. 7. 7. ****Do not write below this tine - - For City use only**** Application No. (Ex. 2013-01) Approved By: Title: Accepted Rejected Comments: 24" 30" i STOP STOP (� 0 TI I i STOP OZ-Tl 111 STOP 3Q•. I 0 io G (o 0 0 �0 0 0 0 0 a 0 0 0 0 10,3" 0 0 0 I f0 0 O p O O (0 0 O O 0 O + 10 t O ' 0 0 GRfiL'"t0 4- 00 00 GROUND Lyo o A LEVEL ILEVEL t� t 36" 0 0 36., 1 0 0 0 o i6 0 I CITY OF LUBBOCK, TRAFFIC ENGINEERING t DEPARTMENT 41t1l; 7f j) 9Yf .t.40MtNCUEZ {){i oi tt/14/2065 1M cQvf (y BYf O�IF,Q[ stop-sign_1 dgn 12105/2006 08:15.26 AM f PERT ORATEED SOJARE METAL TUEI NG Municipal ADA Improvements Various Locations Throughout Lubbock June 2013 Table of Contents ADA RAMP LOCATIONS ADA RAMPS INTERSECTION OF 11TH PLACE AND KIRBY AVENUE 1 ADA RAMPS INTERSECTION OF UTICA AVENUE AND 58TH STREET 2 ADA RAMPS INTERSECTION OF 22ND STREET AND FRANKFORD AVENUE 3 ADA RAMPS INTERSECTION OF 1ST STREET AND AVENUE L,FRANKFORD NORTH OF 22ND, ALLEY ALONG AVENUE M BETWEEN 31 ST AND 32ND 4 ADA RAMPS INTERSECTION OF TULANE STREET AND CYPRUS ROAD 5 ADA RAMPS INTERSECTION OF 39TH STREET AND AVENUE S 6 ADA RAMPS INTERSECTION OF 31STAND AVENUE L 7 ADA RAMPS INTERSECTION OF 50TH AND KENOSHA AVENUE ,50TH AND KNOXVILLE AVENUE, 58TH AND KENOSHA AVENUE 8 ADA RAMPS BUDDY HOLLY SOUTH OF 19TH STREET 9 VALLEY GUTTER AND DRIVEWAY PROFILES 10 ADA RAMP DETAILS 11 city of ` iii bock TEXAS PUBLIC MGRKS ENGINEERING f GTH, 9TH ,OTTINE J 7) Lu 31ST w z z 32ND w UNIVERSITY AVE Q �HFFT� SLIDE — a z 58TH WILLIAMS ELEMENTARY —QUAKER SHFFT� 31ST z Lij 32ND D LLJ 34TH — I -2 7 SHFFT4 Y CHI- E I 0 ,;HFFTq 3 CENTER I CHURCH N 38TH 3 9 T H,, 39 H w w UN I VERS I TYf- 289 —AVE Q �'sE 958Ba 'W 6/l31(3 ADA RAMP LOCATIONS FRENSHIP INDEPENDANT SCHOOL DISTRICT NDRTHRIDGE ELEMENTARY C. 11TH PLACE 137 13' V-1 9' i < i WESTCHESTER PARK pp! ¢ 738 + Y t aoe lone � I .c' p. Joln 11TH PLACE 654 653 REVIER ARM Removal detail for intersection of Kirby Avenue and 11th Place Transition from 6" to 0" 31 y3'in ! ZX1 4.5 i137 CTCHES.TERRK d FRENSHIP INDEPENDANT $ SCHOOL DISTRICT INORTHRIDGE ELEMENTARY a Rzs' 0 0• 11TH PLACE 1 H PLACE 654 i 653 REVIER FARM Construction detail for intersection of Kirby Avenue and 11th Place �r Transition 66�"-0" Remove and relocate k° ^> o, R25' 5' ,fox MI c+ 26.40' v Trans ion from T 6" to "over 4' each s de A' Transition/ ��\ I #4 Deformed Steel Bars L-►A La 12" O.C. Both Ways Note:See Sheet 10 for o SECTION A -A Valley Gutter 0 °e Kirby Pkvenue 11 th P lace 0 �o\or9 { intersection detail `°aa N.T.S. 20' �zz"I.-D-, OSED ELEVATION rr : REMOVE ASPHALT -------- REMOVE CONCRETE SLAB PROPOSED CONCRETE -------= REMOVE C&G PROPOSED 30' C&G EXISTING C&G (TO REMAIN IN PLACE) EXISTING CONCRETE ITO REMAIN IN PLACE) ----- R.O.W. LINE I—. • FlrMyront • PowWrl>ai• O Tree G-CUTTER ER-E OF RADIUS TA TOP OF ASPHALT SM-BENCHMARK TS-TOP OF SIDEWALK TC-TOP OF CUB 0-FLOWLINE OF VALLEY GUTTER S.-NOT TO SCALE ALL CONSTRUCTION SHALL BE CURRENTT CITYEOF ITH LUBBOEK MOST STANDARD SPECIFICATIONS BM IS PAINT ON THE TOP OF CURB ON WEST END OF RADIUS AT OF THE INTERSECTION OF KEND OF I BYUS AVENUE AND 11TH PLACE ELEVATION-5.0 ARIEiSHOWN FORK CONTRACTORSS IONS INFORMATION IT SHALL BE THE RESPONSIBILITY OF THE MINIMUM SELL OPESCAtDI WIIDTHSTARE ACHIEVED FOR CONSTRUCTION TO BE ADA COMPLIANT. CONTRACTOR IS RRIESPONSIBLE FOR THE STAK INGSTR MEEDSI TO PROVIDE STATION AND ELEVATION. THIS THEE VAR IGUSSBIDMIITEMS BEFORE CTRETT AINAGE WILL BE PAID CONTRACTOR SHALL PROVIDE THEE .ITN ASSBUILLT EIEVATiW FANS EVERY ELEVATION SHOWN ON THE PLANS. THIS WORK SHAL BE SUBSIDIARY TO THE VARIOUS BID ITEMS PROJECTS WITH SIDEWALK AM ADA RE IRE RI INSRECTION� WILL BETA (MADE MIL NOT BE PAID UNTIL THIS INSPECTION PASSES IF NEEDED RAMP DETAILS FOR ADA ASPHALT REPAIR AS REWIRED SEE C.O.L. DETAILS ASPHALT REPAIR SHALL NOT APPROVEDZBYRENGINEEUNLESS R. ALL DIMENSIONS ARE TO FACE OF CURB UNLESS OTHERWISE NOTED TRAFFIC CONTROL SHALL BE SUBSIDIARY TO VARIOUS BID ITEMS SCALE 1'-20' ADA RAMPS R1IERSECigN OF 11TH PLACE AND KIRBY AVENUE 1 r ��' hJ - U_ 1 - I a 1 WILLIAMS ELEMENTARY SUNDOWNER I, A 58th STREET 58th STREET ]o"cm va m 9 ataE.nik E•R.�- E 00 park inp IOf a PIE MONT SLIDELL AN EX Removal detail for intersection o-F Utica Ave and 58th Street SW ramp at the intersection o-F Utica Av_eaue and 58th Street detail N. T.-S. I E_GEND 0 EAVSF/NC ELE✓A)TON 42'�r "p PROPOSED ELEVATION REMOVE ASPHALT Q-------- REMOVE CONCRETE SLAB WILLIAMS ELEMENTARY a SUNDOWNER PROPOSED CONCRETE Vi REMOVE C8G PROPOSED 30" C&G EXSTING C8C (TO REMAIN IN PLACE) •l\ A 7 ETOSREMA7N0 I NRPLACE) .._.............. _.._................. _.._...'� ........... _.._.._._.._. R.O.W. LINE Fence • Firehyranf • Powerpale 58th STREET 58th STREET p Tree o Utility vault G-GUTTER E -END BN-BENCHMARKOIUS TS-TOP OF SIDEWALK • m A- R- ------ o GUTTER NL,VIG FC TopLNOT ITBOF BSC VALLEY } / ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE MOST 9 10 o\AU 70 9 CURRENT CITY OF LUBSOCK STANDARD SPECIFICATIONS PI W %--EOpe ear,'" 1O1 BM IS PAfNT ON THE TOP OF CURB 6' WEST OF THE WEST END OF RADIUS AT THE SOUTHWEST END i OF RADIUS OF THE INTERSECTION OF UT ICA AVENUE AND 58TH STREET ELEVATIONm5.0 = RAMP ELEVATIONS AND DIMENSIONS bee f ` ARE SHOWN FOR CONTRACTORS INFORMATION IT SHALL BE THE RESPONSIBILITY OF THE SW I1 fetIntereecr lan otl a Setn Street Avofuenea CONTRACTOR TO CONFIRM THAT 6E r MONT Dtl tntereeof lan ofi u na 5etn streee SL 1 DEL L MINIIMIM SLOPES AND WIDTHS ARE ACM IEVED FOR CONSTRUCTION TO I ' AN EX BE ADA COMPLIANT. B'i CONTRACTOR IS RESPONSIBLE FOR ALL THE CONSTRUCTION STAKING. ' Construction detail -For intersection THE STAKING NEEDS TO PROVIDE STATION AND ELEVATION. THIS WORK IS SUBSIDIARY TO of Ut I ca Ave and 58th Street THE VARIOUS BID ITEMS BEFORE INAGE WILL BE TPAID TOR HE CONTRACTOR SHALL PROVIDE THE CITY A SET OF AS BUILT PLANS WITH AS BUILT ELEVATIONS FOR .� .FOG 1 n9 0 `G aJ EVERY ELEVATION SHOWN ON THE PLANS. THIS WORK SHALL BE 5 Transition -From IARY TO THE VARIOUS 81D TENS PROJECTS WITH SIDEWALK AND ADA 3 —6" to 0"over NEOUIREC TD�R INSPECT0ION. WILL ag B 7.4 ' �yO RETAINAGE WILL NOT BE PAID UNTIL THIS INSPECTION PASSES IF NEEDED LO\ot 88 x FOR ADA RAMPSDETA IL S- _y_ S ASPHALT REPAIR AS REOUIREO SEE C.O.L. DETAILS n ASPHALT REPAIR SHALL NOT EXCEED 7% CROSSLOPE UNLESS r/ JG S APPROVED BY ENGINEER. , A0�� !� ALL DIMENSIONS ARE TO FACE r'�19 ! •� •S OF CURB UNLESS OTHERWISE NOTED TRAFf IC CONTROL SHALL BE SUBSIDIARY TO VARIOUS BID ITEMS CIF' Edge parking lot SCALE 1 "-20' Transition from 0000 6 to 0"over 4' • SW ramp at the intersection o-F Utica Avenue and 58th Street detail N.T.S. O park lrp ipi curb Fronkford Avenue 0 m Park itp Lot—C— , Removal detail for intersection McGuire of 22nd Street and Frank -Ford FronkfWd Avenue Avenue "�y ,,y t! 9l',_ 7ri" AEG Construct i on deto i I for i ntersect Parkfne LOf of 22nd Street and Frank -Ford ` McGuire Avenue The intersection of Frank -Ford Avenue and 22nd Street detail N.T.S. 0 EXS17NG &EVA p PROPOSED ELEVATION --_�� REMOVE ASPHALT -------' REMOVE CONCRETE SLAB PROPOSED CONCRETE --------= REMOVE CAG PROPOSED 30" CAG EXISTING CAG IT REMAIN IN PLACEI EXISTING CONCRETE ITO REMAIN IN PLACE! .............. R.O.W. LINE Y.— Fence • Firehyrcnt • POWerpale O Tree [] Utility Vault G-GUTTER ER -END OF RADIUS EC -EDGE OF CONCRETE BM -BENCHMARK TS-TOP OF SIDEWALK TC-TOP OF CURB TB -TOP OF BRICK TA TOP OF ASPHALT FLVG-FLOWLINE OF VALLEY GUTTER N.T.S.-NOT TO SCALE ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE MOST CURRENT CITY OF LUBBOCK STANDARD SPECIFICATIONS BM IS PAINT ON THE TOP OF CURB 15.2' WEST OF THE WEST END OF RADIUS AT THE NORTHWEST ANDE22ND STREET ELEVATION-5VONUE RAMP ELEVATIONS AND DIMENSIONS ARE SHOWN FOR CONTRACTORS INFORMATION IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO CONFIRM THAT ALHIEVEDSFORE CONSTRUCT ON ARE BE ADA COMPLIANT. CONTRACTOR IS RESPONSIBLE FOR ALL THE CONSTRUCTION STAK, NG. THE STAKING NEEDS TO PROVIDE ST WORKIIS SUBSIDIARYAND ! TO THIS THE IS BID ITEMS CONTRAC TOR PROVIDE THE CITY A SET OF AS BUILT PLANS WITH AS BUILT ELEVATIONS FOR EVERY ELEVATION SHOWN ON THE PLANS. THIS WORK SHALL BE SUBSIDIARY TO THE VARIOUS BID ITEMS PROJECTS WITH SIDEWALK AND ADA CONSTRUCTION ABOVE 50.000 WILL RED U IRE TDLR INSPECTION. RETAINAGE WILL NOT BE PAID UNTIL THIS INSPECTION PASSES IF NEEDED SEE SHEET 11 FOR ADA RAMP DETAILS ASPHALT REPAIR AS REUIRED SEE C.O.L. DETAILS ASPHALT REPAIR SHALL NOT APPROVEDxBYRENGINEERUNLESS ALL GIVENS. DNS ARE TO FACE OF CURB UNLESS OTHERWISE NOTED TRAFFIC CONTROL SHALL BE SUBSIDIARY TO VARIOUS BID ITEMS SCALE 1"-20' N AVENUE L I E "' Removal Detail for the intersection of 1st Street and North Avenue L I rol !Cd F N AVENUE L RAMP DETAIL N.T.S. No, grnof Int.1-11o, W wrai sIl..t 11 . . . . . . . . . . Mrw... Frankford Avenue tree W CO— 0 8.r�auen e '1 8 ter 41 _nyet 7" '16_9 . Removal detail near Yates Flooring 4 , In, n, 1.11n Crack in �,r t I :N� .-. T_� Avenue M 30 C. _32nd Street 31st Street__,,. Removaldetail Avenue M I FrFN IXS77NG aCVA77LW PROPOSED ELEVATION REMOVE ASPHALT ------ REMOVE CONCRETE SLAB PROPOSED CONCRETE C&G L PROPOSED W CAC ...... .............. .......... . . .......... Existing CAD I To re:;9 I n in ploce) Existing Concrete I To ;� in pi... .............. R.O.W. LINE 1m 61, 36' 1-1 N AVENUE L Fence Firehyront Po—P.). 0 Tree 2: C" Ut"it, "'it R25" G-GUTTER i I ER -END OF RADIUS EC -EDGE OF CONCRETE i BM -BENCHMARK TS-TOP OF SIDEWALK TC-TOP OF CURB TB -TOP OF BRICK TA -TOP OF ASPHALT FLVG-FLOWLINE OF VALLEY GUTTER ... ... 2,siwwlk N T.S.-NOT TO SCALE SHALL BE ACONSTRUCTIOCORDANCE WITH THE MOST IN ACCORDANCE CURRENT CITY OF LUBBOCK STANDARD SPECIFICATIONS SM IS PAINT ON THE TOP R_ j.. ef A— L anatl .1. of A-n.. L. De Dui if by —er.. OF FOOTING FOR HOT BOX ON ME CORNER OF 1ST AND AVENUE L ELEVATION-5.0 Construction Detail -f or 0 IS OF CUX ON THE TOP RB AT THE NORTHERN CORNER the intersection of 1st OF CHURCH PARKING 1.0 NORTH OF 22ND STREET AL ONG FRANKFORD 3 Street and North Avenue L SEE SHEET ELEVATION S.82 ON IS PAINT ON THE TOP OF CURB ON THE EAST SIDEOF M AVENUE BETWEEN 31ST AND 32ND ACROSS FROM THE ALLEY RETURN ELEVAT I ON-5 . 00 SEE SHEETS 1-9 FOR NOTES SCALE 1 "40' 22' S"' AvenueWneat J — FrOnkford AVenue ..... . . . .............. .. . . . ............. . ..... Construction detail near Yates Flooring 'ity hib'66& R4.5' PUBLIC WORKS 4 AvenXje M ENGINEERING RAMPS INTERSECTION _32nd Street 31st Street— IST STREETAND AVENUEOF ADA RAMPS FRANKFORD 'J"r ADANORTHOF2MO AUEYALONGAVEN EM Construction detai I Avenue M BETWEEN D32NO__ Removal Detail for the intersection of Tulone Street and Cypress Rood G. a Construction Detail for the intersection of Tulone Street and Cypress Rood Tulane Street and Cypress Road ramp detail N.T.S. Cypress Road Alley Detail N.T.S. one end W. I F EiST/NO ECAny 7D PROPOSED ELEVATION --�--� REMOVE ASPHALT -------1 REMOVE CONCRETE SLAB PROPOSED CONCRETE -------- REMOVE C&G PROPOSED 30" C&G EXISTING C&G (TO REMAIN IN PLACE) EXISTING CONCRETE (TO REMAIN IN PLACE) _.._.._ ..... R.O.W. LINE Fence • Firenyrent • PDW 1*11 D Tree O Utility vault G-GUTTER ER -END OF RADIUS BM -BENCHMARK TS-TOP OF SIDEWALK TC-TOP OF CURB FLVO-FLOWLINE OF VALLEY GUTTER N.T.S.-NOT TO SCALE ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE MOST CURRENT CITY OF LUBBOCK STANDARD SPECIFICATIONS BM IS PAINT ON THE TOP OF CURB AT THE SOUTH END OF RADIUS OF THE SOUTHEAST END OF RADIUS OF THE INTERSECTION OF CHAPARRAL ELEVATION=5.0 CYPRESS ROAD RAMP ELEVATIONS AND DIMENSIONS ARE SHOWN FOR CONTRACTORS INFORMATION IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO CONFIRM THAT MINIMUM SLOPES AND WIDTHS ARE ACHIEVED FOR CONSTRUCTION TO BE ADA COMPLIANT. CONTRACTOR IS RESPONSIBLE FOR ALL THE CONSTRUCTION STAK, NG. THE STAKING NEEDS TO PROVIDE STATION AND ELEVATION. THIS WORK IS SUBSIDIARY TO THE VARIOUS BID ITEMS 6 FORE WILL BE PAID CONTRACTORAINASHALL PROVIDE THE CITY A SET OF AS BUILT PLANS WTH AS BUILT ELEVATIONS FOR PRY ELEVATION THIS I WORK SHALL OWN ON HE SHALL BE SUBSIDIARY TO THE VARIOUS 810 ITEMS PROJECTS WITH SIDEWALK AND AOA CONSTRUCTION ABOVE 50.000 WILL RED IRE TDLR INSPECTION. RE TAINAGE WILL NOT BE PAID UNTIL THIS INSPECTION PASSES IF NEEDED SEE SHEET 11 FOR ADA RAMP DETAILS ASPHALT REPAIR AS REQUIRED SEE C.O.L. DETAILS ASPHALT REPAIR SHALL NOT APPROVVED BYRENGINEERUNLESS ALL DIMENSIONS ARE TO FACE OF CURB UNLESS OTHERWISE NOTED TRAFFIC CONTROL SHALL BE SUBSIDIARY TO VARIOUS B10 ITEMS SCALE 1"=20' ADA RAMPS INTERSECTION OF TULANE STREETAND CYPRESS ROAD �w.,,,.,".�..,.m..y...✓' ..' ..,, a., dm"�.«awl.... �.....,.,.,«� ... I., e. .... 1. ...i I CLOWERS 19 MAR C q R 1 0' 4' transition from-~ 6"-0" each side s � o0 Zc ersection of 39th Avenue S Ramp Detail .S. SOUTHPORT CLOWERS 19 20 65' r of 39th S 1 e�anv ! w. 0p PROPOSED ELEVATION SOUTHPORT REMOVE ASPHALT ------ REMOVE CONCRETE SLAB PROPOSED CONCRETE See Avenue S Alley Det¢i MARTIN 18 PROPOSED 30" C. 10 EXISTING CAD JR10, 57 9 ITO REMAIN IN PLACE) RID' EXISTING CONCRETE (TO REMAIN IN PLACE) $g .............. R.O.W. LINE h S1p•er Flrehyr0nt • P-rDOle R10' Pt 0' JO' f-f O TreO O Utility vWlt to 10, 0• f-f 0' ',s rr `1 Y`•.B`".- G-GUTTER ER -END OF RADIUS BM -BENCHMARK 12. '0 TS-TOP OF SIDEWALK N • S" Infaraaet tan of 39tn one Avanua S Raro D-11 Y` TC-TOP OF CURB FLVG-FLOWL I NE OF VALLEY GUTTER N.T.S.-NOT TO SCALE NLACCORDAALL BE NCE I WITH ON HTHE MOST IN I Construct ion eto I ' for CURRENT CITY OF LUBBOCK STANDARD SPECIFICATIONS _ the intersection 39th BM IS PAINT ON THE TOP OF CURB AT THE SOUTH END OF of C'• Street and A enue S RADIUS OF THE SOUTHWEST CORNER STREET ANDS AVENUE 5 Of 39 TH ELEVATION=5.0 1 RAMP ELEVATIONS AND DIMENSIONS ARE SHOWN FOR CONTRACTORS INFORMATION IT SHALL BE THE RESPONSIBILITY OF THE 2 MOINIMUMTSLOPESCONFANDIW DTHSTHATARE ACHIEVED FOR CONSTRUCTION TO BE ADA COMPLIANT. ~ CONTRACTOR 15 RESPONSIBLE FOR ALL THE CONSTRUCTION STAK,NG. THE STAKING NEEDS TO PROVIDE M.—xi, 170 al loY STATION AND ELEVATION. THIS WORK IS SUBSIDIARY TO rpclva loon Y' $ q. THE VARIOUS BID ITEMS BEFORE RETAINAGE WILL BE PAID CONTRACTOR SHALL PROVIDE THE CITY A SET OF AS 8U ILT PLANS WITH AS BUILT ELEVATIONS FOR SHOWN ON THE EVERY ELEVATION PLANS. THIS WORK SHALL BE f SUBSIDIARY TO THE VARIOUS BID SOUTHPfI$T ITEMS F)II ley`'.. •' PROJECTS WITH SIDEWALK AND ADA CONSTRUCTION ABOVE 50.000 WILL hex pp'wlm tl�••..,, REQUIRE TOLR INSPECTION. p1oQse xK \„ s p epae{f leotlonD Y RETAINAGE WILL NOT BE PAID UNTIL THIS INSPECTION PASSES IF NEEDED 8 SEE SHEET II FOR ADA RAMP DETAILS ASPHALT REPAIR AS REQUIRED SEE C.O.L. DETAILS - ASPHALT REPAIR SHALL NOT S APPROVEDxBYRENGINEERUNLESS ALL DIMENSIONS ARE TO FACE OF CURB UNLESS OTHERWISE NOTED ONTRO BE SUBSIDIARY TRAFFICTUS (SHALL BIDSCALE 1'=20' " Avenue S Alley Detail N.T.S. NOTE: ENTOROMISTOBE GIVENCFROMS ERAE OIWRER.Of SECTI ONTWOILLEBERRE OVED FROMNPROJECT. THIS I I Note:See Sheet 10 +or SETIO AVENUE L DRIVEWAY DETAIL Proo+! 1e A -A Driveway N.T.S. AVENUE L AND 31ST INTERSECTION DETAIL N.T.S. EN-111X/57/NI ELF �p PROPOSED ELEVATION REMOVE ASPHALT -------- REMOVE CONCRETE SLAB PROPOSED CONCRETE --------= REMOVE C&G PROPOSED 30" C&G EXISTING CbG ITO REMAIN IN PLACE) EXISTING CONCRETE (TO REMAIN IN PLACE) -. ........... R.O.W. LINE Fence • Firehyront fF•� POWerPOle G'GUTTER Tree ER -END OF RA O IUS EC EDGE OF CONCRETE BM BENCHMARK TS-TOP OF SIDEWALK TC-TOP OF CURB FLVG-FLOWLINE OF VALLEY GUTTER N.T.S.-NOT TO SCALE P.L. -PARKI NO LOT ALL CONSTRUCTION SHALL BE CURRENTRCITYEOF I LUBBOCTH THE KMOST STANDARD SPECIFICATIONS BM IS PAINT ON THE TOP OF CURB ON THE NORTH SIDE EAST END OF RADIUS OF THE INTERSECTION OF 31ST AND AVENUE L ELEVATION=5.00 RAMP ELEVATIONS AND DIMENSIONS I NFONMATNIONO IT SHALLBE THE RESPONSIBILITY OF THE CONTRACTOR TO CONFIRM THAT MINIMUM SLOPES AND WIDTHS ARE ACHIEVED FOR CONSTRUCTION TO BE ADA COMPLIANT, AOL TTHE TCONSTRUCT ONSSTAKINGp THE STAKING NEEDS TO PROVIDE STATION AND ELEVATION. THIS WORK IS SUBSIDIARY TO THE VARIOUS BID ITEMS BEFORE RETAINAGE WILL BE PAID CONTRACTOR SHALL PROVIDE THE WITH ASSBUILT ELEVATIONSLFOR PL EVERY ELEVATION THISI WORK SHALLWN 0 BE SUBSIDIARY TO THE VARIOUS BID ITEMS PROJECTS WITH SIDEWALK AND ADA RED [REC TDLR INSPECTION. WILL RE TAINAGE WILL NOT BE PAID UNTIL THIS INSPECTION PASSES IF NEEDED SEE SHEET 11 FOR ADA RAMP DETAILS ASPHALT REPAIR AS REOUIRED SEE C.O.L. DETAILS ASPHALT REPAIR SHALL NOT EXCEED APPROVEDxBYRENOSSLOPE UNLESS ENGINEER. ALL DIMENSIONS ARE TO FACE OF CURB UNLESS OTHERWISE NOTED TRAFFIC CONTROL SHALL BE SUBSIDIARY TO VARIOUS BID ITEMS SCALE 1'-20' PUBLIC WORKS 50TH STREET PROPOSED ELEVATION REMOVE ASPHALT REMOVAL DETAIL PROPOSED CONCRETE IX ISTI NO C&C 50TH STREET (TO REMAIN IN PLACE) ns, I EXISTING CONCRETE (TO REMAIN IN PLACE' 19, E -END OF RADIUS S -BENCHMARK T -TOP OF CURB TA -TO OF ASPHALT FLV?;FLO LINE OF VALLEY GUTTER SO TO SCALE > ALL CON TR CTION SMALL BE IN ACCORDANCE WITH THE MOST BM CIS AINT ON THE TOP F UR EIGHT FEET SOUTH OF STRE VETIAND E OSHA AVENUE ELE AT JI SM IS PA IN ON THE TOP OF CURB T NTY FEET NORTH OF THE NORTHEAST ENO OF RADIUS AT THE IN 56TH STREET STREET ANT RSECTION OF 58TH 58TH STREET CONSTRUCTION DETAIL BE SHEETS 1-9 FOR EA SECTION A —A Valley Gutter < 12 SMMDKBMKAAVMUE RAMP DETAIL 58TH AND 50TH KNOXVILLE AVENUE D— IDEWALK BUILT ALONG BUDDY HOLLY AVENUE 5HALL BE 6' SIDEWALK. m L m REMOVAL DETAIL BUDDY HOLLY AVENUE SOUTH OF 19TH STREET CONSTRUCTION DETAIL BUDDY HOLLY AVENUE SOUTH OF 19TH STREET LEGEN ZD EX/SANG EGEYA7IpV r_ __--�PROPOSED ELEVATION REMOVE ASPHALT -------' REMOVE CONCRETE SLAB PROPOSED CONCRETE -------- REMOVE CdG PROPOSED 30" CaZ EXISTING CdG ITO REMAIN IN PLACE) EXISTING CONCRETE ITo REMAIN IN PLACE) .............. R.O.W. LINE ---•— fence • Firehyront • Po-rDOie Tree co Utility vault G-GUTTER ER -END OF RADIUS BM BENCHMARK TS-TOP OF SIDEWALK TC-TOP OF CURB TA -TOP OF ASPHALT FLVG-FLOWLINE OF VALLEY GUTTER N. T. S.-NOT TO SCALE ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE MOST CURRENT CITY OF LUBBOCK STANDARD SPECIFICATIONS SM IS PAINT ON THE TOP OF SLAB 6' NORTH OF PROPERTY PIN FOUND AT THE SOUTHWEST CORNER OF LOT 12 ELEVATION-5.O RAMP ELEVATIONS AND DIMENSIONS INFORMATIIONORITC SHALLBE THE RESPONSIBILITY OF THE CONTRACTOR TO CONFIRM THAT MINIMUM SLOPES AND WIDTHS ARE ACHIEVED FOR CONSTRUCTION TO BE ADA COMPLIANT. CONTRACTOR IS RESPONSIBLE FOR THE STAKIL THE NO NEEDS To TTo PROVON IDE WORKIOIS SUBSTOTARYI ONO. THIS THE VARIOUS BID ITEMS BEFORE RETAINAGE WILL BE PAID CONTRACTOR SHALL PROVIDE THE CITY A SET OF AS BUILT PLANS WITH AS BUILT ELEVATIONS FOR EVERY ELEVATION SHOWN ON THE PLANS. THIS WORK SHALL BE SUBSIDIARY TO THE VARIOUS BID ITEMS PROJECTS WITH SIDEWALK AND ADA REOU I REONS CTDLOR INSPECVE TION. WILL RETAINAGE WILL NOT BE PAID UNTIL THIS INSPECTION PASSES IF NEEDED RAI OETA ILS FOR ADA ASPHALT REPAIR AS REQUIRED SEE C.O.L. DETAILS ASPHALT REPAIR SHALL NOT APPRODED BYENGSHEER. UNLESS ALL OI MENSIONS ARE TO FACE OF CURB UNLESS OTHERWISE NOTED TRAFFIC CONTROL SHALL BE SUBSIDIARY TO VARIOUS BID ITEMS SCALE 1"®20' t I L�c RKs ENGINEERING ADA HAMPBPUBBUDDwoY HOLLY No IR 0+00 0+10 D�Q 47 U_ }I�Q ��~ Section A -A Kirby Avenue and 11 th Place 0+00 0+10 Section A -A 22nd and Frankford Avenue 0+00 0+10 Section A -A 31 st and Avenue L 0+00 0+10 Section A -A bb I H ANU KCNVSt1A :r a,; LEGE�tfl 9 EX/SPNC EGE✓APON �r ��p PROPOSED ELEVATION r REMOVE ASPHALT -------- REMOVE CONCRETE SLAB PROPOSED CONCRETE ------- =- REMOVE C&G PROPOSED 3V COLD EXISTING C&I (TO REMAIN IN PLACE' EXISTING CONCRETE (TO REMAIN IN PLACE) -.._.._.._.._. R.O.W. LINE Fence • Firehyront • Po-rpole O Tree O utility Vault G-CUTTER ER -ENO OF RADIUS 8M--BENCHMARKCONCRETE TS-TOP OF SIDEWALK TC-TOP OF CURB TA -TOP OF ASPHALT FL VG-FLOWL ONE OF VALLEY GUTTER N.T.S.-NOT TO SCALE ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE MOST CURRENT CITY OF LUBBOCK STANDARD SPECIFICATIONS RAMP ELEVATIONS AND DIMENSIONS I NFRE ORMATIION IFOR TCSHALLCBE TORS THE RESPONSIBILITY OF THE CONTRACTOR TO CONFIRM THAT ACHIEVEDSFORECONSTRUCTION ARE BE ADA COMPLIANT. CONTRACTOR IS RESPONSIBLE FOR ALL THE CONSTRUCTION STAKING. THE STAKING NEEDS TO PROVIDE STATION AND ELEVATION. THIS WORK IS SUBSIDIARY TO THE VARIOUS BID ITEMS BEFORE RETAINAGE WILL BE PAID CONTRACTOR SHALL PROVIDE THE CTY A $ET OF AS BUILT PLANS WITH AS BUILT ELEVATIONS FOR PANO EV THIS ION NOR NHOWN SHALL BEON HE SUBSIDIARY TO THE VARIOUS BID ITEMS PROJECTS WITH SIDEWALK AND ADA REOUICONSTRECTDLR INSPECTION00 WILL RETAINAGE WILL NOT BE PAID UNTIL THIS INSPECTION PASSES IF NEEDED SEE SHEET 11 FOR ADA RAMP DETAILS ASPHALT REPAIR AS REQUIRED SEE C.O.L. DETAILS ASPHALT REPAIR SHALL NOT EXCEED 7% CROSSLOPE UNLESS APPROVED BYENGINEER. ALL DIMENSIONS ARE TO FACE OF CURB UNLESS OTHERWISE NOTED TRAFFIC CONTROL SHALL BE SUBSIDIARY TO VARIOUS BID ITEMS PUBLIC WORKS ENGINEERING VALLEY GUTTER AND __.. _.. v F &7SANG fC7 See pion Sheets far width fillet A—D PROPOSED ELEVATION f v ;ley putter I 100 DLO, Sheet for Radius xr^ REMOVE ASPHALT 6X6-10/10 Wiro moan centered ------- REMOVE CONCRETE SLAB in Slab Club transitions fr- 6"To 0" PROPOSED CONCRETE REMOVE CAC p; m' PROPOSED 30" CAG For 10' Valley gutter .% Y• % ITOSRETIMAINAIN PLACE) use 3/4" invert EXISTING CONCRETE Proposed fillet !TO REMAIN IN PLACE) s, vl ney gutter ^pc A L/2l /2 43 per X 18"024" O.C. .............. R.O.W. LINE / Fence 3 man ap wpI/ 3" • Firehyront 6" Subgrade at 98% SPD • power pole •6p/ YELLO SURFACE -APPLIED TRUNCATED DOME / PANELS AFFIXED. FOLLOWING MANUFACTURER'S 6x6-10Wire sh O Treo INS/10 me TRUCTIONS. TO PROPERLY CONSTRUCTED. A CURED AND PREPARED 4" CONCRETE SLAB. TYPICAL DOWEL DETAIL PROPOSED CONCRETE SECTION C-C O Utility ""It 0-GUTTER xO scAr.L ER -END OF RADIUS B M -BENCHMARK TS-TOP OF SIDEWALK Pnrn I I F. I Rmmp.c nictn 1 I N. T. i. TC-TOP OF CURB Existing fillet PrOp05ad fillet FLVG-FLOWLINE OF VALLEY GUTTER or valley gutter or Oliey gutter N.T.S.-NOT TO SCALE L/2L/2 u3 bar X 18"G 24" D.C. INLACCORDANCl TEION WITRTTHE MOST A OCK BITIMINX; A. E%PANSIox " " STANDARDCSPECIFICATIONS JOINT IFULI OEP, LOCATED "°i"""" . 3" A ONO BACA OF CURB NEW CONSTRUCTION. RAMP ELEVATIONS AND DIMENSIONS >c 6" Subgrode at 95% $PD ARE SHOWN FOR CONTRACTORS �° ,a rc arFN 6xG-10/10 Wire mesh INFORMATION IT SMALL BE �? THE RESPONSIBILITY OF THE CONTRACTOR TO CONFIRM THAT MINIMUM SLOPES AND WIDTHS ARE f4°P� TYPICAL DOWEL DETAIL EXISTING CONCRETE SECTION C-C ACHIEVED FOR CONSTRUCTION TO �• n Aos 1 BE ADA COMPLIANT. `« s. AOGTTHETCONSTRUCTIONSSTAKI MG. e k. THE STAKING NEEDS TO PROVIDE fR}t4 4 •, STATION AND ELEVATION. THIS • WORK IS SUBSIDIARY TO THE VARIOUS BID ITEMS ••�% A BEFORE RETAINAGE WILL BE PAID j—+' n.� CUNTRACTOR SHALL PROVIDE THE ° •d1' YELLOW. SURFACE -LIED IEO TRUNCATED DOME CITY A SET OF AS BUILT PLANS PANELS AFFIXED. FOLLIED T UNCATEDMANUFACDOME'S ..—ll WITH AS BUILT ELEVATIONS FOR •s/ - .,, �I �F ««..r«.r « �, e.r. PLANS.EL THIS ATION WORKHSHALLNBETE INS TRT IONS. TO PROPEMi CpiBTPUCTEo. �" CURED D PACPARCD • CONCRETE SLAB. SUBSIDIARY TO THE VARIOUS BID TE MS PROJECTS WITH SIDEWALK AND AOA CURB TO RAw ^u.w... CONSTRUCTION ABOVE 50.000 WILL — IN B' BOTH .^,..,... ., .... RED U IRE TOLR INSPECTION. SIBEB N, RA •^.. RETAINAGE WILL NOT BE PAID UNTIL pO"•'' _ +^1 oMnai• THIS INSPECTION PASSES IF UNTIL THIS IN RADIUS R L SECTION A -A ewe. ON�^ SEE SHEET 11 FOR ADA •« ,« « SECT 0-8 RAMP DETAILS RANfs BIALL BE CEITERED Ix aA S. RAOIUS ASPHALT REPAIR AS REQUIRED WI X TO TIE WA IN EXTENT PRACTICABLE. ° ° TYPICAL ADA RAMP PLAN (CROSS SECTIONS) SEE C.O.L. DETAILS MAINTAINCUTTER .. 8, _ GALE ASPHALT REPAIR SHALL NOT FLOwLIxE — xOs EXCEED T% CROSSLOPE UNLESS APPROVED BY ENGINEER. ALL DIMENSIONS ARE TO FACE SANE NOTES APPLY AS OF CURB UNLESS OTHERWISE NOTED RADIUS PLAN VIEW AT IN STRAIGHT C•A G• LEFT. TRAFFIC CONTROL SHALL BE SUBSIDIARY TO VARIOUS BID ITEMS TYPICAL ADA RAMP PLAN SCALE 1"®20' GENERAL NOTES Surfats-aDplled. truncated dWre. OBtoC tdDie Dining SypTam panels. usetl harOi n. Shall be mOnufaCiured by ADA Solutions Iwww. p0aTi10•can). Or apprOvetl BgU01. and Shall be IOitl i0 where ih0 tlamos pro uD One the long axis of the pond An be bePondiculer to the direct; On of travel. Rory textures shell cwslot of truncated dames Surfaces. Truncated dome dlorrmtOr. he ighl an' Spacing .hall Comply with the Texas Accessibility Standards (TAS). administered by the TOXa. DOP.,ttent Of LicOnsi no In R05ulation (TOLR 1. Toxture5 Ira r quI- to Do dot.ctwla underfoot. SurfoGas that woulo allow water i0 accumulate 0 e proh'C1 too. The panels hall be affixed at the er...rieea location. to the property cured and prepared concrete in the manner. antl u5 ing the materials. Specified by the mahufactu,er. The ramp. and landings Shull be Constructed flat. in a p pl we. without wo 'n s5. high/low spots o' warp. The concrato where the Surface -applied panel $hail be affixed Shoil Do just such O condition. If 00tormi nap to be necessary and opproprI to by tho Engheor. a high .Dot n the Concrete may be hontl-miiled 'th a grinder. just enough far flatness. if the area, to be grGun0 S to be under the 5urfaae-Ipi, Ed net. If net. the OancreiEt .hall De rermvetl ono Properly BDloced of the contraCTOr. expen5a. After the concrete 15 ihOrWghly Cured. and the surface Correctly prepared. then ih0 Surface-applietl pane lS She II be properly affixed to the concrete, according t0 the --facturer's instructions. Surfaco-apD 11Od Danel Color for the r m Shall De a contrasting Color that provides a light reflective value that sign;flcp tlyy contrasts With the otlj atent 5urfoco5• The color of the Surface-opplio0 plhols Shalt D0 Shown elsewhere in the plans or SDecifloottons• If needed. surface-oppiieo panels shall De saWcut only and a panel Sh011 De off, xed w;4h I ''e" gap i0 another panel. Ail 5l apes shown pre xi m 0ItowOble. The least possible slope that will Still drain properly Should DO used. RCFrp length ar ?rode Of Sidewalk apDrOOCh mayy Da Odj Usted OS directed by the Engineer. TAS OOU;retl dim.nsi ons and SiOp05 afe parOmwnT. If Site condi -,?red Dp�OV.M a raRp fron gain COnSirUCtetl• as -drown. t0 work as r tended no cOrtp ly with the squired SIOpe3. then the Napa CLnStruC};On sY De adjusted t0 coRpPy with the BqU;rBtl St Was. All CMS1ruCtiM Ou051i Or13 mall be tlireated to the EOO;near. MO%ilrlum allowable Cross -slope On Sidewalk and rcm surfaces is 2%. All Concrete surfaces Shall r ce IV. light broom finish unless +heed Oth" Se on the plans. Add it, on informtion on Curb raw Iocotion. design, light refieCtivO value and is%tUre my be {Wna in the Curren+ ad,Ian If the TAS. Lubbock PUBUG WORKS ENGINEERING «"