Loading...
HomeMy WebLinkAboutResolution - 2013-R0167 - Contract - Hub City Waterboys Inc.- Rodgers Park Annex Development - 05_23_2013 (2)Resolution No. 2013-RO167 May 23, 2013 Item No. 5.18 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 11262 for Rodgers Park Annex Development project, by and between the City of Lubbock and Hub City Waterboys, Inc., of Wolfforth, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on May 23 201 GLEIVC. RO .RTSON, MAYOR ATTEST: a Q--J- - �4 � C.; —X— — Reb cca Garza, City Secretary APPROVED AS TO CONT T: - C�7v lM L Scott Snider, Assistant City Manager Community Services APPROVED AS TO FORM: I Chad Weaver, Assistant City Attorney vwxcdocs'RES.Contract-Hub City Waterboys May 14, 2013 BOND CHECK BEST RTING LICEN WDINTEXAS BY:_'&- CONTRACT AWARD DATE CITY OF LUBBOCK SPECIFICATIONS FOR Rodgers Park Annex Development ITB 13-11262-TL CONTRACT 11262 PROJECT NUMBER: 92260.9246.30000 Plans & Specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. lub 9Lvl3- (Zo167 V tyfock TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 1 PAGE INTENTIONALLY LEFT BLANK 1 r C Contractor Checklist r Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original unbound copy of every item listed. 0 -� 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. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. ✓� 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. 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 SECURITY number. 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. a g_. (Type o Print Company Name) 2 PAGE INTENTIONALLY LEFT BLANK INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 4 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK NOTICE TO BIDDERS ITB 13-11262-TL 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 April 23, 2013 at 2:00 P.M.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: Rodgers Park Annex Development 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 2:00 P.M. on April 23, 2013, and the City of Lubbock City Council will consider the bids on May 9, 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 to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, 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 BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. The estimated budget for this project is $205,000. 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 (i£ 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 April 16, 2013 at 10:00 A.M. at 1625 1P Street Room 204 Lubbock, Texas. ' 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 us computers available at most public libraries. 4 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. g 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 Aflarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT re GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Rodgers Park Annex Development per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 P.M. on 23rd April, 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 13-11262-TL, RODGERS PARK ANNEX DEVELOPMENT" 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 City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 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 at 10:00 A.M. on April 16, 2013, 1625 13th Street Room 204, Lubbock, TX. 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. I-- 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsvnc.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 up blic libraries. 3.2 An bidder in doubt as to the true meaning of an art of the specifications or other documents Y g any P 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.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be 6 4 1.1 received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received 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. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. ^: 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasina and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. Tiffmi Lennon, Buyer City of Lubbock Purchasing and Contract Management Office 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: tslennon@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within Ninety (90) Working Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and LI grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed 1 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 perfonnance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware,µ software and firmware products delivered and services provided under this Contract, individually 9 or in combination, as the case may be from the effective date of this Contract. Also, the ` Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may ! # require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies _? of plans and specifications to 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. 10 22 23 24 25 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 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 G 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 J 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES s FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED TO ON AUTO/GENERAL LIABILITY ON A PRIMARYAND NON t CONTRIBUTORY BASIS 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 � 11 1 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 i OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS --> COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars ($60) for each laborer, workman, or mechanic employed for each calendar day, or portion 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. 12 RM W W, PROVISIONS CONCERNING ESCALATION CLAUSES k 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 t and returned to the bidder without being considered. PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for 13-11262-TL," Rodgers Park Annex Development" 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. (j) 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. 13 31 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 satin the City of Lubbock about the bidder's qualifications. The City of Lubbock satisfy Y q tY 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. i (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BIDAWARD 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 12 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, 14 a F,.; 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 $205,000. 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 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: hq://ww,w.wdol.gov/dba.aspx 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock sixty dollars ($60) for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. i ._ 15 s BED SUBMITTAL FORM PAGE INTENTIONALLY LEFT BLANK I Ell I BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: as, ;Zv/3 PROJECT NUMBER: ITB 13-11262-TL, Rodgers Park Annex Development Bid of (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 13-11262-TL, Rodgers Park Annex Development 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 DESCRIPTION UNIT ESTIMATED UNIT EXTENDED NO. QUANTITY PRICE AMOUNT 1 Mobilization/Demobilization, insurance, site preparation, EA 1 $ $ surveying and layout, etc. 10, 657,1/ 2 Demolition and removal of designated items including EA 1 $ y,�,2 70 $ all necessary incidentals to complete the work, furnished. , Concrete sidewalks including all necessary incidentals to 3 complete the work, furnished and installed, complete in EA 1 $�-cys, lace. Irrigation system, all associated materials and equipment 4 fully tested and operational including all necessary EA 1 $ $ y9, 7T2 • vo incidentals to complete the work, furnished and installed, 997s-o. complete in place. Earthwork and fine grading Fine Grade and hydro - mulched seed planted and established to a "uniform 5 stand," turf maintenance, landscape rehabilitation work EA 1 $/8, 670, $ 18, G 76. 60 including all necessary incidentals to complete the work, furnished and installed, complete in place. Parking lot striping, signage and parking blocks 6 including all necessary incidentals to complete the work, EA 1 $o?/w Ya $ �J819a furnished and installed, complete in place. Removal of existing asphalt surface (caliche base to be 7 reused for fill), and all necessary incidentals to complete SY 2,070 $ �t3 �/. $ the work. Salvaged material shall be the property of the contractor. Standard City of Lubbock asphalt paving Type `D' including 2" HMAC, 6" caliche base, and 12" of sub 8 grade preparation including reworking to required SY 1,910 $ ,�� . FS density, including all earthwork required to achieve finished grades, and all necessary incidentals to complete the work, furnished and installed, complete in place. Construct typical 24" curb and gutter Type `A' to lines 9 and grades according to plans including all necessary LF 341 $ incidentals to complete the work, furnished and installed, complete in place. Construct typical 30" curb and gutter Type `A' or `B' to lines and grades according to plans including standard 10 asphalt repair to adjacent pavement, including all LF 60 $ 06 $ necessary incidentals to complete the work, furnished and installed, complete in place. Construct ADA pedestrian ramp in compliance with City 11 Standards including all necessary incidentals to complete EA 1 $ LZG,dG $ the work, furnished and installed, complete in place. Construct City of Lubbock standard driveway including 12 asphalt repair to adjacent pavement, including all SY 60 $ 67' s° $ necessary incidentals to complete the work, furnished and installed, complete in place. Total $ (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) 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 Ninety (90) 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 One Hundred Fifty $150 per working day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SEVENTY (70) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him - Bidder's initials L t Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of � v'17 93s"• �s Dollars ($.z7s; 7a ), 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. TBEREFORE, 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: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date MIWBE Firm: Date: -fl23le04 3 Qwi��;� �r- Authorized Signature /J (Printed or Typed Name) Ga 11/�l�.eAnr. Company Address �� / !/I/oGiI�GC'l�/ ,c..11lJ.Cfac:X City, County 7-c"ts 17P382.. State Zip Code Telephone: q64 - 54'8 -5818 Fax: 804 - 843-5o88 FEDERAL TAX ID or SOCIAL SECURITY No. ,,.?a - 65S5'I'/`I' EMAIL: i2ll�d. sfJrcIrrOgj P�Y%s,�cii.c?a.r, 4 IMPORTANT NOTICE ro obtain information or make a complaint: You may contact your surety undervriter at I-904-380-7.182 1 You may also write to ylain Street America Group at: .1601 •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 14910.4 Austin. TX 78714-9104 Fax: (512) 475-1771 E-mail: ConsumerProtcction a tdi st itc tr us PRENHUNI 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 INIPORTANTE Para obtcner informacion o para someter una queja: Pucde 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, F132245-6100 Attn: Bond Underwriting Puede comunicarse con el Departamento de Seguros de Texas para obtcner informacion aeerca 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 73714-9104 Fax: (512) 475-1771 E-mail: ConsumerProtection(cdtdi state tr ui DISPUTAS SOQRE PRINIAS O RECLANIOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con cl agente o fa compania primero. Si no se resuclve la disputa, puede entonces comunicarse con cl departamento (TDI) Este aviso es solo tiara ooposito de informacion y no se convierte en pane o condicion del documento adiunto 68-TX-0056-03 Ljj d , j ® 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 .. KNOW ALL MEN BY THESE PRESENTS, that we (Here insert full name and address or legal title of Contractor) Hub City Waterboys, Inc. 17413 CR 1530 Wolfforth, TX 79382 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 duly 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 PO Box 2000 Lubbock, TX 79457 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) Maggie Treejo Rodgers Park Development -- demo parking, install parking & concrete and irrigation & seeding 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 22nd day of April, 2013 Hub City Waterbo s, In (Principal) (Seal) (Witness) 1 (Title) NGM In u ance Com n (Surety (Seal) (Witness) DawrkB. Taylor Ji (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,confolrts exactly to the language used in AIA Document A310, February, 1970 edition. �1 1"' 68-5302 (05/2006) ®NGM INSURANCE COMPANY POWER" OF ATTORNEY AmemberotTti9Main Streetl4nerfcaGroup 06-"_0 2 2 8 2 4 9 KNOW ALL MEN BY THESE PRESENTS: That NGM Insurance Company, a Florida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV;. Section 2:o f the By -Laws of said Company, to wit: "Article IV, Section Z The board of directors, the president, anyvice president, secretary, or the treasurer shall have the power and authority to appoint attorneys -in -fact and to authorize them to execute on behalf of the company and affix the seal of the -company thereto, bonds, recognizanees, contracts of indemnity or writings obligatory in the nature of a bond, recognizance" or conditional undertaking and to re rriove any such attorneys -in -fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint C. Brent Aycock, Jeffrey Fowler, J. Kirk Killough, Dawn R. Taylor --- its true and lawful Attorneys -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: 1. No one bond to exceed Five Million Dollars ($5,000,000.00) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by duly authorized officers of the NGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on ahe" 2nd day of December 1977. Voted: That the signature of any officer authorized by the By Laws and"4he company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signature of such office and the original seal of'the company, to be valid And binding upon the company with the same force 'and effect as though manually affixed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Assistant Vice President, General Counsel and Secretary and its corporate seal to be hereto affixed this 1 Ith day of March, 2011. NGM INSURANCE COMPANY By: u'co `!t, ��--�— �-� '�•� °u OFoSO't'o� tsza= Bruce R Fox Assistant Vice President, General3,34"�q„!H���� State of Florida, Counsel and Secretary . County of Duval. On this March 11th,_2011 before the subscriber a Notary Public of State of Florida in and for the County of Duval duly commissioned and " qualified, came Bruce R Fox of the NGM Insurance Company, to me "personally, known to be the officer described herein; and who executed the preceding instrument, and he acknowledged the execution of same, and being by me fully sworn, deposed and said that he "is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority -;and direction of the said Company; that Article IV, Section 2 of the By -Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand And affixed my official seal at Jacksonville, Florida this 11th day of March, 2011. ylr T444 PHIPOT aSTAtEOFPUIFIDR . i r �' EYDGea itY3t20t5 . i I, Brian J Beggs; Vice President of the NGM Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Pdwer of At6mey executed by said Company which is still in full force and effect. I IT SWHE OF, I ve hereunto set my hand and affixed the seal of said Company at Jacksonville, Florida this WARNING: Any unauthorized reproduction or alteration of this document is prohibited. TO CONFIRM VALIDITY of the attached bond please call 1-800-225-5646. TO SUBMIT A CLAIM: Send all correspondence to 55 West Street, Keene, NH 03431 Attn: Bond Claims. . , 11, r CNIPORTAN'r WrICE ro obtain information or make a complaint: You may contact your surety underwriter at 1-904-3,40-7482 1 You may also write to Main Street America Group at: -1601 Touchton Road 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'rexas Department of Insurance: P.O. Box 149104 Austin, TX 7871.1-9104 Fax: (512) 475-1771 E-mail: Consttnaerl'roteetion (i)tdi.state.tr us PREMIUM OR CGAINI DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the agent or (lie 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 informacion o para someter una queja: Puede comunicarse con so surety underwriter al 1-904-380-7482 Usted tambien puede escribir a Main Street America Group at: -1601 Touchton Road East Suite 330 Jacksonville, FI 32245-6100 Attn: Bond Underwriting Puede comunicarse con cl Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros do Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 E-mail: Cons umerProtectiotiA tdi.st.ttc tx us DISPUTAS SOBRE PRIMAS O RECLANIOS: Si tiene una disputa conecrniente a su prima o a un rcclamo, debe comunicarse con el a8ente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamcnto (TDI) Este av_iso es solo para Doposito de informacion y no se convierte en parte o condicion del docutnento adjunto 68-TX-0056-03 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I wiII 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 (Original Signature) CONTRACTOR'S BUSINESS NAME: (Print or Type) 7 BOA .'e'k' wwcwC Contractor (Print) CONTRACTOR'S FIRM ADDRESS: / 71/3 d P 453a NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. BID 13-11262-TL — Rodgers Park Annex Development 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. b. 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. 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. 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, received citations for violations of OSHA within the past three (3) years? YES NO V" 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: rr Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. J Bidder's Initials UESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from serious bodily injury or death? - YES NO V--"" 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. L22'A Signature Title 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. COMPANY FEDERAL TAX ID or SOCIAL SECURITY No. O - 6 V�717 Signature of Company Printed name of company official signing above: ,),o�e.,ele - �,11v ce- Date Signed: I a r�i.3 PAGE INTENTIONALLY LEFT BLANK LIST OF SUB -CONTRACTORS PAGE INTENTIONALLY LEFT BLANK BID 13-11262-TL- Rodgers Park Annex Development LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. 0 2. ell 0,V ❑ 0 5--� 3. 0 0 4. 0 0 5. 0 0 6. 0 0 7. 0 0 S. 0 0 9. 0 0 10. 0 0 11. 0 ❑ 0 12. 0 0 13. 0 0 14. 0 0 15. 0 0 16. 0 0 Company 17.11J ele 15"3o Address City, County 7,-F-j- 15?39 e State Zip Code . Telephone: 96e, .549 - Fax: 904 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO 2 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. BID 13-11262-TL — Rodgers Park Annex Development FINAL LIST OF SUB CONTRACTORS Company Name Location Services Provided '611/0 Ll0.1/elzerE .Ca��sc�x .✓�.eE.xe �f{n o/T� ft.r✓� �1i��3o e.t �J/�r �Qsce ✓�e r�s Minority Owned Yes No 9-1 ❑ ❑ Q/ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Company WK8 el,r' /r/J 1A101, ,Z'.11. /71/y ex /,5'3a Address` �yacr�a�Tt I-WedGc.< City, County tj T.Ef�tS '1438Z State Zip Code Telephone: R61, - 5¢9-,sFJg Fax: 964 86 3 - 3699 THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID _J CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO. i 3 PAYMENT BOND PAGE INTENTIONALLY LEFT BLANK Bond #S275219 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 Hub City Waterboys, Inc. (hereinafter called,the Principal(s), as Principal(s), and NM Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and fumly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Two Hundred Seventy -Five -Thousand Seven Hundred Twenty Five Dollars ($275,725) 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 May, 2013, for BID 13-11262-TL — Rodeers Park Annex Development 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 23rd day of may 2013. NGM Insurance Company Surety *By:.� (Ti Dawn R. Taylor, A rney In Fact Hub City Waterboys, Inc. (Company Name) (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kirk Killough 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. NGM Insurance Company Surety *By ,' J4 r--2- Approved as to Form ,i City of u 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. 3 PERFORMANCE BOND PAGE INTENTIONALLY LEFT BLANK f Li Bond # S275219 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 Hub City Waterboys, Inc. (hereinafter called the Principat(s), as Principal(s), and NGM InsuranceComnany (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Two hundred Seventy -Five Thousand Seven hundred Twenty -Five Dollars ($275 725) 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 May, 2013, for BID 13-11262-TL — Rodgers Park Annex Development 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 23rd day of _ May .2013. NGM Insur n e Com an Surety • I3y: (Ti e) Dawn R. Taylor, Vbrne�y n Fact Hub City Waterboys, Inc. (Company Name) By: - E-, «e ffye 4jGe (Printed Name) r2l (signature) (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kirk Killouoh 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. NGM Insura ce Company Surety + By. (Titl Approved as to form: Dawn R. Taylor; Attorney In Fact City 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. 6 ;Nr rnyrra rH:,n,s N6'Fii/PJBLtC j1AT'e M RCA100 41 s Emresf(tr24i5 �I, rir J Bet�sI Vlc�e President of the NGM Insurance Company, do hereby certify that the above and foregoing is a true and correct copy . ofia �, wer of A14ornO "executed by said Company Which is still in full force and effect. 1 WVNESS',VJH EOF,- I have hereunto set my liand and affixed the seal of said Company at Jacksonville, Florida this day' of i WAlt NI,NG: Any unaLit hotized reproduction or itImatitin ol'ihis document is proihited. VO CONFIRM VALIDITY of the attached bond please call 1300-22S-iG46_ { TO S(JIM111' A C t AINt. Send all con-esfnmdcnce to Si West Sucet, Kccne, of 1034 31 Atm: Bond C-lainis. tlocuGard i04546 contains a security pantograph, blue background heat -sensitive ink, coin -reactive watermark, and microtext printing on border. fl£sWTry E E,* �"`ems 1NIPOR"rAN'r NOT[CE I-o obtain inlonnation or make a complaint: You may contact your surety underwriter at 1-904-380-7482 l You may also write to Main Street America Group at: -1601 Touchton Road 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, TX 78714-9104 Fax: (512) 475-1771 E-mail: ConsumerProtection(tPtdi.state.tx.us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about it claim you should contact the agent or the company First. If the dispute is not resolved, you may contact the Texas Department of Insurance. 'Phis notice is for information only and does not become a part or condition of the attached document AVISO [NIPORTANTE Para obtcner informacion 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 obtcner information acerca 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: ConsumerProtection(ititli.state.tx.us DISPUPAs SOBRE PRIMAS O RECLAMOS: Si tiene una disputa coneerniente a su prima o a on reclamo, debe comunicarse con el agente o la cornpania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) Este aviso es solo para poposito de information y no se convierte en parte o condition del docutnento adiunto 68-TX-0056-03 i__ CERTIFICATE OF INSURANCE PAGE INTENTIONALLY LEFT BLANK CIORH `-►'� CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNYYY) 6/14/2013 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). 1 I PRODUCER i Aycock & Fowler Insurance Agency I 9816 Slide Road Suite 302 Lubbock TX 79424 CO T NAME:CT Lily Garza PHONE (806) 798-2700 1F <806>798-2070 # E-MAILlgarza@aandfins. Com INSURERS AFFORDING COVERAGE NAIC#t INSURER AAmerica First Insurance INSURED Hub City Water Boys, Inc., DBA: Cooper 17410 CR 1530 Wolfforth TX 79382 INSURER 8: INSURERC: INSURER0: INSURER E INSURERF: COVERAGES CERTIFICATE NUMBER:CL1351701758 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 i 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 POLICY NUMBER POLICY EFF MM POLICY EXP MM LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTMT- PREMISES (Ea occurrence $ 100,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR X Y 3=012504 1/20/2012 1/20/2013 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,0001 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 X POLICY PRO MLOC $ AUTOMOBILE LIABILITY COMBINED IN L IMI Ea accident 11000,0001 BODILY INJURY (Per person) $ A X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS X Y BAS55558741 /13/2013 /13/2014 BODILY INJURY (Per accident) $ NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE Per accdent $ Undernsuredmotorist $ 100,0001 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE _ $ EXCESS LIAR CLAIMS -MADE DED I I RETENTION _ $ X Y A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / NOR ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA y 1012505 1/20/2012 1/20/2013 X WC STATU- OTH- ER 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 I DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, It more space Is required) RE: Project #92260.9246.3000 - ITB 13-11262-TL -- Rodgers Park Annex Development The above General Liability, Auto Liability and Umbrella policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. This policy contains "primary and non-contributory" wording. The above General Liability, Auto Liability, Umbrella and Workers Compensation policies include a blanket Waiver of Subrogation endorsement in favor of the certificate holders only when there is a written contract between the named insured and the CERTIFICATE HOLDER City of Lubbock 1625 13th Lubbock, TX 79401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE C . Aycock/LG1��-'zsr ACORD 25 (2010/05) INS026 (1201005) 01 e)1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD mm COMMENTS/REMARKS certificate holder that requires such status. The contractual liability coverage provided by the policies is standard and may not cover all liabilities assumed by the named insured under its contract with the certificate holdez. The above General Liability, Auto Liability, Umbrella and Worker's Compensation polioiea will provide an endorsement provided that 30 days notice of cancellation will be furnished to the certificate holder. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2, under Section 11 — Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for 'bodily injury', "property damage' or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions or the acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage' occurs, or the "personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement. A person's or organization's status as an additional insured under this endorsement ends when: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the 'bodily injury' or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Clain Or Suit under Section IV — Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section 1— Coverage A — Bodily lnjury And Property Damage Liability: This insurance does not apply to: 1. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. 2. "Bodily injury' or 'property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. 3. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. 4. 'Bodily injury' or'property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work' out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 5. Any person or organization specifically designated as an additional insured for ongoing operations by a separate Additional Insured — Owners, lessees Or Contractors endorsement issued by us and made a part of this policy. 0 2011 liberty Mutual Insurance Company. AN rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its permission. 22-132 04111 ( ) Page 1 of 2 11120l2012 1012504 NPC65op 0910 INSURED COPY PGDbA0e00 J31064 ACAFPPN 00009182 P3" 29 i_ C. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III — Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. D. With respect to the coverage afforded by this endorsement, Section IV — Commer+cial General Liabitityr Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Claim Or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an `occurrence' or an offense, that may result in a claim or "suit" under this insurance to us; b, Tender defense and indemnity of any claim or "suit' to all insurers whom also have insurance available to the additional insured: and C. Agree to make available any other insurance which the additional insured has for a toss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit' by the additional insured. 2. Condition A. Other Insurance of Section IV — Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. 0 2011 Liberty Mutual Insurance Company All rights reserved Includes copyrighted material or Insurance Services Office Inc, with its permission 22-132 (04111} Page 2 of 2 t INSURED COPY t 1r2012012 1012504 NPUS" 0910 PGOAAOWD J31064 ACAFPPN 0OW9183 Pape 30 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or agreement. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 22-126 (01/08) Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2. under Section 11 — Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions or the acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement. A person's or organization's status as an additional insured under this endorsement ends when: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Dudes In the Event Of Occurrence, Offense, Claim Or Suit under Section IV — Commercial General Liability Conditions. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person or organization only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I — Coverage A — Bodily Injury And Property Damage Liability: This insurance does not apply to: 1. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. 2. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. 3. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. 4. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or O 2011 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its permission. 22-132TX (05112) Page 1 of 2 b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 5. Any person or organization specifically designated as an additional insured for ongoing operations by a separate Additional Insured — Owners, Lessees Or Contractors endorsement issued by us and made a part of this policy. C. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III — Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. D. With respect to the coverage afforded by this endorsement, Section IV — Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Claim Or Suit An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insurance to us; b. Tender defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. Condition 4. Other Insurance of Section IV — Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. �0 2011 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its permission. 22-132TX (05/12) Page 2 of 2 ,. ..... ,..... ., ,... ..., ,..._.w...� ..._._ .�_,.� ,�_.,.� WORKERS CO,NIPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed. 1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1'he premium for this endorsement is shown in the Schedule. Schedule r I. ( ) Specific Waiver Name of person or organization QBlanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be percent of the premium developed on payroll in connection with work performed for the above person(s) or organizations) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 06/14/2013 Policy No. WC1012505 Endorsement No. Insured Premium S Hub City Waterboys, Inc. Insurance Company America First Insurance Countersigned by WC420304A (Ed. 1-00) No Text CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policynoted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGO $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVELIABILITY ❑ Any Auto Combined Single Limit $ 0 All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ 0 Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ 0 BUILDERSRISK 0 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ tVORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General } Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE _u ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS 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 WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 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 (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; (B) 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 sho kn 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. I" , a PAGE INTENTIONALLY LEFT BLANK rl 1 I CONTRACT PAGE INTENTIONALLY LEFT BLANK CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 23`d day of May, 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 Hub City Waterboys, Inc. of the City of Wolfforth County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 13-11262-TL — Rodgers Park Annex Development 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. Hub City Waterboys, Inc.'s bid dated April 23rd, 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. :t CONTRACTOR: By:_ PRINTED NAME: TITLE:2GsroT' COMPLETE ADDRESS: Company 4U6 �� l�so�l Ti✓` . Address VMS r r City, State, Zip jZ -,Vyg z_ ATTEST: Corporate SMfetary CITY OF L BOCK, TE (OWNER): Karr .Gibson, Mayor Pro Tern i of Community Services Scott Snider, Assistant City Ranager AP O ED O FORM: City Attorney PAGE INTENTIONALLY LEFT BLANK 1 1 GENERAL CONDITIONS OF THE AGREEMENT I 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 Hub City Waterbm, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Craig Wuensche, Park Development Manager, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to t 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 'untended; 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). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES C Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. 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. 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 IFT, superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND 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. i Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the i H progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and' the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 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 coverage's shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, 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. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 1, 7 r, A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation ( required) 9-1 The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,OOOCombined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, 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 - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor 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 person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services g. f on the project, for the duration of the project. �1 t 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the A 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; r t 9 >. I' G. (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 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; 10 r� 4 (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (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. Tl:is 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 (wNvv.tdi.state.ts.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 v ; 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 11 "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that ? the coverage will be based on proper reprinting of } classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. 3 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 terins, 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, ij manner or fonn, the demands of subcontractors, laborers, workmen, inechanics, 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 12 x s satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the. Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, 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 13 35. 1-0 37. may withhold permanently from Contractor's total compensation, the sum of One Hundred Fifty ($150) 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. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most 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. 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. 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 14 which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only -shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their 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. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the 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 i ' for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall 15 a determine the amount to be partially paid. Owner's Representative shall review said application for partial L payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the tenns of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 16 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time 17 become due to the Contractor under and by virtue of this Agreement. In case such expense is less than l the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 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 tJ 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. 18 1_ 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by 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 �4 prosecution of the work, shall be sustained and borne b the Contractor at his own cost and expense. p � Y p 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 w; 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 19 the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the tern of this Contract and for a period of four (4) years thereafter the City or a duly tJ authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control, 20 DAVIS BACON WAGE DETERMINATIONS r 4- PAGE INTENTIONALLY LEFT BLANK 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 ( Rates Fringes I Rates Fringes CEMENT MASON/CONCRETE POWER EQUIPMENT OPERATOR: TRUCK DRIVER FINISHER (Paving & Asphalt Distributer.$ 14.87 Lowboy -Float$ 14.46 Structures)...$ 13.55 Asphalt Paving Machine..$ 13.40 Single Axle.$ 12.74 Broom and Sweeper ...$ 11.21 ELECTRICIAN..$ 20.96 Crane, Lattice Boom 80 Single or Tandem Axle Tons or Less$ 16.82 Dump..$ 11.33 FORM BUILDER/FORM SETTER Crawler Tractor Operator$ 13.96 Tandem Axle Tractor Paving & Curb ... $ 12.36 Excavator, 50,000 lbs or with Structures..$ 13.52 less$ 13.46 Front End Loader Operator, Semi$ 12.49 LABORER Over 3 CY... $ 12.77 Asphalt Raker ... $ 12.28 Front End Loader, 3CY or WELDERS - Receive rate Flagger.$ 9.30 less$ 12.28 prescribed for craft Laborer, Common.$ 10.30 Loader/Backhoe..$ 14.18 performing Laborer, Utility$ 11.80 Mechanic$ 20.14 operation to which welding Work Zone Barricade Milling Machine.$ 15.54 is incidental Serviced 10.30 Motor Grader, Rough$ 16.15 Motor Grader, Fine..$ 17.49 Unlisted classifications Pavement Marking Machine$ 16.42 needed for work not Reclaimer/Pulverizer$ 12.85 included within Roller, Asphalt.$ 10.95 the scope of the Roller, Other ... $ 10.36 classifications listed may be Scraper.$ 10.61 added after Spreader Box$ 12.60 award only as provided in the labor standards contract Servicer.$ 13.98 clauses (29CFR 5.5 (a) (1) (ii)). Steel Worker (Reinforcing) ... $13.50 The body of each wage determination lists the classification cited type(s) of construction in the area covered by the wage and wage rates that have been found to be prevailing for the 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 tt H SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK 1:4 ANNEX DEVELOPMENT CITY OF LUBBOCK PARKS & RECREATION DEMO/GRADING/SITEWORK/PLANTING/IRRIGATION MAYOR, GLEN ROBERTSON CITY MANAGER, LEE ANN DUMBAULD CITY COUNCIL - DISTRICT 1, VICTOR HERNANDEZ CITY COUNCIL - DISTRICT 4, JIM GERLT CITY COUNCIL - DISTRICT 2, FLOYD PRICE CITY COUNCIL - DISTRICTS, KAREN GIBSON CITY COUNCIL - DISTRICT 3, TODD R. KLEIN CITY COUNCIL - DISTRICT 6, LATRELLE JOY [FV MAP SCALE: NTS PROJECT DATA R000ERSPARKANNFXDEVELOPMFNT ADDRESS: SSTT SATES STREET LUBBOCKTX 79415 ASPROJECTNUMSER: EABPPJ03WU14 DIRECTOR OF PARKS & RECREATION, RANDY TRUESDELL PARK DEVELOPMENT MANAGER, CRAIG WUENSCHE LANDSCAPE ARCHITECT, JEFF STUART SHEET INDEX GENERAL NOTES SHEET TITLE SHEET# 1. ATLOCAT)ONSWHERENEW CONCRETEABUTSEXISYMCONCRETE.TOPSOFCONCRETESHALL BERUSH. L LL NOT BE ALLOWED. WASTECONCReTE OR SLAO SOW. NOT BE PLACED NMOETHE FORMS. t CONSTRUCIIMJOINTSON OOLOJONWIL COVER 1 a COICRETEWtLL HAVEAMEDIUM BROOM PINSK DEMOLITION PLAN 2 !. IF CONCRETESPLRS WHEN DRILLING HOLES IN COSTING CONCRETE. SAW CVTAT NER CONTROLJOlTM REMOVETONEMEXPANSION SITEWORK PLAN 3 JOINT. SUCH WORK WU NOT BE CONSIDERED IVORAWOIM. SITEWORKDETAILS 4 S. FMSHGRAN GRACE WILL BET-SMOWTOPOFCONCRETEAMWLLSLOPEAWAYFROACANCRETEATB:/MAX COMMORWILLAPPLY BEEDTO SMOOTHLEVELSOIL. CONOUEP CTORYAU.BERMSIBLEFMWATERWOSEEDURMCONMU=Mt$COALETE. IRRIGATION PLAN 5 L EXCLTWDBIRIMTIMISBASEOUPONSESTAVAILABLEKFORMATKIN.IFACILLLLCONDRgNSDIFFER FROM THOSE BNOWN.CONTtACTOR IRRIGATION PLAN S WRLPEAFCRALEMVATKMATSMM MHEAMOREWEWTSAEASNECESSMYTODETEM"AM&CONMURAMK SUCIWm IRRIGATION DETAILS 7 SHALLNOTBECONSIDEREDEMRAWORK DrtMMNGM OTHERINWILEOUIREDFORRE4tO nNQ OFIRRNMTIONLMERNE AND CONrIBX IRRIGATION DETAILS 5 W^RESWILLN0tOECONMOiEDOAR^WORKPIPEN"RING FOR REAOUTEDLATEPALS"NOWUDEwJESMANOTYPEOF PiEAW "BEND REPLACED. PARKING LOT PAVING PLAN 9 7. PROTECTEOyilM3SPRROUMAtrovuVESDURN000NSTRUCTON. tFOAMAGED. REPLACE WITH EOU MENFACCEPTABLETOTHE OWNER. RESTOREFINISHGRADETOO KRMCONDOtON. L INSTALLSPROOKUM NVERIM POSRIOWTOPSFwSHWIM AMSH GRAM 9. REPABt IPAIDATENCONTROLIWMnMTMEDM/ADEDDYCONSTRUC7KM. INSTALL STANDARD WOUGATION VN.VESOO:SATSPUCE LOCATIONS. USBWATERPROOFCONNECrMACCESL PTAETOTHEOVNM BOTTOJSOFDOXWOHMLRESTUPONLR=Tt=WSM BOXES USED FOR SPLICES SHALL BE LOCATED MN. 10 FEET FROM SPRNNLERBMA SFROM CONCRETE EDGM 10. OUICCCOUPLERS MAYBE ENCOUNTERED DURING CONSTRUCTION ATLOCATIONS NOT SHOWN ONTHE PLANS. MOVESUCHOUICKOOIPLERS TO NEAREST EDGE OFCONCREM PIPNGFOtOUICKOOLVLERSSHOULONOTEXTEND BENEATHCONCRETE. CONTRACTORSNAU.BE FAMLVAWaHSHVr-0FPVALVESBEFMECONSTRVCTIDNBEOINR RELOCATEDOUICKCOUPLERS SHALL BE NSTALED NA i?ROUND BOX WOIN REATEDTOCAPPIND MRMOCATNOOUtCKCCUPLER5 WSLNOTDE CONSIDERED WMWOML 71. CONMACTOLWBLBERESPONBSLEFMALLLAYOUTMESTAMNM CADDRAWINDS WITH TEMPORARYSEICHMAMINUSEAWVIDEDBY OWNER. 12. ELEGTRICUNES(I=V)TNATARE SHONNM PLANS AND DAMAGEDDORML7 CONSTRUCTION SHALL BEREPAIREDOYCONTRACFOR ATHS MUM TERMNATKNS FMREPAIRED LINES SNAU. BEAT 00SITMO LIGHT POLES MELECTRIOM.SOMS. OtHM SPLICES WILL NOTES ALLOWED. AFTER DEMOLITION OF CONCRETE SLABS. SMOOTH BOLAND SLOPETOPREVEtfPONDNG OFWATERAROLWND FOOTING LOCATIONS. :3. U. TRASH BARRELS WILL BE REMOVED INTACT. STORED AND REINSTALLED IN NOTED LOCATIONS SYCONTRACTOR. WMM1GED,0ARRELSVIAL BE REPLACED BY THE CONTRACTOR ATM EXPENSE COVER SHEET g O� �a w a yWo � W O Y o: S co a W OR JO0N0.: MJGD a+Km na 1 LEGEND cv�x�ow,u.rt u u oart.san aa, � .omaam.w Inc unaeanwcow f mnuuc _.�#/SHEET# �ana�onewewwn oacrv-� oenw amuanox '�'�'� rnornm�eraswauv tAG � YOtOQw fdYCbIO�R lO0I i1A SITE DEMOLITION PLAN e DEMOLITION —.L INDIANA AVENUE 0) "SPHALT PAVEW ---- O 0 AA 11> oil ! oil lip O 0.4 JIM a T y P; 0 Cf) Fn m --i j ay ILI I I -- - I I RODGERS PARK ANNEX DEVELOPMENT PARK ADOITION-RENOVATION LUBBOCK MW � 1"-W DATE FOL",20U Beat Jm cm WOM of umm" &a f1'u"-'*b-6i8ck CHMmm IEIGlS in 0 Parks and Recreation APPRWW, CJW .mroounw auiutn k�A�.m. a � k•�Ar,wncraww OO�r a�emr�oa�s vww a�aiaa pay I 7 SLOPED CONCRETE ACCESS AT PARKING .owrwArtaea,am.4n.�m u�f 4OMT aGlJ2 W•to nin amwarKw�. vnwnwr.wrrumro.uvw�oxani L XITNLO.A9bn�MN6E W tMYPWHAT V GGIV.<MK1M001M OOM6. nMV1LMIXro.MGPO.,1 .—__.--- a W.�vn�am.owaarwar.r..rarmmcamr�nna. .NriWMIdM/wRATQw11 MEW lOOILOKe1Jdn W1YW II'RPIIV AWIOtK. IIOu0.'CJI.IfWA11p1mOtl[� � ANIW. .annmwerAwE ,emawExotrwm renroArnon,�oona. i nrY dO�PMR� rrMµm,wwaormnwm,o�n� °� 6 EXP. JOINT AT CURB 1bNKYVAm ". �uowrarm. w e.nrr.am aAAwi.rumuonuo, y � cO091M. �.WII01nm.w R 11 11 110W411�IK a,Abi m.av,a • D. SIGN u u T anw.avcm. C. STAPLE (nts) .ma.laow.nu. •a.@.K11 awi. sAt 8 .row nrroa S ,nma�tarAva teraani y 9q � «awAmeua 1 1 1 ,avw.wr A. PLAN B. SECTIDN �m�uwmurtwuwrror wuim wlraranarwoaroawrnaaw. i cawm� wr�samw�� Kavnw�pm��, am 8 TEMPORARY CONCRETE WASHOUT FACILITY uue w.1V' r w,n aawi n aow aarAannm �. 3 TYP. EXPANSION JOINT acne ,• • ra kucan.m. Kowr�ad wrxm�m emmaau m. tAawocm. aovAETm =► 4�1,L IlplwlP9.tOtnkw A NCOIICOITO�IIIWGM4.V11Gt~�M�,9Ml CdgLLR 0� W LMIItOM�O�GfM MI�L�4�iDKfRK rarmnKweu a rarrw„axuaK�uarwu,mKnnwm,xr raaroaw�n lamar. Ia,InAwu000lror OM1MrokU/OI.aYAOgIt anR M,MA0. a,e.,•onuiaATMUC V Anrwuxawrua® NI,EEMIML l tdWAV111NLL1NKA1®114Vgg011M1t • woowu�AK OrKlm ~w>lAAlou,.Nra�ai . 16{ MJ6VIM,ICO�Aw1[ >r�iauim. �uamnawaannwww ` �� tlTIUO1..E,k.1T TYP. CONC. WALK -SECTION w.a�r auKre vr.ra NO wiomvAra,x«rATDwn9W�Y1Ql 10gIDOP111CL ,. au�rcws000wac¢rowxaaivwmowln +�rr.m.• varwroltAn.wtaowmlaoa rs.a�nr� rj EXP. JOINT AT EXISTING CONC. xxer•ra - . .... - newraart, wnwroww+�c«ana � q�q���T»�mr. . � luloroouom+ua � oAKt•G11RN ��� lwr.rklunw 2/SHEET 4 .ku , 4 TYP. CONTROL JOINT TYP. CONC. WALK - PLAN •• r•ra OMM vr.ra SITEWORK DETAILS BATES STREET uj To GYM EXSMG SPORT COM TO REUAIN AUBURN AVENUE IRRIGATMN EQUIPMENT TA fa rpm On IRRIGATION WADS TARLE a -=�, 1 � C8,3 0 Can bdm in dig. IRRIGATION �---.++ 4�------•.� �..-..—..l �..�� �.+.r i...��i �..�..+� �r.�..r� iu�✓ L.�.�i `��.rj w..�_...r ��-.--...i ._,..__..._..+ ..-..__...+ 0 nc�aaevrKrnraHa�mcru..n+wwoasce�onarr awwna� s Autouwowww�auooa�awwuweaAwui�an Aeeewvm Noumoiaa�eay. 1 ALLCONI�MIILIN�fAMAL�011 MMngCffOTf1Y�W1 !� 4 All���WV1rMAW10tR1p/TM[ can beltIIWwy�� I NLCMVfOUiPNimR1MlRU41QNiMDIL11fM . vm ft IIIC[NIM RLLQIIMOAW IK W. 2 IRRIGATION LEGEND I� M IRGATIONPLAN RIIRRIGATION SIRIEG JDw SWm Jew 12• NFP1E B�L 3 �� �S E ".IDNf VALVED T14 BLACK VITN BLACX LID 2.1 REDUCFA MOM _ surme TE FINISHSTANDG FINISH ORAC£/fCF OF IBOLCN (CASItEf X ETPT) 1' OVECK COUPLER 6' ION DEPTH OF 3/4• WASHED GRAVEL i 6EOTEXTD•E FABRIC BALL ' I- x 6• BRASS NIDPLE STABILIZING SVING JOINT 12- HPP E 2.1 REDUCER BU9RC 1• PVC LATERAL PIPE PVC =4 40 ELL 5 TYP. QUICK COUPLER VALVE INSTALLATION BEAU@ Nm C�oNALNE: �rID W� TER W ROOF i r A1LR PROOF CONNECTION (1 OF Z) FBBSEI CRAOE/TOP a wLCaOlyEp H.VE BWt NEEDEO) r•• IIXpE1EEANRs1L0EN�lQU1Fs1 1r ••. W�iRE. CpLOO (1 Of� PtC VALE ADAPTER (1 OF 2) IV WJND VALVE BOX W/ COVER - 10- ADB VALVE BOX EXTENSION y �., (LENGTH AS y,p `= DEPTH V/ WASHED VALVE PVC eR.L VALVE (FM X FIPT) (F PVC MULE AOIPIER (1 OF 3) BAM - (1 OF 4) SUMCE TEE (GASKET X FNf) PVC W 0. (1 OF 2) pp'' OF 3/4- WLMUUM l'DEPTH 2' PVC M. BETWEEN JOINTS 4 TYP. REMOTE CONTROL VALVE INSTALLATION BMALe HIM : lax 3 POINT OF CONNECTION - RPZ - MASTER VALVE - FLOW SENSOR INSTALLATION BCI 2 RPZlHOT BOX SCAM N78 P1.wOW 4. 4 ANiflfLA PROVgEO BI CONfR/CTOR T� ALyE BpI nm PR0+10CD OBYVCOHIRA[IOR P O rPRw��ini°�esAstEP LOCATIONS 0 Olt" ANCHUt M" MyITIRAAAAgCLFM gg���Gyy�g �SIAT —0 DOUB& u \— PMIOEDC�R00 W/ �-24- a 24- ♦ Ir FOOTING 50OLEDD AS NEEOEO WON SKWT gT Op PRO"m BT CONOt cm CONTROLLER/ENCLOSURE INSTALLATION sate NTB IRRIGATION DETAILS .. r :..,,, C�L,,...= L,..,,,� .,., �, __ __ . �.._.' �+ 4' MIN. CLEARANCEA� -r—PAYING DITCH SLEEVES NOTES: 1. ALL PVC IRNTSRIGATION SLEEVES TO BE CUSS 200 PIPE. 3. ALL THERE IS MORE ENT WEUDED AND THAN THAN SLEEVE. EXTEND IHE SMALLER SLEEVE TO 24-INCHES MINIMUM ABOVE FINISH GRADE. 4. MECHANICALLY TAMP TO 95S PROCTOR. 4 TYP. SLEEVE INSTALLATION sw E: NIS ELI TEE PIPE �I�Zv: 711/ ♦ a I IFT'.YY +� \y?y/•` \,, .r'bx�•►, IE ifs BLOCKTEZ UST BLOCK UNDISTURBED SOIL CFWtCAL) AV ELL AV ELL 1. SUPPLY LINES 3-WCHES IN DIAMETER AND LARGER SMALL RECEIVE CONCRETE THRUST 2. SEE SPECIFICATIONS FOR AMOUNT OF CONCRETE TO BE USED FOR THRUST SLOM 5 TYP. THRUST FlNSH GRACE_ RUBBER COVER — SCJLLE: NIS MODEL 1-20 GEARED ROTOR (IAODE. ): 1-20-06-SS) 3/4' SCHBO SWNC JDNT (get MODEL TSA-750-TT) PVC TEE OR sEDBDe_vJL�r MAINLINE, LATERAL, MANLINE LATERAL WIR:NO W MD IWRWG IN PIPE PIPC CONOUR THE SAME TRENCH - ''CPS� A O // \ �/ P1M VEIN WIRE W/O CONDUIT 8 RUN WIRING40MATH— ALL SOLVENT WELD TIC A kI.HL.P AND BESIDE MMMUNC. PLASTIC PIPING TO AL WMINO AT CHANGES TAPE AND BUNDLE AT BE SNAKED IN OF DIRECTION OF OO• 10-FOOT INTERVALS, TRENCH AS SHOWN, OR GREATER. UNTIE AFTER ALL CONNECTIONS NOTES. HAVE BEEN MADE, 1. SLEEVE BaON ALL MARDSCAPE ELEMENTS WITH CUSS 200 PVC TWICE THE CIA ETER OF THE PIPE OR WE BUHOLE MON, 2, FOR PIPE AND WIRE BURIN. DEPTHS SEE SPEaFICATONS. 3 TYP. TRENCHING SCALE MS —FINISH GRADE/TOP OF MULCH 0/4' SCH AO PVC CAP VALVE BOX V1714 COVER. f0/4' SCX AD SVING JOINT V PVC LATERAL PIPE PVC SCH AD TEE OR ELL 2 DRIP STUB INSTALLATION SCALE: NIS FINISH GRADE — RUBBER COVER MODEL 1-25 SIERRA GEARED ROTOR (MODEL p: 1-25-06-$S) i' SCH BO SWING JOINT (X81 MODEL TSA-1000-TT)--\ PVC TEE OR ELL PVC LATERAL LINE —/ PVC LATERAL LINE TYP. ROTOR HEAD INSTALLATION SCALE MS IRRIGATION DETAILS STANDARD 0 CITY OF LUSSOCK STANDARD DRIVEWAY ACCORDING TO CITY OF LUBSOCK STANDARD DETAIL PLATE 303 ® ADA RAMP AT LOCATION SHOWN TO COMPLYWTDI LU CITY OF BBOCK STANDARD PLATES36-15-38-IS(B) REMOVECURS M1D GUTTER AND FLATWORKA4 NECE86ARYFCRf.ONSTRUCTION. CONCRETEAREA OUTSIDE OF LANDING AND RAMP MUST SE BUILTAT A SLOPE NOT TO EXCEED 2%. LEGEND PROPOSED ELEVATION x L 4A% 'f EXISTING ELEVATION x FLOW DIRECTION PRO POSED CONSTRUCTION EXISTING ELEMENTS OUSTING CONTOURS ® ASPHALT REPAIR (ASPHALT PAVED) 315 315 OUSTING SIDEWALK AND CURS TO REMAIN 24• CURS AND GUTTER SEE PARIONG LOT PAVING SECTION DETAIL FOR MORE INFORMATION SECTION A -A Y pSPHgL,T-CITY Of 1U880CKTY D T09�57.CM CIIF�EO PROOTf OARED 1r sUBGRADEtFOCOMP��TX TO BE%MODIF PARKING LOT PAVING SECTION DETAIL Rodgers Park Annex Development CITY OF LUBBOCK PARK DEVELOPMENT TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01025 Measurement and Payment 01300 Submittals 01400 Quality Control 0 14 10 Testing Laboratory Services 01500 Temporary Facilities & Controls 01560 Environmental Protection 01600 Material and Equipment 01700 Contract Closeout DIVISION 2 - SITE WORK 02810 Irrigation System DIVISIONS 3 — 15 Not Used END OF SECTION 'TABLE OF CON'1MNI TS 00001- t 4219 i S1�' ,�1 ) SECTION 00007 SEALS — DESIGN RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: 01100 Summary 01300 Submittals 01510 Temporary Facilities 01630 Substitutions 02200 Demolition, Removal and Salvaging of Existing Materials 02300 Earthwork 02810 Irrigation Systems 02870 Site Furnishings 02930 Lawns & Grasses 03300 Concrete 04720 Architectural Cast Stone 04855 Cut Stone Assemblies 07800 Special Conditions Landscape Architecture in Texas is regulated by: Texas Board of Architectural Examiners PO Box 12337, Austin, TX 78711 Irrigation in Texas is regulated by: Texas Commission on Environmental Quality PO Box 13087, Austin, TX 78711-3087 END OF SECTION SEALS - DESIGN RESPONSIBILITY 00007 - I SECTION 01010 SUMMARY OF WORK PARTI- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: Rodgers Park Annex Development, I . Location: 3322 Auburn Street, Lubbock Texas 79415. - 2. Owner: City of Lubbock B. Verbal Summary: Drawings and general provisions of the Contract, including General Conditions, apply to this Section. Without force or effect on requirements of the Contract Documents a brief description of the Project is as follows: The Base Proposal includes all labor, materials, services and equipment required in conjunction with, or properly incidental to work described in the plans and specifications. Work includes concrete side walk, curb and gutter, road base, asphalt, earthwork, site grading, irrigation, electrical conduit and fine grading. C. The work will be constructed under a single prime contract. 1.4 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner`s right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. l . Owner Occupancy: Allow for Owner occupancy. 1 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner; the Owner's employees, and emergency vehicles at all times. END OF SECTION SUMMARY OF WORK 01010 - 1 4219 j}j} _I SECTION 01025 MEASUREMENT AND PAYMENT PART I- GENERAL 1.1 BID PRICE The lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid price with the most applicable item(s). r 1.2 LUMP SUM ITEMS Lump sum items to be paid for at a lump sum price per job shall include all work and materials involved in the installation within the limits designated on the plans. No measurement of the work or material included in such items will be made. All work so included shall be installed, constructed or performed as shown on the drawings and specified herein. ' 1.3 MOBILIZATION/DEMOBILIZATION Mobilization and demobilization shall include costs associated with move- in/move-out related equipment and labor, bid bond, performance bond and insurance required for this project. Total mobilization/demobilization costs allowed in the pay request sheet shall be limited to 5% of the total bid price. 1.4 ELECTRICAL This work shall be preformed by the Owner. 1.5 CLEANUP No measurement or separate payment will be made for site cleanup. Cost for cleanup shall be included as a part of the cost of the various items of work involved. MEASUR-NU NTAND PAYMENT 01025 -1 4219 SECTION 01300 SUBMITTALS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to the work of this Section. 3 1.2 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed products list. F]i D. Shop drawings. E. Product data. F. Samples. s G. Manufacturers' instructions. H. Manufacturers' certificates. I. Construction photographs. 1.3 RELATED SECTIONS , A. Section 01410 — Testing Laboratory Services. B. Section 01700 - Contract Closeout. 1.4 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. i C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Owners Representative at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Owners Representative review stamps. G. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. SUBMITTALS 01300 -1 4219 I. Submittals not requested will not be recognized or processed. 1.5 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal. 1.6 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate for Owners Representative within 15 days after date established in Notice to Proceed. B. Submit revised schedules with each Application for Payment, identifying changes since previous version. C. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. D. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. E. Indicate estimated percentage of completion for each item of Work at each submission. F. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by Owner. 1.7 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.8 SHOP DRAWINGS A. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. B. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus four copies which will be retained by Owners Representative. C. Drawing size shall be minimum 8 1/2 x 11 inches and maximum of 30 x 42 inches. D. Draw details to a minimum size 2 inches equal to 1 foot. E. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposes described in Section 01700 — Contract Closeout. 1.9 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Owners Representative. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. SUBMITTALS 01300 -2 4219 C. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.10 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors, textures, and patterns, as specified, for Owners Representative's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number or samples specified in individual specification Sections; one of which will be retained by Owners Representative. F. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.11 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 1.12 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Owners Representative for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Owners Representative. PART 2-PRODUCTS Not Used PART 3 - EXECUTION SUBMITTrU.S 01300 -3 i Not Used 4119 END OF SECTION SUBMITTALS 01300-4 SECTION 01400 QUALITY CONTROL PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the ,,vork of this Section. 1.2 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. C. Tolerances D. Field Samples 13 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflictwith Contract Documents, request clarification from Owners Representative before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. I. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. F. Perform work by persons qualified to produce workmanship of specified quality. h, 1.5 INSPECTION AND TESTING LABORATORY SERVICES A. The Contractor will perform inspections, tests, and other services specified in individual specification Sections and as required by the Oxvners Representative. B. Reports will be submitted by the Contractor to the Owners Representative, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Retesting required because of non-conformance to specified requirements shall be performed on instructions by the Owners Representative. Payment for retesting will be charged to the Contractor QUALITY CONTROL 01400 -1 1.6 TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request cU ification from Owners Representative before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. 1.7 FIELD SAMPLES A. Install field samples at the site as required by individual specifications Sections for review. B. Acceptable samples represent a quality level for the Work. C. Where field sample is specified in individual Sections to be removed, clear area after field sample has been accepted by Owners Representative. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION QUALITY CONTROL 01400 -2 4219 SECTION 01400 QUALITY CONTROL PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. C. Tolerances D. Field Samples 13 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificate's. 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, sexvices, site conditions, and workmanship, to produce Work of specified quality. B. Comply £ally with manufacturers' instructions, including each step in sequence. C. Should manufactured instructions conflictwith Contract Documents, request clarification from Owners Representative before proceeding. t D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. 3 E. Secure Products in place with positive anchorage devices designed and sired to withstand stresses, vibration, physical distortion or disfigurement. F. Perform work by persons qualified to produce workmanship of specified quality. 1.5 INSPECTION AND TESTING LABORATORY SERVICES A. The Contractor will perform inspections, tests, and other services specified in individual specification Sections and as required by the Owners Representative. B. Reports will be submitted by the Contractor to the Owners Representative, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Retesting required because of non-conformance to specified requirements shall be performed on instructions by the Owners Representative. Payment for retesting will be charged to the' Contractor QUALITY CONTROL 01400 -1 1.6 TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work Do not permit tolerances to accumulate. B. Comply with manu&ct ur& tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Owners Representative before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. 1.7 FIELD SAMPLES A. Install field samples at the site as required by individual specifications Sections for review. B. Acceptable samples represent a quality level for the Work. C. Where field sample is specified in individual Sections to be removed, clear area after field sample has been accepted by Owners Representative. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION QUALITY CONTROL 01400 -2 4219 SECTION 01410 TESTING LABORATORY SERVICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Selection and payment. B. Contractor submittals. C. Laboratory responsibilities. D. Laboratory reports. E. Limits on testing laboratory authority. F. Contractor responsibilities. G. Schedule of inspections and tests. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Manufacturer's certificates. B. Section 01700 - Contract Closeout: Project Record Documents. C. Individual Specification Sections: Inspections and tests required, and standards for testing. 1.4 REFERENCES A. ANSI/AS`I'M D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. B. ANSI/ASTM E329 - Recommended Practice for Inspection and Toting Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.5 SELECTION AND PAYMENT A. Owner shall employ and pay for services of an independent testing laboratory to perform specified inspection and testing. B. Employment of testing laboratory shall in no way relieve Contractor of obligation to perform work in accordance with requirements of Contract Documents. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANSI/AS'rM E329 and ANSI/ASTM D3740R B. Laboratory: Authorized to operate in State of Texas. t_ C. Laboratory Staff: Maintain a full time registered Engineer on staff to review services. D. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. TESTING LABORATORY SERVICES 01410 -1 42 t9 1.7 CONTRACTOR SUBMITTALS A. Prior to start of Work, submit testing laboratory name, address, and telephone number, and names of full time registered Engineer and responsible officer. 1.8 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with Owner's Representative and Contractor in performance of services. C. Perform specified inspection, sampling, and testing of Products in accordance,.vith specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Owner's Representative and Contractor of observed irregularities or non- conformance of Work or Products. F. Perform additional inspections and tests required by Owner's Representative. G. Attend preconstruction conferences and progress meetings. 1.9 LABORATORY REPORTS A.After each inspection and test, promptly submit three copies of laboratory report to Owner's Representative at B. Include: 1. Date issued, 2. Project title and number, 3. Name of inspector, 4. Date and time of sampling or inspection, 5. Identification of product and Specifications Section, G. Location in the Project, 7. 'Type of inspection or test, 8. Date of test, 9. Results of tests and 10. Conformance with Contract Documents. CWhen requested by Ownet's Representative, provide interpretation of test results. 1.10 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 1.11 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work and to manufacturer's facilities. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. TESTING LABORATORY SERVICES 01410 -2 Efli9 D. Notify Owner's Representative and laboratory 24 hours prior to expected time for operations requiring inspection and testing services, E. Pay costs of testing laboratory services from Allowance specified in Section 01019 on approval of invoices by Owner's Representative. F. lEnploy services of a separate qualified nesting laboratory, arrange with laboratory and pay for additional samples and tests required by Contractor beyond specified requirements. 1.12 SCHEDULE OF INSPECTIONS AMID TESTS A. As indicated in individual Specification Sections. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION TESTING LABORATORY SERVICES 01410 -3 4219 SECTION 01500 TEMPORARY FACILITIES & CONTROLS PART1-GENERAL 1.1 RELATED DOCUMENTS A Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, Parking, progress cleaning, project signage, and temporary buildings. 13 RELATED SECTIONS A. Section 01700 - Contract Closeout: Final Cleaning. 1.4 TEMPORARY ELECTRICITY A. Connect to existing power service. Power consumption shall not disrupt Owner's need for continuous service. B. Provide temporary electric feeder from existing building electrical service at location as directed. Power consumption shall not disrupt Owner's need for continuous service. C. Owner will pay cost of energy used. Exercise measures to conserve energy. D. Power Service Characteristics: As indicated on drawings. E. Provide power outlets for construction operations, with branch wiring and distribution boxes as required. Provide flexible power cords as required. F. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electric Code. G. Permanent convenience receptacles may be utilized during construction. H. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1. Provide 20 ampere duplex outlets, single phase circuits for power tools for every 2000 sq ft of active work area and at specific locations as required. 2. Provide 20 ampere, single phase branch circuits for lighting. 1.5 TEMPORARY LIGHTING A. Provide and maintain lighting for construction operations to achieve a minimum lighting level of watts/sq ft. B. Provide and maintain 1 watt/sq ft lighting to exterior staging and storage areas after dark for security purposes. C. Provide and maintain 0.25 watt/sq ft H LD. lighting to interior work areas after dark for security purposes. TEMPORARY FACILITIES & CONTROLS 01300 - I 4?i9 D. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and Lamps as required. E. Maintain lighting and provide routine repairs. F. Permanent building lighting may be utilized during construction. 1.6 TEMPORARY VENTILATION A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. B. Provide temporary fan units as required to maintain clean air for construction operations. 1.7 TELEPHONE SERVICE A. Provide, maintain and pay for telephone service to field office at time of project mobilization. B. As a minimum, provide mobile telephone service for the on -site superintendent and home office telephone service. 1.8 TEMPORARY WATER SERVICE A. Connect to existing water source for construction operations. B. Owner will pay cost of water used. Exercise measures to conserve water. C. Extend branch piping with outlets located so water is available by hoses with threaded connections. Provide temporary pipe insulation to prevent freezing 1.9 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Existing facilities shall not be used. 1 B. At end of construction, return facilities to same or better condition than originally found. 1.10 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide barricades and covered walkways required by governing authorities for public rights -of -way and for public access to existing building. C. Provide protection for plant life designated to remain. Replace damaged plant life. D. Protect non -owned vehicular traffic, stored materials, site and structures from - damage. 1.11 FENCING A. Construction: At Contractors option, commercial grade chain link fence or solid wood fence, painted. B. Provide G foot high fence around materials storage areas. Equip with vehicular and pedestrian gates with locks. 1.12 WATER CONTROL TEMPORARY FACILITIES & CONTROLS 01300 -2 4219 A. Grade site to drain. Nlaint ain. excavations fine of water. Provide, operate, and maintain pumping equipment B. Protect site from puddling or nuuling water. Provide water barriers as required to protect site from soil erosion. 1.13 EXTERIOR ENCLOSURES A. Provide temporary insulated weather -tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification Sections, and to prevent entry of unauthorized persons. Provide access doors with self -closing hardware and locks. 1.14 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Provide protective coverings at walls, roof, and soffits of openings. D. Protect finished walkways, drives, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.1 S PARKING A. Existing paved areas may be used for parking provided it does not interfere with Owners continued operations. 1.16 PROGRESS CLEANING A. Maintain areas flee of waste materials, debris, and rubbish. NLtintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust D. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.17 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities, and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet.Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. TEMPORARY FACILITIES & CONTROLS 01300 -3 4219 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION TEMPORARY FACILITIES & CONTROLS 01300 -4 4219 IA REFERENCES The publications, listed below form a part of this specification to the extent referenced. The publicatiom ar&'-teferred to in the text by the basic designation only:`, 'CODE OF FEDERAL REGULATIONS (CFR) Soil`and Solid XX C M stible and'Ii6ncombustible wastes such as ashes aftd wa:ste materials resuld4z 60M features associated with the project Comply with Federal, state, and local regulations pertaining to the environment, including but not limited to water, air, and noise pollution. A. Preconstruction Survey Perform a preconsttuction survey of the project site with the Owners Representative, and pollution prevention measures necessary to assess existing environmental conditions in, and adjacent to the site. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 PROTECTION OF NATURAL RESOURCES Preserve the natural resources within the project boundaries and outside the limits of permanent work. Restore to an equivalent or improved condition upon completion of work. Confine construction activities to within the limits of the work indicated or specified. 1 A. Land Resources Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees or shrubs without the Owners Representative's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Owners Representative. Ili Where such use of attach ropes, cables, or guys is authorized, the Contractor shall be responsible for any resultant damage. 1. Protection Protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30 percent or more of their root systems destroyed. 2. Replacement Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain -A Owners Representatives approval before replacement 3. Temporary Construction Remove traces of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform wvith surrounding contours. B Water Resources 1 Oily Wastes t Prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a LA temporary earth berm of sufficient size and strength to contain the contents of the tanks in the event of leakage or spillage. 3.2 EROSION AND SEDIMENT CONTROL MEASURES A. Burnoff I Burnoff of the ground cover is not permitted. B. ,Borrow Areas ENVIRONNH:N" ,\L PROTECTTON 01560 -2 9W 1. Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Z. Restore areas, including those outside die borrow areas, disturbed by borrow and haul operations. 3. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils 1. Immediately finish the earthwork brought to a final grade, as indicated or specified. Z. Immediately protect the side slopes and back slopes upon completion of rough gra. ding. 3. Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. D Temporary Protection of Erodible Soils I Mechanically retard and control the rate of runoff from the construction site. This includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.3 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES Pick up solid wastes, and place in containers which are regularly emptied Do not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose of waste. A. Disposal of Rubbish and Debris Dispose of rubbish and debris in accordance with the requirements specified in area as directed by Owner. B. Garbage Disposal Place garbage in approved containers, and move to a pickup point or disposal area, where directed. 3.4 DUST CONTROL Contractor will be fully responsible for dust control along all haul roads and in the project area. Keep dust down at all tunes, including during nonworking periods. Sprinkle or treat, with dust suppressants, the soil at die site, haul roads, and other areas disturbed by operations. 3.5 Stormwater Pollution Prevention Plan (SWPPP) Compliance with TCEQ TPDES Construction General Permit and/or City of Lubbock Storm Water Ordinance. For City review, provide Storm Water Plan Review application and fee, Storm Water Pollution Prevention Plan, Construction Site Notice, and if applicable Notice of Intent and upon completion Notice of Termination. Implement, maintain, and inspect PMPs such as silt fence, sand bags, diversion swales, and other measures and/or incidentals for compliance. END OF SECTION ENVIRONMENTAL PROTECHON 01560 -3 [ 4219 t _: SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 RELATED DOCUMENT'S A Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 13 RELATED SECTIONS A. Section 01500 - Temporary Facilities and Controls: Progress cleaning. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Owners Representatives inspection. B. Provide submittals to Owners Representative that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to a sanitary condition. D. Replace filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep paved areas, rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from the site. H. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1. Clean ducts, blowers and coils if air conditioning units were operated during construction. CONTRACT CLOSEOUT 01700 - 1 M ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by addenda and modification. F. Submit documents to Architect with claim for final Application for Payment 1.8 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, 81 /2 x 11 inch text pages, bound in three D-ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Owners Representative comments. Revise content of documents as required prior to final submittal. C. Submit two final volumes revised within ten days after final inspection. D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on 24 pound white paper. G. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. ONTRACT CLOSEOUT 01700 - 2 H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Operating instructions necessary for Owner to make frill and efficient use of equipment including recommended maintenance and seasonal change -over procedures for HVAC systems. 5. Maintenance instructions for equipment and systems. 6. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. Part 3: Project documents and certificates, including the following 1. Shop drawings and product data. 2. Air and water balance reports. 3. Certificates. 4. Photocopies of warranties and bonds. 1.9 W.ARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period 1.10 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used 4219 END OF SECTION CONTRACT CLOSEOUT 01700 -3 SECTION 02300 EARTHWORK PART 1- GENERAL A. Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. PART 2 - PRODUCTS 2.01 SOIL MATERIALS A. Subgrade: Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off -site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit: 45 maximum Plasticity Index: 15 maximum Linear Shrinkage: 2 min — 10 max Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. PART 3 — EXECUTION 3.01 PREPARATION A. Protect structures, utilities, sidewalks, pavements and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. A. Provide erosion control measures to prevent erosion or displacement of soils to adjacent properties, walkways or water bodies. C. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. 3.02 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored and used for surface finish in preparation for seeding, sodding or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 3 feet of excavated material. Surface soil that is heavy clay, predominantly sandy or is lean in grass -and -plant growth qualities will not be saved. EARTHWORK 02300 - 1 am d. Any utility and irrigation lines shown on plans are for design and construction information only. The depths of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utility lines are shown on plan. Park utilities include irrigation systems, and park lighting, all others are public utilities. The Contractor's attention is directed to the fact that other underground utility lines may exist of which the owner is not aware. The owner does not assume any responsibility for any public utilities that are not shown on plans. It is the Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at Contractor's expense. Park development staff will assist in the design and relocation of utility lines. e. The Contractor shall be responsible for the protection of unfinished work and shall be responsible for the safety of individuals using the unfinished equipment. The Contractor shall, at his own expense, furnish and erect such bridges, 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. f. The Contractor shall be responsible for all damage to work due to the failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own 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. g. The Contractor shall be responsible for removal, hauling, and disposal of all debris and unusable material from proposed construction area and designated sites as shown on plans and in specifications. The owner shall retain the right to any existing materials deemed to have value. h. The Contractor shall be responsible for inspection of site, to verify the completion of all work as described in the specifications and shown on plans. i. The Contractor shall furnish and supply all supervision, equipment, and labor necessary to perform excavation, grading, backfill, compaction, and stock piling of material as specified herein and on the plans. j. Special Guidance Regarding ASBESTOS cement pipe: Contractor will be responsible for complying with applicable federal and state regulations regarding ASBESTOS cement pipe that may be encountered during excavation. Specifically, no ASBESTOS cement pipe may be intentionally disturbed without appropriate training, certification, engineering controls, and worker safety protections. Waste ASBESTOS associated with the disturbance of ASBESTOS cement pipe (whether intentional or unintentional) must be removed from the excavation and disposed of properly (wetted, double bagged in 6 mil poly, and transported to an authorized landfill). k. Procedures to be followed in the event that unexpected asbestos is found or previously non -friable asbestos materials become friable: a) There will be a designated competent person as required by the United States Occupational and Health Administration regulations in 29 CFR, 1926.1101 on site during entire project. b) All work will stop if unexpected asbestos is found or previously non -friable asbestos becomes friable and the competent person will follow all local, state, and federal regulations. Irrigation System — Rodgers Park 2 1. The contractor shall be responsible for the Texas Prevention Legislation. The Texas damage prevention law (Utilities Code Title 5, Chapter 251) took effect October 1, 1998. This law requires excavators to call 48 hours before they dig. Texas Excavation Saftey System Inc. (TESS) is a non profit corporation formed by member companies to prevent damage to underground facilities. The service is 100 percent free to excavators by calling 1-800-DIG-TESS (344-8377). in Any utility and irrigation lines shown on plans are for design and construction information only. The depths of utility lines are not guaranteed. All underground lines are referenced from known surface structures. It is not implied that all existing public utlity lines are shown on plan. Park utilities are not listed with DIG TESS. They include but are not limited to irrigation systems, park lighting and all others are private utilites. The Contractor's attention is directed to the fact that other underground utility lines may exist of public utilities that are not shown on plans. It is the Contractor's obligation to locate and familiarize themselves with all utilities that are not shown on plans. Damage to utilities will be repaired at Contractor's expense. n. All trenching or any excavation shall be a greater distance from the trunk of any plant material than ten (1Ox) times the diameter of the trunk at twelve (12") inches from the ground. If questions arise, the Contractor shall contact the Owners Representative for clarification. 2. Product Delivery, Storage, and Handling a. Protect all materials from inclement weather: wet, damp, extreme heat, or cold, theft, damage, or vandalism. b. All manufacturers' labels, installation instructions, and shop drawings shall be in included for each item. ordered. 3. Equipment Check a. The Contractor shall, one week after installation of equipment, check that all parts are secure and are in good working condition. b. Verify the completion of all work as described in the specifications and shown on plans. 4. Clean-up a. Demolition debris shall be removed from the site prior to commencement of construction work b. Within three (3) days after completion of the site, the Contractor shall clean, remove rubbish and temporary structures from the site. He shall restore adequately all property, to its original integrity both public and private, which has been damaged during the execution of work, and leave the entire site of the work in a neat and presentable condition. The cost of the "cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. This work shall be done before final acceptance by the owner will be considered. c. The Contractor shall clean up and dispose of all construction debris, including excavated rock material. The area shall be graded back into existing grade smoothly. d. All spare parts or other pieces of equipment shall be turned over to the Owner following completion of the project. 5. Warranty a. The Contractor shall guarantee all labor, workmanship, and materials supplied by the Contractor for a period of one (1) year from date of acceptance. b. Repairs made necessary due to faulty workmanship shall be made promptly by the Contractor at the Contractor's expense. Irrigation System — Rodgers Park w 6. Related Documents a. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. b. Description of Work The work that the City of Lubbock desires to be performed is as follows: Remove, save and return to owner the existing valves and sprinkler heads from the areas be irrigated at Rodgers Park. Install new controller, sleeves, booster pump, backflow assembles, piping, valves, and irrigation heads as shown on the plan. End -of -Section Irrigation System — Rodgers Park 4 SECTION 02 PRODUCT SUBSTITUTION I. General A. Work Included: Section 01 - Sutnmary of Work Section 03 — Irri a�; tion H. Substitutions A. Conditions for substitutions (`or approved equal') 1. In the event that the clause `or approved equal' is used in the specifications pertaining to materials, the Bidder desiring to make substitutions for specified equipment shall submit the following: a. Product identification, including manufacturer's name, address, and product literature. b. Product description. c. Product performance and test date. d. Reference standards. e. Manufacturer instructions for maintenance and repairs. 2. Request for substitution shall be included with the overall bid and will be considered before contract is awarded. 3. After the contract is awarded, no substitutions will be considered. It will be the Bidder/Contractor's responsibility to assure the availability of specified product or substitution before the bid date. 4. The Bidder shall provide the same guarantee for substitution as for product or method specified. 5. The Bidder shall coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all aspects. 6. The Bidder shall waive all claims for additional costs related to substitution that consequently becomes apparent. 7. The Bidder shall be prepared to send the Owner a price breakdown of any and/or all items on which he has bid. Price breakdowns will only be requested after the bid opening has taken place. t B. Substitutions will not be considered if. 1. They are indicated or implied on shop drawings or project data submittals without being formally described in detail as to their differences from what was originally specified. Acceptance will require substantial revision of the original layout of the project. End -of -Section Irrigation System — Rodgers Park 5 SECTION 03 IRRIGATION I. General A. Work Included: Section 01 - Summary of Work Section 02 - Product Substitution B. Qualifications of Bidder -Licensing 1. The Bidder shall supply the name and license number of the licensed irrigator who is responsible for the project with the bid submittal. The licensed irrigator shall be licensed in the state of Texas and must comply with TCEQ and the standards established by Title 30 TAC Chapter 344. A licensed irrigator or installer shall be on the job site at all times when irrigation work is in progress. 2. The Owner reserves the right to reject any bid if bidder is not qualified based on the above given criteria. C. Codes and Standards The Bidder is to conform to all local, state, and federal codes and ordinances. D. Discrepancies It is the intent of this contract that all work must be completed and all material must be furnished in accordance with the generally accepted practice of the area. In the event of any discrepancies between the plans and specifications or doubts as to the meaning and intent of any portion of the contract, the Owner shall define what is intended to apply to the work. II. Site Conditions A. Examination of Sites Bidder shall visit the project site and compare drawings and specifications to the actual site. Failure to do so will in no way relieve the successful Bidder from the responsibility of completing the project in accordance to project specifications at additional cost to the Owner. B. Utilities 1. The Contractor's attention is directed to the fact that other underground utility Iines may exist of which the Owner is not aware. It is the Contractor's obligation to locate and familiarize himself with all utilities and to provide for their safety. Damage to utilities will be repaired at the Contractor's expense. 2. Water Supply - Meter or other water source already installed. The Contractor is responsible for hook-up to system from the existing water meters). The connection and RPZ shall be the same size as the irrigation main, unless otherwise specified. 3. Electrical Power Supply - The Contractor will install power connection to the meter box. The Contractor shall set the meter box. The Contractor shall run power to the controller. Contractor must satisfy City of Lubbock electrical codes for hook-up. The Contractor is required to have a licensed electrician provide the electrical hook-ups. Irrigation System — Rodgers Park 6 4. Bores / Road crossings - Contractor is responsible for bores and sleeving necessary to go under city streets/utility drives to provide any utility service to the project site. Bored holes shall be of the smallest diameter that will permit installation of encasement pipe. Pipe sleeving under city streets, park roads, and or parking lots shall be 16-gauge smooth steel pipe with a minimum wall thickness of one -quarter (1/4") inch when pipe size is greater than four (4") inch diameter. Irrigation lines crossing sidewalks shall be sleeved with Schedule 40 PVC pipe twice that of the pipe when line is less than six (6") inch diameter. Pipe to be large enough for irrigation pipe and conduit for electrical control wires (if necessary). Notes shown on plans shall over ride specifications. Sleeves shall extend at least two (2') feet out from under the surface structure. III. Field Quality Control A. Responsibility of Materials The Contractor shall be responsible for all materials furnished by him and shall replace at his own expense all material found to be defective in manufacture or if it has become damaged in handling after shipment. B. Responsibility of Property 1. The Contractor shall be responsible for the protection and preservation of all plant material, monuments, and structures during installation. Any damage shall be repaired or replaced by the Contractor, at his own expense, to the satisfaction of the Owner. 2. All trenching or any excavation is to be no less than six (6) feet from the trunk of any plant material. If questions arise, the Contractor shall contact the Owner for clarification. C. Barricades and Protective Measures 1. The Contractor shall be responsible for the protection of unfinished work. The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals. He shall also take such other precautionary measures for the protection of persons, property, and the work as may be necessary. 2. The Contractor shall be responsible for all damage to the work due to failure of barricades, signs, and lights to protect it. When damage is incurred, the damaged portion shall be immediately removed and replaced by the 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 of City's certificate of acceptance of the project. IV. Submittals A. Shop Drawings Contractor shall submit shop drawings to the Owner before installation of equipment. Shop drawing to include complete layout and detail drawings illustrating the location and type of all heads, valves, piping circuits, controls, and accessories. B. Maintenance Materials At the completion of the job, the Contractor shall furnish spare parts, special tools, and equipment required to operate and maintain the system. C. Maintenance Data The Contractor shall furnish two (2) copies of parts list and repair manuals for controllers, valves, and heads. Irrigation System — Rodgers Park D. Project Record Document The Contractor shall prepare "as -built" plans of system after final check. Work to be done with legend describing symbols for equipment in a digital format of AutoCAD or "approved equal". "As -built" plans shall be accurate. Inaccurate plans will not be accepted. Final payment will not be made until "as -built" plans are submitted and approved by Park Development Staff. V. Products A. Performance of Specified Material 1. All specifications given for materials are based on the performance of the equipment. This is to assure the integrity and proper hydraulics for which the system is designed. If bid material does not conform to given performance specifications, the bid will be rejected by the Owner based on grounds that proper function of system could not be maintained by using equipment that does not meet the performance specifications required. 2. All material to be new, unused, and current. 3. All material must be a standard product of a manufacturer. 4. The Contractor shall provide performance records to verify equipment capabilities. B. Materials 1. PVC Pipe All polyvinyl chloride pipes shall be class 200, SDR 21 un-plasticized polyvinyl chloride, Type I, Grade I. 2. Polyethylene Line All polyethylene line shall be Agricultural Products, Inc. '/" polyethylene, OD = .710, ID = .610, and be made from low density. 3. Fittings a. All pipe must have manufacturer's markings clearly printed on them during installation b. All class 200 pipes must conform to ASTM. D-2241 c. All lateral piping under four (4) inches shall be solvent weld. d. All mainline piping four (4) inches and larger shall use belled ends or belled couplings using rubber gaskets in twenty- (20) foot laying lengths. e. All fittings for four (4) inches or larger mainline shall be 200 psi Gasketed Fittings. f. All fittings shall be pressure rated for 200-psi maximum working pressure. g. Gaskets shall be designed for pressure and vacuum with maximum deflection (ASTM F- 477). h. PVC Fittings (1) Schedule 40 fittings must conform to ASTM D-2466. (2) Schedule 80 fittings must conform to ASTM D-2464. j. Three (3) X Four (4) Reducing Male adapters shall not be used. 4. Swing Joints a. Nipples: Schedule 80 with molded threads on both ends, unless specified otherwise in construction detail. b. Elbows: (90 degree) Schedule 40 FIPT X F1PT. c. Pre -fabricated swing joints are acceptable as specified Sec. 06, C, 5B. d. Lateral line fittings: Schedule 40. 5. Flow Sensor Irrigation System — Rodgers Park g (1) The sensor shall be an in -line type with a non-magnetic, spinning impeller (paddle wheel) as the only moving part. (2) The sensor sleeve shall be brass (or 316 stainless steel) with the sensor housing being PPS. The sensor shall be supplied with a 2" NPT adapter for installation into any commercially available weld -on fitting or pipe saddle. (3) The sensor electronics will be potted in an epoxy compound designed for prolonged immersion. Electrical connections shall be 2 single 18 AWG leads 48 inches long. Insulation shall be direct burial "UF" type colored red for the positive lead and black for the negative lead. (4) insertion of the sensor into any pope size shall be 1 ''/a" from the inside wall to the end of the sensor housing (5) The sensor shall operate in line pressures up to 400 psi and liquid temperatures up to 220 degrees farenheit, and operate in flows of 1 fps to 30 fps. (6) The flow sensor shall be Data Industrial Model IR-220-B. 6. Valves a. Manual Control Gate Valve All gate valves shall have resilient seats, iron body, bronze mounted throughout, threaded %", brass or bronze, and shall meet all requirements of AW WAC 509. All valves shall be mechanical joint. All valves shall open by turning to the left, and unless otherwise specified shall have non -rising stem when buried and outside screw and yoke when exposed. Gate valves shall be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing. b. Quick -coupler Valves (1) Rain Bird # 44-RC, 1", Single lug, 2-piece body, heavy cast bronze with Rubber Cover Lid `or approved equal'. (2) Standard cover. (3) The Contractor shall supply the Owner with two- (2) valve keys for each Quick - coupler type. (4) Installed with minimum ten (10") inch diameter plastic valve box c. Section Valve (Hunter ICV Series or `approved equal') (1) Sized according to plan. (2) Direct burial, remote control electric valve normally closed. (3) Solenoid - Waterproof molded epoxy resin construction having no carbon steel components exposed. (4) Actuator - Stainless steel enclosed in a watertight protection capsule with a molded in place rubber exhaust port seal. Spring shall be stainless steel. (5) Diaphragm - Dual ported, made of nylon reinforced nitril rubber (6) Flow adjustment system. (7) Cold water working pressure -200 psi (8) Heavy-duty glass -filled UV resistant nylon with stainless steelstuds and flang brass nuts. d. Backflow Preventor (1) The RPZ valves shall be a Febco series 880 "or approved equal". Size to handle design flow as specified on the irrigation plans. (2) The unit shall have non -rising stem resilient seat gate valves. Irrigation System — Rodgers Park (3) The unit shall consist of four (4) test cocks with plugs which provide for in -time testing and maintenance. (4) TheRPZ valves are to be accessible from the top of the device without removing the check valve body from the line. (5) Stainless steel springs and corrosion resistant materials shall be used throughout. (6) Hot -Box enclosure to be used. (See V. Products, B., 7., Valve boxes, b.) e. Master Valve (1) The body and bonnet shall be cast iron (ASTM A 125 CI.B) with stainless steel nuts bolts, washers and diaphragm spring. (2) Diaphragm material shall be natural rubber (nylon reinforced polyisoprene). (3) The iron body shall include a protective polyester coating which is resistant to corrosive elements. Unique design with direct sealing diaphragm allows for a straight flow pattern with low friction loss. (4) Valve shall have two flange connections (ANSI CL-125) (5) Valve shall be model number: 61ELIF4HP as manufactured by Netafim USA, Fresno, California. f. Pressure Reducing Valve l (1) Bermad Model IR-420-X or "approved equal" (2) Hydraulically operated, diaphragm actuated control valve. 7. Valve Boxes a. Valve Box (Ametek "or approved equal"). (1) Supplied by the Contractor (2) To be installed by the Contractor (3) Minimum dimensions: 15" x 21" x 12" deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and shall be compatible with box to achieve depth required (no bricks shall be used). (4) Bolt -in green lid with cover lift holes (rectangular, lid shall have snap lock tab closure). b. Backflow Enclosure (1) The enclosure shall be certified to ASSE 1060 and be a minimum of 1/8" thick thixotropic polyester resin reinforced with fiberglass strand. (2) Enclosure shall utilize a lockable flip top design, for maintenance access through lid without removal of the entire unit. (3) Enclosure shall be anchored to a concrete slab or GLASSPAD from within the enclosure with steel anchors and require a single lock for security purposes. (4) Heat feature will protect the piping and equipment from exterior temperatures to -30 I degrees farenheit. Heat source shall be mounted a minimum of 7" above the slab unless it is UL or ETL certified and NEC approved for submersion. (5) Model shall be insulated with heat, number HB4000, as manufactured by Hot Box Enclosures, Jacksonville Florida. 8. Sprinkler Heads. a. Specified Head #2: Hunter 125 series (Hunter model #:125 06 SS) with flow rates x l ranging between 9 and 25 gpm, `or approved equal'. i I U (1) Sprinklers shall be pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel and brass. The nozzle and drive assembly shall also be encased in stainless steel Irrigation System — Rodgers Park 10 (2) Sprinklers shall be mounted up to one-half (1/2") inch below finished grade. b. Specified Head #3, Hunter 120 series (Hunter model #: I20 06 SS) with standard nozzle flow rates ranging between three (3) and six (6) gallons per minute `or approved equal'. (1) Sprinklers shall be pop-up type with gear drive for full circle and part circle coverage. The final gear drive and bull gear drive shall be made of stainless steel and brass. The nozzle and drive assembly shall also be encased in stainless steel. (2) Sprinklers shall be mounted up to one-half (1/2") inch below finished grade. 9. Controller: (Provided by Owner) Rainmaster Evolution DX2TM irrigation controller shall be manufactured by Rain Master Irrigation Systems, Inc. 10. Lightning Arrestors with Grounding Rods (if applicable). a. Arrestor to be installed at controller b Contractor. Lightening rods shall be installed b Y � g y Contractor. b. Ground Rods -Copper coated steel using copper coated or bronze one-piece clamps. 11. Control Wiring a. All 24 volt wiring to be 14 AWG-annealed copper, Baron UF, 600 volt, PVC coated UL approved direct burial. b. All wire to be single stranded, one wire for each electric valve and a common wire. (1) 12 gauge Common wire (2) 14 gauge Zone wire c. Flow Sensor wire — EV-CAB-SEN or "approved equal" — 2 conduitor direct burial shielded cable for connectiong flow sensors to controllers. Maximum allowable distance is 2000 feet. d. Communication Cable — EV-CAB-COM or "appoved equal" - 2 conductor direct burial shielded cable for connecting controllers. Maximum allowable distance is 2000 feet. e. All control wires to be installed at minimum depth of eighteen (18") inch and directly alongside any pipe if the same ditch is used. f. Add yellow and green 14 gauge spare wires looped in mainline ditch. Contractor shall place a minimum of 18" of each spare wire in each valve box. 12. Miscellaneous Equipment 1_4 a. Chameleon Pump Stations by Cycle Stop (Provided by Owner, fully installed by Contractor) (1) Intake and Discharge are both 3" (three) inch (2) Concrete pad by Contractor b. Wire Connectors shall be DS-400 model as manufactured by Spears, Prefilled Dri-Splice Connector w/Crimp Sleeve or approved equal. c. Provide moisture -proof connection for underground wiring. d. Solvent Cementing (1) Primer- Weld -On P-68 Purple Colored Only (All pipe and fittings) (2) Solvent- %:" then 1 '`/a" Weld -On #705; 2" three-10" Weld -On #717. (3) Manufactures Recommendations shall be followed at all times. e. Thrust Blocks (1) Concrete "ready -mix" - 3,000 PSI. in 28 days with number #3 rebar installed. To be placed at all angles and terminal ends of two and one-half (2'/z") inch or greater Irrigation System — Rodgers Park I 1 The Contractor shah exercise care in handling, loading, and unloading of all equipment. All PVC pipe, fittings, and other equipment shall be adequately covered and protected from the elements Pipe and fttuigs also shall be transported ii such a fashion.as;to be protected from excessive bendin and from external concentratedload at an g . s y point. ' B.- Trenching _ 1 To have straight; flat bottoms and of sufficient depth' sprinkler head and operable swing point ' _ 2 Trench Size a Minimum width `Six (6"), inches and/or, six (6") inches greater than pipe size i b Minimum coverover installed supply piping:: Eighteen. (18')inches c Minimum cover over installed branch piping Fourteen (14"),inches d Minimum cover over installed outlet piping Fourteen (14")inches e e. Maximum cehterline depth main lice shall riot exceed twenty=%ur (24") inches at zone valves f.` Maximum center ih& depth of zone valves shall not.exceed eighteen (18") inches at zone _� valves 3 Pipe pulling is not acceptable 4 All trenches andad�ouung areas, shall tie and ;rakecl to leave the grade in'as good or better condition #hen before construction started _ ....._ ......._ .__.. ,... t 5 All settling and low areas that occur within the firsttwelve (T2j months. shall be the : = _:. responsibility of the Contractoro fill and level .-. 6 Trench toaceoiTunodate,grade changes • = 1 7 Mamtaintrenches free of debrss material, or obstructions that maydamage pipe. 8 Where rock or aflier undesirable"materials are encountered trenches'are to be over excavated t t bythree (3"jmches to allow fora #hree (3") inch layer -of finely graded sand under.all piping. l After the piping is installed, finely graded sandshall be placed around the piping up -to a == point three (Y' inches above the piping: . 9 A11 trenches are to be inspected and approved by Owner before covering. 3 10 Trench digging machinery may lie used,ta make trench excavation except in places where - = operation gfsame would cau- sem daage to existing structurese ther`aboye or below gro. und;_ ui auehinstances-:hand rriethos :sh'alllie:employed 11 The Contractor shall locate all existing underground lines, of which he has been advised iv ether or not they are shown oil the drawings; su cientt m advance of the trenchiu '.to.. y g _ make whatever provision~necessary to pxevenf damage theeta. Extreme care shall be used to _. t Irrigation Sysfeni Itoaget , Rik'.' get, 12 prevent such damage and the Contractor shall be fully responsible for damage to any such lines. 12. There will be no classification of, or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from _ damage by construction equipment. All excavated material shall be piled in a manner that will not endanger the work or existing structures and which will cause the least obstruction - to roadways. 13. The Contractor will be required to locate all known utility lines far enough in advance of the trenching to make proper provision for protecting the lines and to allow for any deviations that may be required from the establishment lines and grades. 14. Excess trench excavation, not used for backfill, shall be disposed of by the Contractor, and at the Contractor's expense as directed by the Owner. 15. All trench backfill shall be flooded to prevent settling to 95% Standard Proctor Maximum Density. Tamping is required, at road crossings and cross country trails. The material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95% of maximum density at optimum moisture as determined by ASTM D698. 16. It is understood that the piping layout is dynamic and piping shall be routed in such a manner to achieve the intent of the plan. C. Installation 1. Install pipe, valves, controls, and outlets in accordance with manufacturer's instructions. 2. Connect to utilities. 3. Set outlets and box covers at finish grade elevations. 4. Provide for thermal movement of components in system. 5. Swing Joints a. Swing joints shall be used on all rotary gear driven sprinklers and shall be of the same diameter as the inlet opening and shall have a twelve (12") lay length. b. Pre -manufactured swing joints shall be used as manufactured by Spears swing joint schedule 80t, Lasco G132-212, or KBI TSA-1000TT. 6. Use flexible risers on all fixed head pop-up sprinklers. 7. Wiring: a. All wiring shall be Type UF, copper direct bury type made for the irrigation industry. Wiring shall be color -keyed: 12 ga. white for ground, 14 ga. red for operation of equipment, and an eighteen inch (18") loop in each valve box of a 14 ga green and a 14 ga.yellow spare. b. Wire splices will only be allowed within an accessible control box. Hine direct burial splices will not be allowed. Wire Connectors shall be DS400 model as manufactured by Spears, Prefilled Dri-Splice Connector w/Crimp Sleeve or approved equal. c. Provide looped slack at valves and turns in trench to allow for contraction of wires. d. All wire passing under existing paving, sidewalk, etc., shall be encased in plastic conduit extending at least twelve (12") inches beyond edges of paving or construction. e. All electrical control wiring shall be wrapped together on 10-feet increments with plastic tape. An electrical wiring schematic shall be furnished with the equipment. f. Tracer wire and warning tape shall be installed with all fresh water piping. Tracer wire 16 Gauge CU. shall have the insulation removed for at least six (6") inches every thirty (30') feet of run. Potable Water Warning tape shall be run at half the depth of the top of the pipe. Irrigation System — Rodgers Park 13 U E g. Extra yellow and green wires installed in mainline ditch. 8. After piping is installed, but before outlets are installed and backfill commences, open valves and flush system with full head of water. 9. Dissimilar Materials Piping Joints: Construct joints using adapters that are compatible with both piping materials, outside diameters, and system working pressure. I 10. Concrete Thrust Blocks are required at ail turns and dead -ends on pipe sizes three (T) inches and over. Pipe of smaller sizes may also require thrust blocks if so directed by the Owner. Concrete shall have a twenty-eight (28) day compressive strength of 3000 psi, minimum. (See Detail). Control wire shall not be encased in the thrust block. 11. Dripline to be Techline CV , Pressure compensating with check valve. As manufactured by Netafim. Emmitter spaceing to be 12" with .9gph output. 12. Filters to be manufactured by Netafim and installed as shown on plan. D. Laying of PVC Pipe 1. The pipe is to be snaked from side to side of trench bottom to allow for expansion and contraction of the pipe. 2. All foreign matter is to be removed from inside of pipe before joining. Keep clean during laying operations by means of plugs or other approved methods. 3. All lumber, rubbish, and large rocks shall be removed from the trenches. Pipe shall have firm, uniform bearing for the entire length of each pipeline to prevent uneven settlement. 4. Do not lay pipe in water, or when trench or weather conditions are unsuitable for work. 5. When work is not in progress, securely close the open ends of pipe fittings so that no trench water, earth, or other substance will enter pipes or fittings. 6. Take up and relay any pipe that has the grade or joint disturbed after laying. 7. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against the vertical face of the trench, but not against rock. 8. Thrust blocks to be used. (See V. Products, B., 12.d., Thrust Blocks) 9. Make joints in all threaded fittings by applying Teflon tape on male threads. Use of Teflon dope is prohibited. 10. Where threaded PVC connections are required, use threaded PVC adapters. 11. There shall be no less than nine (9) inches of pipe between any two fittings, except for close nipples used in swing joints. 12. No cross tees or street ells are to be used at any time. 13. On cut pipe, all burrs to be removed, tees and pipe to be cleaned, and primer and solvent applied as to standard application process. 14. After pipe has been solvent weld, do not apply water pressure for a time less than that of the manufacture's recommendation, considering current weather conditions. 15. All pipe shall be installed so that manufacture's markings are facing in the up position. 16. Excess PVC Solvent shall be removed from joints before drying to prevent pipe weakening. Pipe connections made with excess solvent will not be accepted. 17. Solvent welding will not be permitted if weather conditions prevent joints from remaining free of dirt or moisture, while the joint is being made. Also, if the temperature is below that specified by the pipe or solvent manufacturer's recommendations. 18. The Owner must be given twenty-four (24) hour notice before the pipe trenches are covered' so that Owner's representative may be present for inspection. After the pipe system has been inspected and approved, trenches may be closed. _1 Irrigation System — Rodgers Park 14 19. All pipe shall have a one (1') foot minimum vertical separation from all utility lines in close proximity. E. Installation of Valves (gate, double check, and section valves). 1. Install all new valves on a level grade with the mainline. Valve boxes shall extend a minimum of three (3") inches below bottom of valve. Valve box extensions shall be used as necessary and shall be compatible with the valve box. 2. RPZ check valves two (2) inches or smaller shall be installed with PVC unions on both sides of the valve assembly. RPZ check valves three (3) inches or larger shall be flange mounted. 3. After installing valves and valve boxes, backfill holes with a three (3") inch minimum washed gravel, three-quarters (3/4") inch size up to bottom of valve. 4. Quick -coupler valve to be installed on swing joint. Top to be flush with finish grade. F. Sprinkler Heads l . All sprinkler heads to be installed at spacing indicated on plans. 2. Sprinkler heads installed on swing joint assemblies shall be installed so that the top of head is slightly above ground level to allow for settling. 3. All sprinkler heads to be set to property arc by the Contractor. 4. All sprinkler heads to be installed six (6) inches from existing and/or proposed fence line G. Flushing 1. The mainline and valves will be flushed after installation. Full working pressure must be used to flush all lines. On a loop system the two valves the greatest distance from the water source will be opened. On any other configuration of mainline, the last valve on each mainline will be opened for flushing. The Owner's representatives must be given twenty- four (24) hours notice before flushing begins so they may be present for inspections. After mainlines have been inspected and flushed, the lateral lines may be installed. 2. The lateral lines will be flushed just before head installation. The flushing procedure will consist of pointing all swing joints away from ditch line to prevent contamination. Next, open the valve with full working pressure and begin capping each swing joint with a threaded cap, beginning with the swing joint closest to the valve and ending with the swing joint the greatest distance from the valve. Twenty-four (24) hour notice must be given to Owner's representatives for inspection. 3. Flush pipes until free of all rock, dirt, trash, pipe shavings, and debris. H. Leakage Test 1. After pipe is laid, line to be pressurized and all air expelled from line at highest point of each section. 2. Each line to be inspected for leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with good material. I. Backfill 1. Trenches to be backfilled with the excavated earth from trench work. All rocks and debris to be removed and no item larger than one (1) inch diameter to be placed back in the trench. Backfill is to be compacted and flooded to settle trench. The Contractor shall add more backfill if needed to bring trenches to existing grade. J. Controller (if applicable) 1. Contractor to locate controller as indicated on plans. Irrigation System— Rodgers Park 15 2. Contractor shall install a concrete slab four (4) inches thick flush to ground. The Contractor shall install a controller pedestal (provided by owner) which is designed for use with the specified controller. Contractor shall install grounding rod through concrete slab and inside of the control pedestal. 3. Contractor shall install rigid conduit from edge of slab, ell up through and attach to controller box. One conduit for power source; one conduit for common/section wires. 4. Power wire conduit to be YV diameter rigid conduit to meet city code. 5. One duplex plug shall be installed in the controller box. K. Wiring 1. Control wires from controller to valves shall be laid in sprinkler line trenches (if applicable - wiring to be installed along wiring route on plan). 2. Control wires to be taped together every ten (10) feet along trench. 3. Expansion loops shall be made at every turn in the trench and every 50 foot length of wire run by wrapping at least five (5) turns of wire around a one (1) inch rod or pipe. Next, withdraw the rod leaving turns in wire. 4. All wire connections or splicing work shall have moisture proof connectors, and their location must be denoted on the as -built plan. Contractor shall minimize amount of splices. 5. Common valve wiring shall be white through entire system. 6. Section valve wiring shall be red through entire system. White wire may not be used as section wire. L. Lightning Arrestors and Rod 1. A lightning arrestor and rod shall be installed at each controller. The rod shall be installed by the contractor and placed within the concrete slab below the controller. 2. Rod shall be copper coated steel, minimum 8 feet long, and 5/8" diameter. 3. Rod shall have minimum resistance of twenty-five (25) OHMS or less. 4. Rod to be connected to controller by a copper coated or bronze one piece clamp. 5. Wire used to connect controller to lightning rod shall be 6 gauge solid copper wire or one gauge larger than power wires, whichever is largest. M. Testing and inspection 1. Do not allow any of the work in this section to be covered or enclosed until it has been inspected, tested and approved by the Owner or Owner's Representative. 2. Prior to backfill, the main line and with control valves in place but before the lateral lines are connected, completely flush and test the main line. 3. Fill the main line with water for a twenty-four (24)-hour period prior to testing. 4. Pressure test main lines with 100 psi for a period of two (2) hours. Allowable leakage shall be as determined by the formula listed in AWWA C600. The Owner will witness and approve all tests. Notify the Owner at least twenty-four (24) hours in advance of all testing. 5. Provide all testing equipment and personnel required to complete the testing procedure. Repeat testing as required. 6. Flush, clean, adjust, and balance all systems. 7. Adjust heads for proper coverage. 8. Potable Water Lines: Hydrostatic test for six (6) hours at I50 psi. There shall be no leaks whatsoever. Irrigation System — Rodgers Park 16 dt 9. Backflow preventor shall be tested and certified, and three (3) copies shall be provided; one to the owner, one to the water purveyor and one to remain with the tester as required by local, state, and federal codes and ordinances 10. to the owner as required by local, state, and federal codes and ordinances VII. Inspection/ Acceptance A. Preliminary Inspection 1. When all initial installation is done and all incidentals necessary to the proper function of the system is done, the Contractor shall request the Owner to walk through system and visually check the operation of the system. At this time the Owner and the Contractor will discuss repairs that may need to take place. B. Final Inspection 1. After preliminary inspection has taken place and all corrections and repairs have been completed by the Contractor, the Contractor and the Owner will again walk through system to check operation. This procedure will be repeated until system operates to the Owner satisfaction. At this time the Owner will accept system from the Contractor. An acceptance form will follow from the Owner to the Contractor. VIII. Clean up and Adjusting A. Removal of Site Debris. The Contractor shall: 1. Make final clean up of all parts of work. 2. Remove all construction material and equipment. 3. Prepare the site in an orderly and finished appearance. 4. Remove from site any rock or extra dirt that resulted from this and restore site to its original condition. 5. Flush dirt and debris from piping before installing sprinklers and other devices. 6. Adjust automatic control valves to provide flow rate of rated operating pressure required for each sprinkler circuit. 7. Carefully adjust lawn sprinklers so they will be flush with, or not more than one-half (1/2") inch below finish grade after completion of landscape work. 8. Adjust settings of controllers and automatic control valves. 9. The Contractor will be required to remove all construction debris from the site. Final clean up by the Contractor must be acceptable to the Owner. IX. Commissioning A. Starting Procedures 1. Follow manufacturer's written procedures. If no specific procedures are prescribed by proceed as follows: a. Verify that specialty valves and their accessories have been installed correctly and operate correctly. b. Verify that specified tests of piping are complete. c. Check that sprinklers and devices are correct type. d. Check that any damaged emitters, valves and devices have been replaced with new materials. e. Check that potable water supplies have correct type backflow preventers. f. Energize circuits to electrical equipment and devices. Irrigation System — Rodgers Park 17 g. Adjust operating controls. 2. Operational Testing: Perform operational testing after hydrostatic testing is completed, backfill is in place, and emitters are adjusted to final position. B. Demonstration 1. Demonstrate to the Owner that system meets coverage requirements and that automatic controls function properly. 2. Demonstrate to the Owner's maintenance personnel operation of equipment, sprinklers, specialties, and accessories. Review operating and maintenance information. 3. Provide a seven (7) day written notice in advance of demonstration. C. Guarantee The Contractor shall: 1. Make all needed repairs or replacements due to defective workmanship or materials for exactly two (2) years following date of final acceptance. 2. Be responsible for all expenses necessary for repairs and replacement. 3. Pay all expenses incurred if the Contractor fails to act upon a request from the Owner for repairs to system. If the Contractor fails to do work within ten (10) days after request has been made by the Owner, the Owner will proceed with repairs and charge all expenses to the Contractor. 4. Pay for expenses incurred to project due to vandalism prior to final acceptance. Owner shall pay for all expenses incurred due to vandalism after final acceptance. End -of -Section Irrigation in Texas is regulated by the Texas Commission on Environmental Quality P.O. Box 13087, Austin, Texas 78711-3087 Irrigation System — Rodgers Park 18 .1 SECTION 02921 TURFGRASS LAWNS PART 1- GENERAL. 1.01 SCOPE A. This work includes all labor, materials, and equipment for soil preparation, fertilization, planting, and other requirements regarding turfgrass planting areas shown on plans. 1.02 RELATED DOCUMENTS: The Drawings and all specification herein apply to the Work in this Section. 1.03 SUMMARY: A. Work Included: l . Furnishing and applying hydromulch seeding. 2. Bed preparation 3. Warranty B. Related Work in Other Sections: 1. Section 02300 - Earthwork. 2. Section 02810 - Irrigation System. 1.04 QUALITY ASSURANCE: A. Source: 1. Seed: Shall be subject to inspection and approval by Landscape Architect at the site upon delivery for conformity to specifications. Such approval shall not impair the right of inspection and rejection during progress of the work. The Landscape Architect reserves the right to refuse inspection at such time if, in his judgment, a sufficient quantity of seed is not available for inspection. B. Inspections: 1. Make written request for inspection of finish grade prior to seed bed preparation. 2. Make written request for the inspection of seeding operations. Such inspection is for the purpose of establishing the Maintenance Period. 3. Submit written requests for inspections to the Landscape Architect at least seven (7) days prior to anticipated Inspection date. 1.05 SUBMITIAL: Furnish required copies of manufacturer's literature, certifications, or laboratory analytical data for the following Items: A. Seed/Sod Source. (Certifications) B. Top Dress Fertilizer. (Certification) 1.06 SCHEDULING A. PIanting Restrictions: Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of TURFGRASS LAWNS 02921 - 1 4219 Substantial Completion. 1. May 15th to August 31st for Bermuda seeding. 2. Overseeding - Annual Rye Grass a. If Bermuda seeding cannot be established by September 15, turf areas are to be over -seeded with annual rye-grass at a rate of 4-lbs'/1,000 s.f. If this is required, the contractor shall maintain the annual grass turf, as needed, including but not limited to irrigation, mowing to maintain a maximum height of three (3"), and edging, as required. b. This annual rye grass maintenance shall be considered as a separate item from the 3D-day maintenance period specified for the seeded Bermuda grass. c. The Contractor shall apply a minimum of two applications of Roundup herbicide to the annual rye grass in early spring in preparation for Bermuda grass seeding. The two applications should be separated by a period of 10-14 days and contractor should notify the Landscape Architect of the schedule of Roundup application. d. After sufficient annual grass kill has been verified by the Landscape Architect, turf areas shall have an "Aera-vator" PTO driven, vibration tine, aeration device process the soil to a depth of three (3") inch to four (4") inches prior to seeding the Bermuda grass as specified. B. Weather Limitations: Proceed with planting operations only when existing and forecasted weather conditions permit. 1.07 WARRANTY PERIOD: A. Time Period: Warrant that all turfs and grasses shall be in a healthy and flourishing condition of active growth six (6) months from date of Final Acceptance. B. Appearance During Warranty: Turf shall be free of dead or dying patches, and all areas shall show foliage of a normal density, size and color. Complete lush cover with no brown sections or cracks showing. C. Delays: All delays in completion of planting operations which extend the planting into more than one planting season shall extend the Warranty Period correspondingly. r 4` D. Exceptions: Contractor shall not be held responsible for failures due to neglect by Owner, vandalism, etc., during Warranty Period. Report such conditions in writing. E. Replacements: Replace, without cost to Owner, and as soon as weather conditions permit, all turf and grasses not in a vigorous, thriving condition, as determined by Landscape Architect during and at the end of Warranty Period. F. Matching: Closely match all replacement sod with adjacent areas of turf or grass. Apply all requirements of this Specification to all replacements. 1.08 REPLACEMENTS: Unacceptable Workmanship: (Turf and grass) areas exhibiting conditions which are determined as unacceptable workmanship shall be repaired and/or replaced at no additional cost to the Owner. 1.09 FINAL ACCEPTANCE: Work under this Section will be accepted by Landscape Architect upon satisfactory completion of all work, but exclusive of re -application under the Guarantee TURFGRASS LAWNS 02921 - 2 4219 Period. PART 2 - MATERIALS 2.01 TURF SEED A. Composition: Fresh, clean, certified, Class'A', new crop seed. B. Type: "Cynodan dactylon" Common Bermuda `Celebrity'. C. Deliver to the site in the original sacks as received by the Producer and each sack shall be tagged in accordance with the agricultural seed laws of the United States and the State of Texas. Each sack shall be tagged showing the dealers guarantee as to the year grown, percentage of purity, percentage of germination and the date of test by which the percentages of purity and germination were determined. All seed sown shall have a date of test within six (6) months of the date of sowing. D. Any seed delivered prior to use, shall be stored in such a manner that it will be protected from damage by heat, moisture, rodents or other cause. E. The mixture to be used shall be proportioned by weight and consist of the following varieties to be sown at the rate of six (6) pounds per 1,000 square feet (210 pounds per acre): Turf Seed Mixture for turf areas Proportion Purity Minimum by weight Germination Cynodan Dactylon-Common Bermuda 85% 98% 90% `Celebrity' Lolium perenne- Perennial Ryegrass 10% 98% 90% Poa Annual Ryegrass 5% 95% 90% F. Weed Seed: Do not exceed 0.25%. 2.02 FERTILIZER A. Pre -planting Fertilizer Application for Turfgrass Planting Areas: Fertilizer for the initial planting application shall be of N-P-K ratio of 4-5-1 (19-26-5). The phosphorus component must be derived from monoammonium phosphate to stimulate vigorous development of new roots, stolons, and rhizomes. The initial application must be applied and incorporated into the soil immediately (no more than two (2) days) prior to sodding. 1. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. B. Post Planting Application: Fertilizer for the post planting application will be a complete fertilizer of chemical base containing by weight the following percentages of nutrients: 273- 4 +2% Fe (N-P-K) from methylene urea or the nitrogen equivalent of 33-3-1 O. The application rate should provide one (1) lb. of N 11000 sq. ft. 1. Specification Submittal: Submit a sample label or specification of the fertilizer TURFGRASS LAWNS 02921 - 3 4219 proposed to be used for the Owner's approval. 2.03 HYDROMULCH MATERIALS A. Mulch: All mulch will be manufactured from hardwoods only and will be refined specifically for turf hydromulch applications. Three approved mulches are manufactured by Conwed, Weyerhauser, and Texas Fiber Co. 1. Submittal: Submit a sample label or specification and a sample packet of the proposed mulch for the Owner's approval. PART 3-EXECUTION 3.01 GRADING AND VERIFICATION: A. Coarse Grading 1. Stones, Weeds, Debris: Verify that all areas to receive turf are clear of stones larger than one and a half (1-1/2") inches diameter, weeds, debris and other extraneous materials. 2. Grades: Verify that grades are within two (2) inch plus or minus of the required finished grades. No Grades greater than I inch shall close upon itself. 3. Tillage: Larger graded areas at the South end of the park shall be tilled to a depth of six inches with a chisel type breaking plow. Initial tillage shall be followed by a disc harrow B. Final Grading I . Stones, Weeds, Debris: Verify that all areas to receive turf are clear of stones larger than I in. diameter, weeds, debris and other extraneous materials. 2. Grades: Verify that grades are within one (1) inch plus or minus of the required finished grades. No Grades greater than I inch shall close upon itself. Verify that soil preparation and fertilization has been installed. Report all variations in writing. 3. Tillage: Larger graded areas at the South end of the park shall be power raked to a depth of one inches. initial power rake pass shall be followed by a second pass at an angle between thirty (30) to sixty (60) degrees to the initial pass followed by a pass with a eultipacker or roller. C. Schedule: Immediately after the finished grade has been approved, begin sodding operations to reduce excessive weed growth. If sod bed is dry immediately prior to installation, dampen surface with a fine mist of water. D. Soil Moisture: 1. Excessive Moisture: Do not commence work of this section when soil moisture i content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or that clods will not break readily. i 2. Inadequate Moisture: Apply water, as -necessary, to bring soil tooptimum moisture content for planting. t 3.02 BROADCAST SEEDING ON PREPARED FINISHED GRADE: TURFGRASS LAWNS 02921 - 4 4219 i A. Bed Preparation: Immediately after the finished grade has been approved, begin broadcast seeding operation to reduce excessive weed growth. B. Special Equipment and Procedures: Hydraulic equipment used for the application of fertilizer and seed; disc, harrow or aerator and a cultipacker or roller. C. Application: l . Contractor shall obtain approval of seeding area preparation from the Landscape Architect prior to application. 2. Operators of broadcast seeding equipment shall be thoroughly experienced in this type of application. Apply specified seed mix in a motion to form a uniform coverage at specified rate. 3. Immediately following broadcasting of seed, Contractor shall aerate the seed bed x one (I") to two (2") inches deep at a speed to cover the seed with soil one quarter (1/4) to one half (1/2") inches deep in a motion to form a uniform coverage of the entire seeding area. 4. Immediately following aeration, the Contractor shall pack the soil with a cultipacker or roller to get seed in good contact with the soil. 5. After aeration, the Contractor shall not operate any equipment over the covered area. 6. Refer also to the maintenance portion of this Section. B. Unseeded Areas: If, in the opinion of the Landscape Architect, unplanted skips and areas are noted after broadcast seeding, the Contractor shall be required to seed the unplanted areas with the grasses that were to have been planted at no additional cost to - the Owner. 3.03 PROTECTION: A. No heavy equipment shall be moved over the planted turf area unless the soil is again prepared, graded, leveled, and replanted. It will be the responsibility of the Contractor to protect all paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage. Any damages shall be repaired or replaced at no cost to Owner. 3.04 ESTABLISHMENT AND ACCEPTANCE: Regardless of unseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor to establish a uniform stand of turfgrass as herein specified. A. Uniform Stand of Seeded Areas: Complete coverage is defined as a healthy, uniform stand of grass which is free of weeds and surface irregularities, with coverage exceeding 90 percent over any ten (10) square feet (0.92 sq. m) and bare spots not exceeding five (5") inches by five (5") inches (125 min x 125 nun). 3.07 IRRIGATION SYSTEM: The proposed irrigation system must be complete in ALL respects and must be fully operational before turfgrass planting may begin. After planting, any breakdowns in the irrigation system attributable to warranty items must be immediately repaired by the Contractor. 3.08 POST -PLANTING MAINTENANCE: Maintenance shall begin immediately alter each grass TURFGRASS LAWNS 02921 - 5 4219 area is planted. All planted areas will be protected and maintained by watering, weed control, redressing and replanting as necessary for at least thirty (30) days after initial planting and for as much longer as necessary to establish a UNIFORM STAND OF THE SPECIFIED GRASS and until the entire project is accepted by the Owner. Grass shall be mowed to a height of two (2") inches. All turf areas adjacent to paved areas shall be edged to maintain a neat appearance. All areas which are not completely covered with the specified grass at the end of thirty (30) days will continue to be replanted, re -dressed and maintained by the Contractor until complete coverage and acceptance are achieved. 3.09 EROSION CONTROL: Throughout the project and the maintenance period for turfgrass, it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and turfgrass losses due to erosion will be replaced by the Contractor until establishment and acceptance is achieved. 3.10 INSPECTIONS: A. Make written request for inspection after areas have been seeded and sodded. B. Submit requests for inspections to Landscape Architect at least two (2) days prior to anticipated inspection date. 3.11 CLEAN-UP: A. General: Keep all areas of work clean, neat and orderly at all times. Keep all paved areas clean during planting operations. B. Debris: Clean up and remove all deleterious materials and debris and material unearthed t as a result of turf grass planting operations from the entire work area prior to Final Acceptance. } 3.12 GUARANTEE: The Contractor shall guarantee all materials used for this work to be the type, quality and quantity specified. END OF SECTION 02921 TURFGRASS LAWNS 02921 - 6 4219 J City of Lubbock Public Works Engineering Design Standards and Specifications of ck rExas Z1IK/13 Department of Public Works Engineering City of Lubbock, Texas January 1, 2013 These Standards and Specifrcations are general standards and specifications for design work on public infrastructure. At all times these regulations are subject to the specific oversight and judgment of the City Engineer who may make modifications in their implementation as may be necessary on a case -by -case basis to protect the best interest of the public. Design Standards and Specifications Table of Contents SECTION 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION 1.1 General......................................................................................................................................1 1.2 Design Flow................................................................................................................................1 1.3 Design Pressure..........................................................................................................................2 1.4 Hydraulic Design.........................................................................................................................2 1.5 Typical Layout............................................................................................................................2 1.6 Bedding and Cover......................................................................................................................3 1.7 Relation to Sanitary Sewer Mains and Appurtenances....................................................................3 1.8 Pipe Size and Spacing................................................................................................................6 1.9 Pipe Materials.............................................................................................................................6 1.10 Methods of Connection................................................................................................................7 1.11 Flanged Outlets..........................................................................................................................7 1.12 Valve Spacing.............................................................................................................................7 1.13 Fire Protection Requirements.......................................................................................................7 1.14 Easements..................................................................................................................................8 1.15 Soil Analysis................................................................................................................................9 1.16 Pipe Restraints and Reaction Blocking..........................................................................................9 1.17 Tunneling, Jacking and Boring.....................................................................................................9 1.18 Dead-end Mains..........................................................................................................................9 1.19 Abandonment of Water Mains....................................................................................................10 SECTION 2 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS 2.1 Plan Submittal Requirements.....................................................................................................11 2.2 Plan Details..............................................................................................................................13 SECTION 3 MINIMUM DESIGN STANDARDS FOR SANITARY 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...........................................................................................................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 Bacteriological Testing......................................................................................43 Design Standards and Specifications Table of Contents 5.11 Restoration and Clean Up..........................................................................................................44 5.12 Warranty and Acceptance......................................................... SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.1 General ............................ . 6.2 Plan Requirements....................................................................................................................45 6.3 Plan Approval...................................................................................................................45 6.4 Inspection................................................................................................................................45 6.5 Specifications..........................................................................................................................45 6.6 Materials of Construction...........................................................................................................45 6.7 Methods of Construction............................................................................................................50 6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes .59 6.9 Lift Station ................................. . 6.10 Restoration and Clean Up..........................................................................................................66 6.11 Warranty and Acceptance.....................................................................................................67 SECTION7.....................................................67 APPROVED MATERIALS AND MANUFACTURERS LIST 7.1 Introduction............................................................................ .68 ................................................. 7.2 Product Submittal Procedures ................................ . 7.3 Evaluation Process ........................... ..................68 ........................................................................................69 7.4 Approval Process......................................................................................................................69 7.5 Water System...........................................................................................................................71 7.6 Sanitary Sewer System.............................................................................................. 7.7 Water and Sanitary Sewer Systems............................................................................................83 SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.1 General....................................................................................................................................84 8.2 Design Standards......................................................................................................................84 8.3 Testing and Inspection.................................................................. 8.4 Notification of Property Owners ................................................... 8.5 Protection of Utilities and Irrigation Systems ............................ ""....86 8.6 Water for Construction ..................................................................................86 8.7 Concrete.......................................................................................................................86 87 8.8 Subgrade and Base............................................................•.• ..............................................................................95 8.9 Hot Mix Asphalt Concrete Surface(HMAC)...........................................10, 8.10 Micro-Surfacing....................................................................................................................... 108 8.11 Storm Sewer .................................... 8.12 Fences .............................. .........................................................................................111 8.13 Salvage of Asphalt Paving.......................................................................................................117 8.14 Traffic Control..................................................................................117 . 8.15 Prosecution of the Work and Working Day.............................................................................1...........................................118 8.16 Measurement and Payment .................... S..............................................................................120 8.17 Restoration and Clean Up .......................................................... 8.18 Certificate of Completion and Warranty..................................................................................123 SECTION g 123 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.1 Plan Submittal Requirements....................................................................... ..124 .......................... 9.2 Plan Details...................................................................................................... ................. .....125 SECTION 10 TYPICAL DETAILS OF CONSTRUCTION 10.1 General Details ................................ 10.2 Water Details.......................................................................................................................127 10.3 Sewer Details..........................................................................................................................130 ......................................................................................143 10.4 Street and Drainage Details.................................................................................................... .153 10.5 Appendix.................................................................... 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. 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 specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. A. When information indicated on plan sheets is in conflict with these specifications, 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: 4/ Z •7,e�f k ��g s� OF /yo `,.y • ' .58 feet 0.67 feet • •9KITT - 1 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: B. Asphalt dips shall not be used In the place of concrete dips or valley gutters. 8.3 Testing and Inspection Section 8 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 City's testing and inspection efforts are not intended to replace the contractor's responsibility to comply with the specifications. 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 re -test 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 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. 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 oesigb Standards old sp* ta, t_i qns SO*t$'4nd: Drainage 53ecif_ SX.02 Fire, hydrants shall be'operated only by. use -of an- approved flr6- hydrant wrench. kd­ pipe wrenches, or other unapproved devices, shall be used to open and close a fire6-' rant.-'-- too loading trucks or containers the contractor shall- provide a back.:Row prevention, assembly on the discharge side of the meter. A. Th6 backflowpreventton assembly shall .be_ in the f6rm of two spring loadedball check valves. B. 'Wheri"filling the truck or container there shall -be an air gap` of at least two; times .the opening' diameter of the track or container. 8.6.04- F6 - r 7 *bottom loading 'trucks 'th6.-­contractor shall provide'a Reduced-Pirie's'-surd Z6fie (110k)--typ6 bac'kflow prevention assembly.. A. AlIfT...4 type back flow"Prevention assemblies must -be tested and the test results:apprdved-by the City prior to use. B. The - test Gent to the City of. Lubbock- ; Public Works!';Depa st It t Then Metiw- and: Cut m er for-approva'l. -in accordance. with City of Lubbock ordinance No 10208 "Pertbining''to -.Bh&o1Ar.---,,: Prevention", City representatives are authorized to�suspenf,atOr'Lsd"from a:hroh -y� . _j by -a contractor 'until .the prqper and correct batkfl6w-prevention devices`are installed 8.7 Concrete , 8 7 0i These specifications 'shall govern Portland cement lconcrete , used -for: curb and; gLi guqq1(s alle g -st eWalksi 'street :,paying, curb ypaving, Id `Mddlaifts ."afid- :drainage J A., .,_-The ccncr4dshall _6ebiqduced at a k dy-mlx.-Coridr6te :Batch Plant'--corif s7 _w, B. The concrete -shall betrafsporled to the rrqjd&location in approved MrgDrum Agitor, Trucks shaff. be p a-6d within one ,hour of m'ix'inq:**.-. time. The."'concrete shall be continuously :mixed 'Oudn'Transit C. to' ebishall 'fta've temperature emp&atUreof less than 90.-degr6es'attime of placement. 04n' Li above is tphi e rejecfied and shall be removed from site 0' No,more ,than :eight yards - of concrete shall be load.-edfr"A'Revo.iving Drum NgUtdr.Truck an tsite sportedtpjp ,Lopds41W excess o .eights will be4ejeed renjoy"dIft from Job -any nature an E. .patching: of jie; -shall allowed 16repairing — concrete.. -Improvements. Whiere damageth"., se"cH h' I' d to th�, nearest joints and :qccqrs�� eY_ s 'al .'be'remove sh-all 0-"rp_p_.Ibt'ed with r,ew"s'-f,r­drfti;on. sallcracks with "n,6-eviderceof displiden ert may .m be,qTed y; epoxy�-onI W ere-approv En6liee "have 'minus. F. Ail c6hcref6-:sh_a'II 5-perce-nt,_ 1.-5 percent to'plus 3-percent, air eiftrainmer'tt:in conformance 4thASTMt26 G. When -delivered to the jqbpite, each truck shall provide the I' kticket indibating weights. of ail L concrete ingredients; Including -'j-aggregates; water; and: admixtures, Section 8- 88 A 21 RONNIE= Curb.aitid gotten, sidewalks, d r amppaipage"channels, m4dians, t _boxev.fi6dW fi"I on boxes, M and retaining walls.: inleti rveways,. V6116y f6turns','..'66d alley paying. ',:Concrete street avement .U, IlitV.,ohds-6 hi" E fast setting concrete pavernient such is "Fast Track" Concrete _2 d" Pavement`6 :tither sii al '6§19n. 8.7.03 Thickness o Mncfete'surfaces h. Nil thickness of 8 inches. - paving shaijUhave:41, ifi! imu B. Concrete Aftypavng'shall hia-yikp;mn!m,un thickness of 7-1/2- inches atedgq and - Inc es, at fl4W lihi& o to-eranceJO minjm4m, c Jl 156- 6d" L_' _N I 1:khess wi allow No ehsAtIon'w! md&_:tq the contractor for thickness greater than, spec ified:: concrete paving thicknew: sha e approved C. All other'. proposed bonc in writing by the City Engineer 8.7.04- :.brgIh6gj _&$Omep - - A.All "ave,-'-_'at-:.a minimum;a 104bot wide concrete flow line to be doiudo-,d'wiih"thiistre*6f---66-d-,aii6ypa':vf',� �q!Tpqvemen B. Dr.ainage,"eis.emefits;shaIF.not . be; Used` as -a[ or garbage liection easements. x*D' 8.7.05 MI Design str ction the contractor shall submit the. A. y-co;ncree-con u Engineer orapprova i =ik,:design-to the:1." The folio' 1hg tiib ll'-be':submitted to IN En§Ihq'-'; for review: a. Testcertificates ." iff, approved commercial an comMerc 8testing laboratory on ail propose aggregate s s At rial, gradation, and- -loss from source, S,cycle . Magnesium Sulfate test to!exceed - percent ;- - b. Mix design basedon water cent 606. ci.' III ul compression C-,89.:and/or flexural tests 16 eclallestinqla"to�ry— Cron r - mance-With"A'STK, 'made"by _e y an,apprqye Vcomme. .. (1) T ts shall:i'b,e'.'m-'ade-'*-oll-'6'--i.lylloOii6-6d/or'6"beams at Wring times ap'pi'6prlate�to the classW ;,!6Dhcretei or relecE'th- mix design d materials based on these submittals:-- . i L The Engineer - -- whi. " .a _pfi�v e ep.gn and iff. Mix design approval shall be subject%to additional,testing during ring construction. Section-8 Street and Drah Mix designs for various classes of concrete shall conforni'tolhe fqlldwihg: ONES ju- r fltM OAQ— 0.60 i. New mix designs shall be submitted annually, or when material properties or sources change, 8.7.06 St:rongth' Requirements A. The., various classes of concrete shall conform to the4oll owing minimum strengths in pounds: per.squareinch (psi)6p.termined by 6fIW6-iesi-&H cylindersor beams: mom, �I 0 -3000: 000.- 3 00 iJ. C 25000 0 3600,:`;'.., 606 D :-'2500 E F8000 psi a t 24'h ours B. Wh 6n cores. are subsequently used to prove :compressive strength where test cylinders . indicate failures; the, cores'8h6llte tested: h'a'&brdati ii�Ah-Acl C. In such cases, e required compressive strehgth'sliall beIncrea sed by 10%.- 8.7.071: Cement; - A. Cement sl ail be Type 1, Type 11, or Type I -II cements, conforming to.ASTM' CISO`uSWnd 6 rd, Specification for Tortland Cement". B. The contract0rthalVh6til`y the Engineer prior to: any changes of the cement supplier or. source 9 during construction. The Engineer may require'a new mix design :1"choinges-Of supplier Ier or 8 7.08 AggregateConcrete oncre e-'aggtegate­ shall- consist of nitural,,w6shed' arid�_kree screened d, and washed:. and, or clean crushed s , tone tdrif6rminq fo ASTM C-33. B. All aggregate shall be -free of 1hjurlous amount of clay; s6ffor flaky materials, loarn4.orgahi imp delpterious,niatedals. C. Fine I be graded from fine to coarse and shall conform to ASTK C136. Section 8 99. ..... ... . .... ... . . ... ......... ------- Design Standards and Specifications Streets and Drainage Specifications I. The gradation for fine aggregate shall meet the following requirements: D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 Inches, and shall conform to ASTM C136. I. The gradation for coarse aggregate shall meet the following requirements: 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 TOOT 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". 1. 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. iii. 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- r inch - 6 gauge welded wire fabric v. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber I 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 _a appropriate to the type of reinforcement used, subject to approval by the Engineer. ii. Wire mesh shall conform to ASTM A185, and shall be 6-inch x 6-inch - 6 gauge welded wire fabric as specified. iii. 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. f 1 1 Section 8 91 Design Standards and Specifications Streets and Drainage Specifications 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: 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. II. 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. if. 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. 1. 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. iii. 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. 1. Joints shall be sealed with an elastomeric sealer. ii. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. E. Joint Sealing Materials I. 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. 92 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 ASTM 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 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". L 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. Section 8 93 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. L 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. M. 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. i. Concrete shall not be placed on frozen subgrade. ii. 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. i. 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. I. 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. L 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. !I. 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 A. Refer to Standard Detail 37-2. B. Transverse Cuts I. Minimum width between transverse joints shall be 4 feet. 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 #5 dowel bars at 3 foot spacing. D. Potholing for Locating Existing Utilities 1. 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 j 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. k, B. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. I I Section 8 gS f_� Design Standards and Specifications Streets and Drainage Specifications C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: 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. ii. 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. III. 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. f 96 Section 8 1� 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) �l 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. ii. 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. I. Crushed concrete shall be produced from parent material consisting of structural strength concrete, such as City of Lubbock Class A, B, and C. !I. Lower strength materials, such as flowable fill, are not acceptable. ill. Crushed concrete shall be free of reinforcing steel and any objectionable material, and , have a maximum 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. Prior to construction the contractor shall build stockpiles of sufficient quantity of base material i as required to complete the entire project or subdivision. 1. Each stockpile shall be dedicated, and identified as to the project or subdivision it is for. ii. 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 l = -oil IN , , I I mi t .0 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 L (1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet 1 the following requirements:IJ Section 8 97 Design Standards and Specifications Streets and Drainage Specifications BE r r c. Wet Ball Mill (1) When tested in accordance with Tex-116-E (Wet Ball 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. 11, 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 specifled 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. All 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. iii. 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 C 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. - r, iii. 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 j 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. ii. The aggregate mixture shall conform to the following master gradation: mom Passing 1" Sieve 98-100 Passing 3 4" Sieve 84-98 Passing 3 8" Sieve 60-80 Passing No. 4 Sieve 40-60 Passinq 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 Design Standards and Specifications Streets and Drainage Specifications 100 b. Plant produced Minimum VMA 12.0% III. Material passing the No. 40 sieve shall be known as "soil binder" and shall meet the following requirements: 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. vii. Asphalt for the mixture shall be a Performance Grade (PG) 64-28, or better. viii. New mix designs must be submitted annually, or when material properties change. E. ASB Placement 1. The ASB material shall be placed on the approved prepared surface using an approved lay down machine. ii. 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. viii. 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 1. ASB shall be compacted thoroughly and uniformly with approved rollers to a density 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. Section 8 F], U-1 aecuur� a . Design Standards and Specifications 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. i. 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 deficiency. 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. ii. 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: • ssina • , Sieve Passing • . 30 Sieve • . 50 Sieve -Passing -PasgM No. (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 "D" Fine Graded Surface Course — Curb and gutter street widths of 36 feet or less and strip paved streets of any width: 1100,111 ka...�i�`vw zv:- Y` :.6».� aYi�AN • 1 V2" Sieve • Passing Passing 1 4 Steve Passing No. : Sieve Passing No. (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. 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 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. iii. 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. vi. Coarse aggregate shall have a maximum loss of 25% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. vii. The amount of organic matter, clays, loams, or particles coated therewith, or other 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. ii. 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. Section 8 103 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 I. 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. ii. 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 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 TOOT Item 310 Prime Coat. iv. The tack coat shall be an 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 1. Pavement shall only be constructed on previously approved base. ii. 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. r, , 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- r-- sections and grades shown on the associated plans. b. Wings of the laydown machine may not be dumped unless they are dumped after every load. x. A level up course 1/2 inch to 1 inch in thickness shall require the use of Type D HMAC. A. 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. Section 8 lu5 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 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. xvil.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. 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 I. HMAC surfaces shall be constructed to the following compacted thickness: -634 VYR , a Or !i , L 1 s t a- 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. viii. 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. Finished 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 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. Ali. 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 i. All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-11-1, 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 L 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 CA 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. 1. 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. 107 Design Standards and Specifications Streets and Drainage Specifications ii. In general that shall mean 8 inch reinforced concrete. iii. 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 TxDOT 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-iP in accordance with TxDOT Item # 300.2.1) "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. ii. Aggregate shall meet TOOT Class "A" surfacing classification. iii. 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 1 2" Sieve 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 TOOT Test Method Tex-411-A vi. Minimum Sand Equivalent shall be 70% based upon TOOT Test Method Tex-203-F. F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. L 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 t Section 8 L Design Standards and Specifications Streets and Drainage Specifications I. 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. -" 11. 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 3 the spreader box. vi. Scales used for weighing materials and emulsion must be calibrated and meet the requirements of TxDOT Item # 520. I vii. 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 LJ 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 rill 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. J 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 I 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. ii. April 1 to November 1 a. Micro -surfacing shall not be placed when the air temperature is below 50 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees and f rising. iii. Surface of roadway must be 60 degrees or higher prior to placing micro -surfacing pavement, as determined in the field. LJ 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 L 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. iii. 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. A. 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 All. 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. All. 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 L 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. iii. 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 I inch for each pass required to restore pavement to the original profile. E. Asphalt Milling at Concrete Intersections L 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 i. 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 H Design Standards and Specifications Streets and Drainage Specifications 112 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 1. . 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: ffiyr�Ml 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 psi. 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. vii. Manholes shall be designed to withstand H-20 AASHTO loading. viii. 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. Section 8 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 finalposition 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 backfill, as specified. D. Excavation and Trenching i. The Contractor shall do all excavation to the depth shown on the plans. ii. 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 113 Design Standards and Specifications Streets and Drainage Specifications 114 c 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 silty 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. lii. 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. viii. 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: ON �-ffiffidil,RM■ �-• • • 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. A 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 d. - Bracing, shezithing; or shoring shall not be removed in- one: operation but shall be - done in successive sta - . ...ve stages: to -prevent overloading . of the pipe during backfilling- gperati6ns. e. The- cost of the-, bracing, sheathing, or shoring and the -removal of same, shall- be included in-the"Unit pricd.,bid, per foot for the pipe. Ail. surface water:§hall be pre: Vqhted from entering the excavation. xiv. Heavy equlpmeiii,- except for 6xCdvating:eq`6ipment, shall not be operated within 20 feet of the edge of th-e_i0ccavat,Jqn..-t-j­ xv. Excavated materials shall: be stockpiled no closer than 3 feet from the edge of the excavation. E. Pipe Installation L Contractor shall provide the appropriate tools and m* --thods to e insure installation of the pipet6line and grade, as shown on the drawings.. li. Contractor's meth6d..f6rJ719- pipe into , lowed I into the -trench shall be such that neither the pipe 'nor-Ahe trench will or disturbed:. ill. 'The : lHn6lhe6r shall. int`pbiiqtall .*�"� fore Pip -be itis-pJadedin'thetr6kh, "'claniaged--by- handling or.. is &fec t tive to a degree which n e iv. Any, section _'thaCIs i th opinion .of -.the 1-igine. - W"'ll M" ateriilly adk: t&6i furc On 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-t'pngpe,.and :."groove.,pipe; the grooved end shall be laid upgrade. vi. The pipe thall te; fienily.'­and, accurately insta lied- to lineand grade so that the invert will be smooth and runifii M­;--`-,- vii. The pipe shall.'be':,protecte rom- water during blacing.and until the concrete, for cast- in -place -pipei.br the:.mOrtar;for;jointsof precast or cast in place pipe, has thoroughly seta a. The contractor'slia11 provide temporary diversions as necessary to prevent surface water floWm into the`excavatlon. All. Pipe shall not be lald` or installed` b-n frozen.ground. ix. Plpe'WW4 is'not true--ln'aU6h*rneht,-.or which shows any change, in. grade after layfng-br shalt be taken up and:.rerlqidi . or re-lnstalkd.Wltljout 40diti ona -compensation....... x. Mortar sMif-be "used, V caulking and: filling between the pi e' arid the drainage qr.cau, ing p ra structures, A. Mortar that is not not' used within45 minutes after water has been added shall be discar 'e d ai Reternperirig of- shall not be'permitted. xii. pipe joints for precast concrete pipe shall -be of the -tongue and groove type. a. , -Gaskets shall be installed as'recommended - by the pipe lmanufacturer. xiv. n6id.00dred tbficeef6` bas'e-s s'hall'bd"ak least 12.- JinEhe'-s" thick and not less than 12 ift S. - ar6at(�r-'diamthan t'he---oulsid-ediameter '6--ft-h'e't'hanh"-'of-e'r" riser. soon. .b inimurn 3000 xv. Cdherefeshall' 6CI A at -a rh p tV .*6n6th. psi d-ycompres� zi xvi. Concrete placement shall con6fril to ACI and good: construction..... 1ractic e-s. xvii.t6ticirdt6 shall, b6,cons`olid6t and struck -off to hoRzo rital surface within the forms - or pouring -rings. xviii. Field poured - ' concrete�base­s. shalt be reinforced as detailed . on the Plans or as sho w-i in the Standard Details. Section 8 115 M N 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. if. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be material which can be readily compacted. 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. iii. 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 flowable 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. if. The Contractor shall be responsible for complying with all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. if!. 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. 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 f given design pressure for each type of trench box proposed for use. r 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. ri 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. VJ 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 closed 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. 1. 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. r , 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. IA iii. 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 I to January 2. B. The City of Lubbock observes specific holidays, and City staff is not required to work those days. 1. 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. iii. 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 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 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 Section 8 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 Developer shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the date of completion. D. Developer and City of Lubbock shall execute a 2-year Warranty for materials and workmanship. 123 I� 0 I� m _ W_1 ( — — ISLAND,"50 SQ.FT. MIN. AREA IF USED. PROPERTY LINE EL s L. I VISIBILITY TRIANGLE NI .I 25' �) I RI A C V IR DIMENSION REFERENCE RESIDENTIAL STREET THOROUGHFARE STREET COLLECTOR STREET INDUSTRIAL STREET (ROADWAY CLASSIFICATION, (R1A, 32'} T1, 66' R2, 42' ROADWAY WIDTHZ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _(Rf, 36) -' _ _ �T2, 88'3 _ - �C1, 46'� _ (I, 42'} WIDTH tV - - _ - _ - - --------------- ONE^WAY---------- ------- ------- -------- ---12- - - - - - - - - - - - - ---15'---- - - - - - - - - - IS'---- --- --- ZO,- T_---_MINI _ ____ _______ ___12' 30' --- 30`____ --- _ 40'� TWO-WAY -MAXIMUM _ _------ ___ --_30' _-- _________ _-- 40'__-- ___ _-- 40'__-- ---_SO,-- _ r r MINIMUM RADIUS- --------------- R ------- 5' -------- 15' ----------------------------- 15' _ 20' - MINIMUM SPACING ------- ffWE- -- FORPROPERTYLINE_--__ ------- _P--- -------- _-_ R____ --------- ---_R -- --- FROMSTREETCORNER____ - -------------- -------- - - -- ---A+R ___ ---R+S'---- -,-A+R ---R+5'---- FROM THOROUGHFARE C 15W APPROACHING _-- ---A+R---- CORNER 100' EXITING BETWEENDRIVEWAYS __-- ------- __-S _-- -------- _-- 3'__-- --------- _-- 6U'_-_ 60'__-- --------- MINIMUM ANGLE D 45° 45° ___ 30° _--30'__-- 30° * MAY BE "W FEET IF SHARED DRIVE IS PROPOSED. DRIVEWAY STANDARDS REVISED DEC. 2012 lty of ubb�ock PLATE NO_ TEXAS 36-1 A A (NO SCALE) PROPERTY LINE . v:' .reo •rev. 'v y t • • �, 4' SIDEWALK 'P;F•-..•...--3-^`--^fit —^� . . r `>, ` EXPAN5IC�N, EXPANSION JOITS SPACED 36' MAX. ALONG SIDEWALK RUN. JOINTS•y. h <� n, v EXPANSION JOINT Y CONTRACTION MARKINGS 7- 1/2 WAY THROUGH t0 SLAB AT 4' INTERVALS. SECTION A -A CURB REMOVED. r NOTE: SEE PLATE NO. 36-4 FOR ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY. 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 �3'1 2% MAX. SLOPE SECTIONS B-B (RESIDENTIAL) 2Y Z E�"v VARIABLE 4' SIDEWALK 3' MI�MAX. SLOPE f� INNER CURB 6"X6" - 6 GAUGE WELDED w AS REQUIRED. ui WIRE FABRIC CENTERED X N IN SLAB. irg to �= SECTIONS B-B `�►- (COMMERCIAL) FOR COMMERCIAL DRIVEWAY: NOTES: CURB AND GUTTER TO COMPLETELY REMOVED AND A 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. RECONSTRUCTED WITH #3 2. ALL EXPANSION JOINTS TO BE X4" THICK. BARS RUNNING ENTIRE 3. 300 TO 450 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. FOUR FOOT SIDEWALK REVISED DEC. 2012 CONSTRUCTION DETAILS city of fl4ub'bob k PLATE NO. texas 36-2 A A - - • - Cry r• r . 3 r - EXPANSION 'JOINT o i e SEE FRONTAL VIEUII 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/POLE JOINT.- -- '' .•,�. ' Am MIN.,THICKNESS OF SIDEWALK. CONTRACTION MARKINGS 1/2,WAY THROUGH SLAB AT w INTERVALS VARIES - 3' MIN. @ 2% MAX. SLOPE w CURB 5' SIDEWALK REMOVED: ' ° 1 SECTIONS B-S „ 4 MIN:` (RESIDENTIAL) -� THICKNESS ` NOTE' SEE PLATE NO..3" VARIES FOR ASPHALT REPAIR '- 3MIN.-@ 2% MAX. SLOPE ' _ ADJACENT TO CURB:-* - a "tef AND GUTTER OR r 6' SIDEWALK - DRIVEWAY.'. 0 " 6"X6"- 6 GAUGE WELDED. " 4 WIRE FABRIC CENTERED " INNER CURB FQR COMMERCIAL DRIVEWAY t IN SLAG ' ' ` AS RCQUIREd.' CONPLETELYREMOVE:CURB AND r`' (COMMERCIAL) GUTTER AND RECONSTRUCT WTH t _ ' 43;BARS RUNNING ENTIRE LENGTH -LINE FRONTAL VIEW OF NEW GUTTER. :_ PROPERTY - 3' MIN. _ SIDEWALK ELEVATION BACK OF SIDEWALK NOTES: !. MAINTAIN; GUTTER FIQWINE THROUGH, dRNEWAY. _. t 2: ALL EXPANSION JOINT5;TO Hi: =. 3. _30° TO 450-FLARE MAY BEUSEDIN LIEU OF :` ' `> - RADII ON RESIDENTIAL. DRIVEWAYS 4. SEE PLATES36-16:AND 36-!6(A) FOR CURB RAMP OETATLS:. , :.... S. 5' CURB'BACK ON,RESIDEKVTIAf Si REETS. V CURB'BACK ON toLLECTOR AND THOROUGHFARE STREETS 5' OR 6' SIDEWALK DEC 2012, COWRUCTON DETAILS 36.3 -6"- . 18" TYPICAL 77-7) F 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, UP, 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" I r— SMOOTH H M A.C. SURFACE, I IIN. TYPE "C" I SAWCUT TO REMAIN .A.C. SURFACE. I / IN PLACE. BASE FLOWABLE FILL REVISED fh,city of DEC. 2012 ibbo& PLATE NO. TEXAS 36-4(A) 6" IB" TYPICAL NEW CONCRETE SMOOTH DRIVEWAY SAWCUT 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 EXISTING CONCRETE PAVING RMSEO DEC. 2012 4 Lubbock PUTE NO. TEXAS 36-4(B) R=25' 10, 4 PROPERTY LINE SIDEWALK Y r 3'MIN. DRIVEWAY APPROACH (TYPICAL) uJ ju 0CL 0 - ALLEY RETURN 0� V) (TYPICAL) uj z v. 4' SIDEWALK ALONG REVISED DEC. 2012 PROPERTY LINE c ity of JUb bo& PLATE NO. T I M 36-5 MAILBOX R=25' TOR 6'CURB BACK SIDEWALK 3'MIN. TMIN. TMI lw TMIN. TMIN. F DRIVEWAY APPROACH (TYPICAL) D U ALLEY RETURN (TYPICAL) 0 En 8' in M TOR 6'SIDEWALK REVISED DEC. 2012 ALONG CURB BACK Ucity Jb city of RATE NO. TEXAS 36-6 CURB AND GUTTER, FILLETS AND SLAB TO BE POURED TOGETHER. SIDEWALK PROPERTY LINE OR 6" CONCRETE SLAB WITH 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. >�C�o CONTRACTION JOINTS. I' rn N 8'* B 1 2.52.5' -" 1'* O 0 2,5'* cx B N, ? av c,a 6"X6" - 6 GAUGE WELDED W FABRIC OR #4 DEFORMED S BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. I('- CONTRACTION I JOINT. / a;9.c 3#4" BITUMINOUS PREMOLDED EXP. JOINT. CURB HEIGHT TRANSITIONS TO 0" AT THIS PPOINT. IS POINT OF ALLEY RETURN TO BE NO MORE THAN 7" HIGHER THAN GUTTER ON HIGH 2.5' _ 2.5'. SIDE END OF RADIUS AT STREET. i4' BITUMINOUS 'c EXPANI ION JOINT, PLAN VIEW * TO BE USED WHEN ALLEY R.O.W. WIDTH IS 15'. A - - A S' 20' 10' w z 5Lu cc\ W ° 6"X6" - 6 GAUGE WELDED WIR SECTION A -A N0. 6 REBAR SPACED 6" FROM EDGE OF SLAB FABRIC OR #4 DEFORMED STEEL AND II " FROM BOTTOM OF SLAB EACH SIDE. BARS 12" O.C. BOTH WAYS, LOCATE BY MEANS OF CHAIRS OR PLASTIC CENTERED IN SLAB. STAKES (NOT METAL OR WOOD). fr-1 CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY EADOWS #158, WHERE THE EXISTING ALLEY RETURN, ALLEY GHT SAFE -SEAL 3405, PAVING OR STREET GUTTER IS IN GOOD CONDITION BORN SL-1 OR AND GRADE AND ALIGNMENT ARE SATISFACTORY. EQUIVALENT.i�" 6�-APPROVED BITUMINOUS � •° �' CONCRETE ALLEY SLAB. EXPANSION JOINT. — ° ° EXISTING ALLEY RETURN, ALLEY PAVING OR STREET GUTTER. TRANSVERSE --°— —^;•6"X6"- 6 GAUGE WELDED i WIRE FABRIC OR #4 4^\,r� CONTRACTION JOINT 6 ~+ �DEFORMED STEEL BARS 12" (REQUIRED AT COLD JOINTS AND .— ' ---; 2^ ' 1 O.C. BOTH WAYS, EVERY 13 FEET OF PAVING.) SECTION B-B CENTERED IN SLAB. ALL CONCRETE SHOWN TO BE 3,000 P.S.I. AT 7 DAYS. (CLASS B) REVISED TYPICAL ALLEY DEC. 2012 RETURN elb'bo&� PLATE N0. TIXAS 36-7 _ 5` 10' 5' w ' a a 3 a 10, 10, O N :. ' .�:n .�. c PROPERTY - LINE 20' 13' w , v D',� CONTRACTION a v a 10, a JOINTS a v 20' a.a •� 5' PROPERTY LINE 10, v R ' 10' w a 5' 10' S' TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) 1/2" „ 6"X6" - 6 GAUGE WELDED NOTE: _ WIRE FABRIC OR #4 DEFORMED STEEL BARS ] 1. TRANSVERSE CONTRACTION JOINT �° �•'.Q. 12" Q.C. BOTH WAYS, (REQUIRED AT COLD JOINTS AND �.p < CENTERED IN SLAB. EVERY 13 FEET OF PAVING.) TYPICAL 'IT" ALLEY REVISED DEC. zolz t INTERSECTION WITH PLATE NO. CONTRACTION JOINTS IUb C}Ck FFYes 36-8 I F-4`7 I 2 " 2 R --- - - - - 3" R �DOWN CURB SECTION. 6" TYPE "N' 9" R .,7 9" R 4 12!' ROLLOVER CURB TYPE "B" 6" TYPE "C" NOTE: 1. THIS SECTION TO BE USED FOR RESIDENTIAL APPLICATIONS ONLY. APPROVAL WILL DEPEND ON TRAFFIC AND DRAINAGE CONSIDERATIONS. NOTE: 1. REINFORCED TYPE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) REVISED TYPICAL 24" CURB DEC. 2012 AND GUTTER SECTIONS fl'u"t V toy �f A PLATE NO. 36-9 I 6" 4' . 2" R _ 3" R DOWN CURB SECTION. I 12" 18" 6„ TYPE "A° _ AV •ate a - 2"R �------ T DOWN CURB SECTION. 6" o . •f Q , (- g IX16" i 20 V1c' -- NOTE: CONTRACTOR MAY USE EITHER OF THE ABOVE SECTIONS, TYPE "B" O S� T -------'-- • 'd 12" — 6n 3" 9 LR1G _ ( 20 TYPE "C" NOTES: 1. REINFORCED TYPCE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) 2. 30" CURB AND GUTTER IS NOT STANDARD AND SHALL ONLY BE USED WITH PERMISSION OF CITY ENGINEER. REVISED TYPICAL 30" CURB cityoi DEC. 2012 AND GUTTER SECTIONS Iubbock PLATE NO. TEXAS 36-10 CONTRACTION JOINT 94 DEFORMED STEEL BARS @ 12'O.C. BOTH WAYS. X-1901-m FLOWLINE-- 1W — CONTRACTION JOINT NOTES: I 1. CLASS "W' CONCRETE 3,000 P.S.I. @ 7 DAYS 2. MAINTAIN LIP UP GUTTER SECTION WITH 1" INVERT TO VALLEY GUTTER 3. TRANSITION FLOWLINE AND MAINTAIN 1" INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER DEPTH: 6"- RESIDENTIAL STREETS o O u� —X=DISTANCE UP TO LIP z :j 3: 0 25 PLAN VIEW FLOWABLE FILL SHALL BE USED TO REPLACE BASE MATERIAL REMOVED. SEE PLATE NO. 36-4 FLOWLINE CONTRACTION CONTRA JOINT ACTION SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS 8"- COLLECTORS & THOROUGHFARES 2" MIN. TYPE" f H.M.A.C. SURFACE. 3" 1. L BASE — — — — — — — BASE FLOWABLE FILL SEE PLATE NO. 36-4. CONCRETE VALLEY GUTTER & FILLET DETAIL SECTION A -A REVISED DEC. 2012 l Bock ru%-BoPLATE NO. TEXAS 36-11 _.......... _ ....,. ._ 2' — —36' TYP. 2. a ' 2" H.M.A:C. SURFACE:--j _ T�RO%�N _ _ 6" CALICHE BASE IN ACCORDANCE WITH -SPECIFICATIONS. SUBGRADE IN'ACCORDANCE WITH SPECIFICATIONS. STRIP' PAVING- 6"— WIDTH.AND.CROWN VARY SEE -SECTION 8.2.02 6 2" H M A.C. SURFACE cs 12 5/8" 6" CALICH_E BASE" - NOTE. I.STREETS WITH"ANTIC IPATEDABNORNAL TRAFFIC LOADS, SUCH;4S TRUCKS AND BUSES, 'SHALL" REQUIRE A SPECIFIC DESIGkTO BE APPROVED BY THE CITY M6iNEER. RESIDENTIAL/COLLECr.bR/INDUSTRIAL b.. WIDTH AND.GROWN VARY " SEE SECTION 8 2:02" b EXISTING SIDEWALK VARIES EXISTING OR EXIS 30" C. & G. SIDEWALK SECTION A -A ONLY APPLIES AT DEPRESSED ALLEY RETURNS A A STREET f J INSET MINIMUM RAMP WIDTH TO BE 4.W I r L:�FACE ;iinE LENGTH OF RAMP (MIN.OF i43F CURB T-6"); MAY VARY DUE —TO 1:12 MAX. SLOPEJ Al I FY 1L w cle STREET NOTES: 1. ALLEY RADII MAY VARY. 2. SEE OTHER PLATES FOR RAMP DETAILS TYPICAL LOCATIONS FOR CURB RAMP 1:12 SLOPE TO BE CONSTRUCTED -ulmk-KC 1 C rAVtKZO WITH TRUNCATED DOME SURFACE. SLOPE 7AR'IES 12 MAX. RAMP.- - REVISED '5bdt3r o DEC. 2012 luotPATENO. TEXAS 36-13 VARIES SIDEWALK SLOPE REQUIREMENTS (IV TYPIC LONGITUDINAL -- 1:20 MAX. TRANSVERSE - 1:50 MAX. SEE PLATE NO.36-16(A) FOR GENERAL NOTES ON A.D.A. RAMPS CONSTRUCTION. 9 n R=15' R=25' PROPERTY LINE y, '# 9 RAMP = 50.8 SQ. FT. OF Eo CONCRETE FLATWORK SURFACE APPLIED TRUNCATED DOME CURB & PANEL GUTTER 4' MIN. 5'-6" 4" MIN. THICKNESS. MINIMUM FINISHED THICKNESS TO BE 4" SURFACE APPLIED TRUNCATED DOME PANEL. SECTION A -A 6" 24" MIN. BITUMINOUS ;4"" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP (WITH TYPICAL 4- SIDEWALK �ub city of ALONG PROPERTY LINE) bock TEXAS REVISED DEC. 201 PLATE NO. 36-14 2 � �_ l T.O.C. t'- 6' 4' 6'-7 � 1 I2 SIOPEi1:12 S1-OPEC"-'- FLOWLINE FRONT VIEW SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. PROPERTY LINE CURB & GUTTER (10' TYPICAL) 9 SEE PLATE NO. 36-16(B) FOR GENERAL NOTES ON A.D.A. RAMP CONSTRUCTION. X R=25' RAMP = 50.8 SQ. FT. OF CONCRETE FLATWORK APPLIED TED DOME PANEL. MIN. 24" MIN. 'E MAX, Z SURFACE APPLIED F TRUNCATED DOME v ;PANEL CORNER CURB RAMP (WITHTYPICAL 5' OR 6' SIDEWALK ALONG CURB BACK) fl'ity of u"tbo& TIXAS BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. REVISED DEC. 2012 PLATE NO. 36-15 A GROOVE JOINTS EACH SIDE OF RAMP. d , s,U u r�L TOP OF CURB s•ts BITUMINOUS X4" EXPANSION JOINT (FULL DEPTH) LOCATED ALONG BACK OF CURB NEW CONSTRUCTION. n a ".q oa°a A �'v •� �' a QFi YELLOW, SURFACE -APPLIED TRUNCATED DOME Zi PANELS AFFIXED, FOLLOWING MANUFACTURER'S INSTRUCTIONS, TO PROPERLY CONSTRUCTED, CURED AND PREPARED 4" CONCRETE SLAB. CURB TO RAMP DOWN IN & BOTH a SIDES OF RAMP. IN RADIUS MAINTAIN GUTTER RAMPS SHALL BE CENTERED IN CURB & FLOWLINE. GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. B 6' y• IN STRAIGHT C. & G. RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. SHEET 1 OF 2 TYPICAL ADA REVISED DEC. 2012 RAMP PLAN U440 of bbo&k PLnrE NO. TEXAS 36-16(A) r -4MIN. T-6" MIN. 6" 4" MI I:12 SLOPE MAX.) ,_.. 4" MIN. ; THICKNESS. SURFACE APPLIED TRUNCATED DOME BITUMINOUS -" 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 1#8" GAP TO ANOTHER PANEL 5. 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 201o. 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 TYPICAL ADA DEC. 2012 RAMP PLAN elu'oobbo&k PLATE NO. TFXAS 36-16(B)