Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2015-R0136 - Contract - Intermountain Slurry Seal - Street Repairs - 05_14_2015
Resolution No. 2015-R0136 Item No. 5.9 May 14, 2015 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT City of Lubbock Bid No. RFP 15-12250-TF/Contract No. 12250 is awarded to Intermountain Slurry Seal, Inc., for micro -surfacing street repairs, and further THAT the Mayor of the City of Lubbock is authorized and directed to execute, for and on behalf of the City of Lubbock, a contract for said activities with Intermountain Slurry Seal, Inc., consistent with the terms of the bid submittal attached hereto and incorporated herein, in a form acceptable to the City Attorney, and related documents. Passed by the City Council on May 14, 2015 GLt--K C. R BERTSON, MAYOR ATTEST: r Rebecia Garza, City Secretary APPROVED AS - CONTENT: woo Fr lin, P.E.. Directo f Public Works APPROVED.AS TO F John CI. Grale6, Assistant pity P ttorney S:lcityatt\CGDOCSIRES.Contract-Intermountain Slurry Seal.2015.doc BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: May 14, 2015 CITY OF LUBBOCK SPECIFICATIONS FOR Micro -Surfacing RFP 15-12250-TF CONTRACT 12250 PROJECT NUMBER: 92248.9240.30000 Plans & Specifications may be obtained from BidSync.com www.Bidsync.com D City of Libbock TF%AS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management ' Contractor Checklist for RFP 15-12250-TF 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 copy of every item listed. 1. 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. 2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. ,/ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. _,� Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. �..: 5. ✓ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 7. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be } explained in detail and submitted with Bid. 8. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. ✓ Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. 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. Intermountain Slurry Seal, Inc. (Type or Print Company Name) Pate Intentionally Left Blank 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Patze Intentionally Left Blank NOTICE TO OFFERORS Pa2e Intentionally Left Blank NOTICE TO OFFERORS RFP 15-12250-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on April 2, 2015 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: 1-, Micro -Surfacing After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing E ; and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 PM on April 2, 2015, and the City of Lubbock City Council will consider the proposals on April 23, 2015, 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 proposals and waive any formalities. The successful proposer 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 proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. The bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on March 24, 2015 at 10:00 AM, at the City of Lubbock, Purchasing and Contracts Management Office, Suite 204, 1625 13t Street, Lubbock, TX 79401. The estimated budget for the construction phase of this project is $4,000,000. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the } requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, r disability, or national origin in consideration for an award. a The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, 'Marta-ACvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Pate Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Micro -Surfacing per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM on April 2, 2015 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 15-12250-TF, MICRO -SURFACING" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 - Lubbock, Texas 79401 _ 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. ( 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non- mandatory Dre-nronosal conference will be held at March 24. 2015 at 10:00 AM. the Citv of Lubbock. Purchasing and Contracts Management Office. Conference Room 204. 1625 13L Street. Lubbock, TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsygc.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the ro request of the oser, or in the event the Director of Purchasing and Contract q p p g Management deems the interpretation to be substantive, the interpretation will be made by r written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at hgp://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original REP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five calendar days before the proposal 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 explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this REP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all REP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. i 1� ' 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(b) 6.3 Marking your entire proposal 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 proposer is or may be required to pay. - 8 UTILIZATION OF LOCAL BUSINESS RESOURCES x Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer 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 proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 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 offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing. and Contract Management if any language, requirements, etc., or any combinations thereof, l inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL (R REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION p CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Senior Buyer City of Lubbock Purchasing g and Contract Management Office _ 1625 13 Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Bidsync: wivw.bidsync.corn 13 TIME AND ORDER FOR COMPLETION i- 13.1 The construction covered by the contract documents shall be substantially completed within 100 CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of tj Lubbock to the successful proposer. 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 t 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 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 4 i provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory p q tY rY p prof ect. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: 20 21 22 23 92 25 (a) The experience record of the proposer 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 F-) completed. I a (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 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 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer 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 I as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter P specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance a shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer 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 g, project shall not be less than specified in the schedule of general prevailing rates of per diem .. wages as above mentioned. The proposer' 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 proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. ` 26.3 In an event if a condition should occur or arise at the site of this project or from the work being Y � p J g 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 Yor life. 26.4 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 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 f without discount, di not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor - or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf ` this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his^ particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. a 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 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 bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal "REP 15-12250-TF, MICRO -SURFACING" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 31 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (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 proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer 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 proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer 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 proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 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 9 1'1 with Cityof Lubbock specifications in mind. Demonstration of experience shall include a complete list p P p of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The Maximum Point value is equal to 100 points. The weight factor is 60% for Cost, 35% for Contractor Qualifications, 5% for Attendance at the Pr -Proposal Conference. The selection criteria used to evaluate each proposal includes the following: 32.1 60% COST: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 35% CONTRACTOR QUALIFICATIONS: Substantial capability to meet project schedules and deadlines, as well as completing projects without major cost escalations, change orders or overruns and substantial successful experience and qualifications in completing Micro -Surfacing projects. When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% ATTENDANCE OF PRE -PROPOSAL CONFERENCE: Offerors who fully attend the Pre -proposal Conference will receive a score of 5 points for this criterion. Offerors who do not fully attend the Pre -proposal Conference will receive a score of zero (0) for this criterion. 32.4 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee 10 33 34 35 based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.5 The estimated budget for the construction phase of this project is 4 000 000. 32.6 Proposals shall be made using the enclosed Proposal Submittal Form. SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 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. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work 11 i'. 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. j 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 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: ht!p://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 12 TEXAS GOVERNMENT CODE & 2269 _. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or I repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for f, acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Pate Intentionally Left Blank PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: April 02, 2015 PROJECT NUMBER: RFP 15-12250-TF — Micro -Surfacing Proposal of Intermountain Slurry Seal, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Micro -Surfacing having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM NO. DESCRIPTION Ulm QTY (+/-) PAC EXTDEED OUNT Micro -Surfacing CSS-1 P in accordance with TxDOT Specifications Item # 350, including, 1 emulsion, mineral filler, aggregate, labor, TONS 14,500 j4(oo z�gyZ� oao. equipment, and all incidentals needed to produce micro -surfacing, delivered and placed. 2 Patching of Micro -Surfacing on streets that have TONS 300 4 2.3 5.0o 1 }o, Sbo sprawling Areas. Paint stripe tabs for all streets requiring lane line s3 3 repainting, including labor, equipment, preparation EA 9000 `f, �� • "� of existing surface, etc. 24" Surface preparation on concrete materials 4 including grinding, sealing, pre -marking, LF 2000 `�� P°� elimination of existing markings, and installation •�� complete and in place. 8" Surface preparation on concrete materials 5 including grinding, sealing, pre -marking, LF 1000 oo 4 o0 0 . o0 /, elimination of existing markings, and installation _ complete and in place Type I Thermoplastic pavement marking .125 Mil 6Including 24" white stop line (TxDOT DMS 8220).fo LF 310 y. So t �, `� Be labor, equipment, and preparation of existing surface. Complete and in place. 00 J I >S Offeror's Initials ITEM NO. DESCRIPTION U/M QTY RI PC EXTENDED Type I Thermoplastic pavement marking .125 Mil 7 24" white continental crosswalk (TxDOT DMS LF 408 3 to oe 8220). Including labor, equipment, and preparation �� N • of existing surface. Complete and in Elace. Type II A -A raised pavement marker (TxDOT DMS 8 8240). Including labor, equipment, and preparation EA 1380 3 • ZS- CID, $ ',f, K SS: of existing surface, and installation. Complete and in place. Type II R-C raised pavement marker (TxDOT DMS 9 8240). Including labor, equipment, and preparation EA 275 3. 893. of existing surface, and installation. Complete and in place. Type I W-C raised pavement marker (TxDOT DMS 10 8240). Including labor, equipment, and preparation EA 940 3.2 S CIO $ 3� o SS. of existing surface, and installation. Complete and in place. Thermoplastic pavement marking Right or Left turn 11 arrow (TxDOT DMS 8220). Including labor, equipment, and preparation of existing surface. EA 24 $ A,o • oo Z s yoo. .e Complete and in Elace. 4" lane line elimination. Including labor, 12 equipment, and All tools necessary to remove and LF 51000 y 3 P, 7yo Q' relay markings. 8" lane line elimination. Including labor, 13 equipment, and all tools necessary to remove and LF 1150 1 PO 2. po relay markings. 24" Thermoplastic lane line elimination. Including 14 labor, equipment, and all tools necessary to remove LF 718 f- oo # 3' S70•" thermoplastic markings. Thermoplastic turn arrow elimination. Including 15 labor, equipment, and all tools necessary to remove EA 24 9S; oo Z 280'� thermoplastic markings. Raised Pavement Marking elimination. Including 16 labor, equipment, and all tools necessary to remove EA 2600 Raised Pavement Markings. Milling of Asphalt surface to various depths at all locations where Micro -Surfaced streets will join at either a concrete valley gutter, or concrete 17 intersection, at varying widths. Including labor, SY 2500, 2 • equipment, and all incidentals needed to ensure a smooth transition between existing concrete surface, and the Micro -Surfaced street. The resulting millings to be retained by the City of Lubbock. 18 MOBILIZATION EA 1 Extended Total: $ 3, Day ,>a Offeror's Initials Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 100 CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $1,204.28 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of 70 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. 1L3 Offeror's Initials Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for NIA Dollars ($) or a Proposal Bond in the sum of Five Percent (5%) of Bid Amount Dollars ($ Ito of Bid_), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Sea] if Offeror is a Corporation) ATTEST Secretary Gary R. Price, Assistant Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: April 02 2015 (50arizeXsAwature Josh Bowen. Proiect Manager (Printed or Typed Name) Intermountain Slurry Seal, Inc. Company 520 North 400 West Address North Salt Lake Davis City, County Utah 84054 State Zip Code Telephone: 801 532 !8200 Fax: 801 526-6198 Email: josh, bowen c�?i acinc.com FEDERAL TAX ID or SOCIAL SECURITY No. 87-0307259 M/WBE Finn: I I Woman Black American Native American Hispanic American Asian Pacific American I Other (Specify) FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firn0ndividual: Date of Award by City Council (for bids over $50,000): Date F.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. 4 { . INTERMOUNTAIN SLURRY SEAL, INC. CERTIFICATE OF SECRETARY RESOLVED, that, effective January 1, 2015 through December 31, 2015, the individuals named on the attached Exhibit I are authorized to negotiate, execute and/or attest electronic and paper documents and contracts necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid -related documents prepared and submitted on behalf of the Company not to exceed $25 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED, that, effective January 1, 2015 through December 31, 2015, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and attest electronic and paper documents and contracts necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid -related documents prepared and submitted on behalf of the Company not to exceed $75 million,relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that the authority provided for herein shall be in accordance with applicable policies, procedures and limits of authority previously approved and the Granite Construction Incorporated Delegation of Authority and Policy then in effect. 1, Kathleen Schreckengost, do hereby certify that I am duly qualified as Assistant Secretary of INTERMOUNTAIN SLURRY SEAL, INC., a Wyoming corporation (the "Company"); that the foregoing is a true and correct copy of resolutions duly adopted effective January 1, 2015 by unanimous written consent of the Board of Directors, held without a meeting as authorized by 17-16-821 of the Wyoming Business Corporation act and the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolution adopted has not been modified or repealed and is still in full force and effect. 7 :' Dated: January 1, 2015 Kathleen L'6HARED.00thAL0MRP CnprcneW&(XW MmAwg44"wir.J &mdh Sipm0001AS CERT-M E�Litit.124-14.F"Am Page I of 3 EXHIBIT l AUTHORIZED SIGNERS Intermountain Slurry Seal, Inc. California, Nevada, Utah, Northwest Area and Texas AUTHORIZED SIGNERS Gary R. Price, VP & Assistant Secretary James Grogan, VP & Assistant Secretary James Bryan Warner, Area Manager Marc C. Thoreson, Chief Estimator Paul Foster, Chief Estimator Shawn Fielding, Construction Manager Richard Cross, Construction Manager Nathan B. Nieman, Project Manager Jason Lampley, Area Manager Scott C. Youngren, Project Manager Josh Bowen, Project Manager Scott Curtis, Regional Division Controller ATTESTORS Gary R. Price, VP & Assistant Secretary James Grogan, VP & Assistant Secretary James Bryan Warner, Area Manager Marc C. Thoreson, Chief Estimator Paul Foster, Chief Estimator Shawn Fielding, Construction Manager Richard Cross, Construction Manager Nathan B. Nieman, Project Manager Jason Lampley, Area Manager Scott C. Youngren, Project Manager Josh Bowen, Project Manager Derrick Deckwa, Project Manager Scott Curtis, Regional Division Controller Jane Nielson, Office Administrator Kari Coleman, Office Administrator Brooke Precourt, Office Manager 1-'SK%RW.C'0W %CW mmint'%Wwdnd Bnmc6 MV—V01W9 URTrith EWbit.12•2A4.rn.AW Page 2 of 3 EXHIBIT Z AUTHORIZED SIGNERS Intermountain Slurry Seal, Inc. California, Nevada, Northwest and Utah Areas AUTHORIZED SIGNERS Jason T. Klaumann, President A....... LlSwiaeo.ca LLXCORr COnWse+n-(uu �� cuul�ori,al srmm slpw.uo�suss �eer.cm F�Ai�e.sA7•u.r r.Jc Page 3 of 3 1 `* tf�utf� CHUBB GROUP OF INSURANCE COMPANIES Surety Department,15 Mountain View Road, P.O. Box 1615, Warren, NJ 07061-1616 Phone: (908) 903-3485 - Facsimile: (9M) 903-3656 BID BOND FEDERAL. INSURANCE COMPANY Bond No. NIA Amount $ Five Percent (5%) Know All Men By These Presents, of Bid Amount That We, INTERMOUNTAIN SLURRY SEAL, INC. (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of Indiana, (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock (hereinafter called the Obligee), in the sum of Five Percent (5%) of Bid Amount Dollars (s 51/6 of Bid Amount — ), for the payment of which we, the said Principal and the said Surety, bind ourselves, rr our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 1_ Sealed with our seals and dated this March 20, 2015 WHEREAS, the Principal has submttted a bid, dated April 2, 2015 for Mira -Surfacing RFP 15.12250-TF } NOW, THEREFORE, THE CONDITION OF THIS OBLIGATiON 1S SUCH, that If the Obligee shall accept the bid of, f the Principal and the Princpal shall enter into a contract with the Obligee In accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee fhua difference, not to exceed fhe penalty hereof, between the amount specified In saki bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, If the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain In full force and effect. INTERMOUNTAIN SLURRY SEAL, INC ; Principal 1 By: .o,�e.•_. .1 FEDERAL(NGURANCE COMPANY By. -� Ashley Stinson, Attorney -in -Fact Foera,a-0z�ooQ(rMv.nav► `_ t} 1� er Aaotmypublic orother nlythei cndty pkh indiv ACKNOWLEDGMENT g this cMdticatc vetifia only the idenUry of the individual who signed the doctanenl to which this ccrtilkatc is suacbcd, and not the ttutitladncss, w curacy, or validity of that document. State of California County of Santa Cruz On Mauch 20, 2015 before me, Sumi Sohn-Rigler, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson, Attomey-in-Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are- -subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) umi Sohn -Rig er, Notary Public SUMI SONN-RJGLER ire cominls1111M # 200167 Notgfy Put►ft - ca ftnit Saints Cruz county M Gomm. fi M Oct 19, 2018 1CChubb POWER Federal Insurance Company Attu: Surety Department OF Vigilant Insurance Company 15 Moulntain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know AN by These Presents, That FEDERAL INSURANCE COMPANY an Indiana corpora*m, VIGILANT INSURANCE COMPANY, a Now York corporation, And PACIFIC INDEMNITY COMI�ANY, 8 VAsconsin , do each hereby r_.. txxtt Its and ttrppolnt 1ighha Dasat, loan 0. Gltkland, Catharine Gustavw, KatMeen SdiKel*erl6ost, Ash ey n and tiiRan Ise d wauc my te, Cal w .— each as Mair inn aril iaw4d Attwrdry- in- Fad to smaAs under wan defiW abon In their names and to aft their cupersts wars to and 00w for and on irhafr b0M ns surety INharadrh or oW*n*a. bonds and uandarW&ps and obw mew oblvow In She nature tmred (alher thm bell borhds) plural or sea W in the course of business an behad GRANITE CONSTRUCTION INCORPORATED and aN Subsidlariea akme or In Joint venous as p*wIWI. in coom vdan vAri r Wds, p poems or contracts to or WWI fm UnAad SW a d Amalp6 any State or polWcat ttrenof a any person Arm +g mrI, r No . And are eaaardon of sash band or ob#gv on by vim Atluney- M- Fad In the Compenfe nome and on Its behalf as suety Ilweon dr batenMae under i!s mrpotaN seal in pusuence of the aft w* Weby conferred shad upon ddWq Mae&, be vam and b8t mg upon the Company, In Wibasa Vlfiereof, said FEDERAL INSURANCE COMPANY, Vl AN r INSU E end PACIFIC INDEMNITY Ct ANY lUars each axsaaed presents arrd aMe their corpbraia Mahon ass 1 Q day of Ju r, 20f4. Dawn IA 0"=, Aaaiatant Se VkW N. ir, co on Vie 1811' day d July, 2014 before me. a Notary Pudlke of New Jersey. person y came am M. Chloros. to the tumn to be Assistant seareus;y d FEDERAL INSURANCE COMPANY, V0L WT fSURANCE COMPANY, and PACIFIC iNoEwrry COWANY, the companies whbh extorted the tatpoinp Power of Anomey, and the Mid Dorm M. Chforaa, b&v by me duy wvorn, old depose and a" that go Is As$WWd Secretary of FEDERAL INSURANCE CDMPAW. VOLANT INSURANCE COMPANY. end PACIFIC INDEM NrTY COWANY Ira knows are corporate watt thtnot; that the weir amxad 14 Vo Wee" tower of Amomey are such oorpm tr Nab and were thereto sabred by array of ate Vy- Laws of saki CanparAW and that she stpned said Power of Altomsy As AUMW Secrat ry d said Comp a Vw by Isle atA*W, and VW she IN *Wjdnbd Wth David B. North, Jr., and iotorvs Mu to be We Pnteldent or said Cdatperdes; and that the sipthaluA of Oavld B. Norris, ir., substrhed to cold Raver d Atlornay h >n the penha Mndwribhp rx Oaarid a Nank. Jr, and was ahereso aubeatbed by oW horny of said By- Laws and in s prsssnoe KATHERINE J. ADELAAR Nalerfal sae, !` NOTARY PU81.1C OF NEW JAY fl�ARr Na 23i$ ti �a COrrNttkdm E"M Ady 18, 2019 U;L% C ERTIFICATKM ►fir Pubk EXtad from fha INSURANCE COMPANY, VKNILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY: 'AII powers of aWmep for and on berhaN OF Me Company may and shad be owded b Sae name erW on Uehie o( ate Company. OWW by the ClOmim of the Prudent or a Vice PrasMW or an Ankle tt Vim Preatdeat Idrgy WM ea 30orstory of an Assistant Secretary. tartar their resprOve dssiyrwYorrs 77io sW*jLre of sash oft<oern maybe snp,ausd, pr'wged a WfhoprspW. The stppahme d each of the ftb*N ashen: Qulmtan, Prasid,nL any Moe Prssidant, Wry Asshtak We PrasidaM, any Sacralary. any Andstard Secretary and 9St seal of fha Company may be afted by bcskrdla to arty Paso or anomey or to any ceatsata rok&V fhanto appofty AsshtatN Seastades or Attorneys- Im Fact for purposes only of c+oeanb+p wW am0a11np bonds and undortaarhps and oe►er wi*0 obaaatohy In the netee trend, and any we h power of v0ornq or arrneoale besmi such tsglmae Wgnabxe or Iseftile Baal char be vAd and bRWfrp upon to Company and arq such power so exam led sad aerdeed by crud+ R cskmTe sowhae and hesh le seal WW be Wad and bkWaV upon the ComparryvM respect to any bond or wwarlda" to hrdfith Il is sttached." 4 Dawn si Cnbros. AnIstart SeaeWy of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, mod PACIFIC 1NDEMWTY COWANY pre 'Co rqw ia7 do thereby M""I M the brepoktp 04rad d the k' t.arrm of are C.omppdn laws and oornd, 0i) the Compardse an dwy Varaed and suftdoed b transact surety bushess In tl a0 of the Urrltad Stsbs of America and the Otsaid of CoNm* aid am sulnofined by no U.S. Tmawry Depsrtpv n tartar, Federal and VlpHanl we Wised in Use U S. Wain Islands. and Federal is ifansed In Arnarfan Samoa, Guam, Puedb Riot. and each of to ProWmes of Cmada ascapt PrYhce Edward WV4 and t� the IaegoM►0 Power d A1thmq h true carrel and In *A tame end v1km1 Given wuw my hand wW seal, d said cm,tpprdea M warren, Him March 20, 2015 Ism1[N Ir �u kN THE MW YOU WISH TD KMFtr US OF A aAsm, veuFY Tiff mmfi P narw OF THIS om OR NOTIFY US of ANY Duet Nr1TTIsk PLEASE CONTACT Us AT ADDRsS I Form 1540- 015W U laev_ M131 COIN NON-CONIFNT I; CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Project: I-80 Parley's Canyon Mlcrosurfacing Contractor: Intermountain Slurry Seal (ISS) Owner: Utah Department of Transportation (UDOT) Date: October 30, 2008 Author. Deryl Mayhew Resident Engineer The scope of this project included rotomilling of the existing asphalt surface and the addition of two layers of microsurfacing. The reason For this work was because this roadway surface suffered from an extreme amount of potholing throughout the previous winter. It was determined that the top layer of the roadway surface was failing and needed to be removed. The challenges of this project allowed for several innovative procedures to be implemented by ISS. One of the challenges to this project Included the location of the work. I-80 in Parley's Canyon consists of steep curves with very limited sight distance, which presented challenges both to traffic control and to construction. The additional challenge of extremely limited light at night in this canyon also exacerbated the challenges to this construction. Because of the limited light and sight distances, it was determined that although the rotomilling could be performed at night, the microsurfacing would need to be performed during the day in order to take advantage of better lighting and warmer temperatures and to ensure a quality product Another challenge that ISS faced was the limitation of lane closures imposed by UDOT. UDOT required that two lanes in each direction be open during daylight hours. Since this stretch of highway only has three lanes in each direction, this posed a dilemma for how work would be performed in the middle lane. ISS came up with an innovative solution regarding traffic control that allowed them to work in the middle lane during the day. This solution involved shifting traffic over to the far right lane and using the right shoulder as an additional lane during the day. This allowed for two lanes of traffic to continue while working on the center lane. Because this stretch of road experiences a large amount of truck traffic, signs were implemented instructing trucks to stay in the right lane in order to avoid slowing down traffic in both lanes, particularly on steep portions of roadway. Because of some previous work done on this roadway, including uneven overlays and soft spot patching, it was difficult to determine the adequate depth of rotomilling that was needed in order to uncover a stable surface to apply microsurfacing to. ISS came up with several innovative solutions to this problem. The first solution involved further investigation of the roadway surface before rotomilling by taking core samples of the roadway surface in order to determine how deep to rotomill. Another solution implemented by ISS was implemented after rotomilling. This involved both scraping the rotomilled surface with a loader in order to remove any loose surface, and running traffic on the rotomilled surface for several days in order to work loose any surface portions that were riot well adhered. A fine tooth rotomill was also used in order to provide a smoother surface to apply the microsurfacing. The use of the fine tooth rotomill also allowed for a smoother surface with which to run traffic before the application of the microsurfacing. These procedures enabled ISS to have a stable, smooth surface to which they could then apply their microsurfacing. The ultimate success of this project was brought about by the innovative procedures implemented by ISS during construction. ISS was extremely effective at assessing issues that arose during construction and determining the best overall solutions. The hard work and determination of ISS resulted in a high -quality final product that ISS, UDOT, and the traveling public are proud of. 0 �•�`'" 'r►+`per INTERNATIONAL SLURRY SURFACING ASSOCIATION ` W - n 2 a Y3 Church CUcle. PMa 250 . Annapoft, Maryland 21401.1939 • USA Phone; (410) 267.0023 . Fax: (4101267.7546 • WeWa: www4Wrry.org 4a+ac1!►hc i MARCH 6, 2008 For more Information, contact: FOR IMMEDIATE RELEASE Lisa Cerone 410-267-0023 cerone@slurry.org ISSA ANNOUNCES 2008 PRESIDENT'S AWARD Surfacing a i n presentation �- The International Slurry a g Association {ISSA) s pleased to announce the prase laUon of Its 2008 President's Award for Excellence to member firm Intermountain Slurry Seal Inc., of Salt Lake City, Utah. The announcement was made during ISSA's 46th Annual Convention, held In San Jose del Cairo, Mexico; the award was presented by ISSA President Don Kalden, Ballou Construction, Salina, Kansas. ISSA's annual President's Award is presented In recognition of contracting achievements which i exemplify the highest quality of workmanship, and compliance with the best standards of practice. Roadway projects submitted for consideration are judged on the merits of utility, appearance, schedule completion, customer satisfaction and safety. Intermountain qualified for the Award after completion of Its work on Type III and Type IV Slurry Project, Park City Municipality Public Works, Park City, Utah. Accepting the award for Intermountain was Rusty Price. For additional information on the award and its corresponding project, contact Intermountains' Rusty Price at rusty.pdce@gcinc.com or call 801-526-6144. The International Slurry Surfacing Association Is an International non-profit trade association comprised of slurry surfacing, micro surfacing, chip seals and crack treatment contractors, equipment manufacturers, public officials, research personnel, consulting engineers and associated Industry Interests, working together to promote the Increased and more efficient use of slurry surfacing in roadway pavements. (continued) iSSA Release MARCH 6, 2008 Page Two Roadway Information: Holiday Ranch Loop Road, Park City, Utah, 40 miles east of Salt Lake City. Roadway History: Park City Municipal Corporation was looking for a product which would provide a smooth long lasting surface. The need was based on the public's wish for a multi -use surface for cars, bikes, skateboards, etc. while maintaining skid resistance and longevity. Although they thought type III slurry seat was their best choice, they soon received complaints from residents regarding the smoothness of the surface. The city began researching other options to make the road functional for all while maximizing pavement life. Intermountain Slurry Seal proposed doing a number of test sections using various products to find the best match for all involved. Intermountain Slurry Seal felt this would be a great opportunity to emphasize the industry's ability to give municipalities options for their maintenance requirements. Scope or Work: Base Contract Pavement Test Sections 69,573 SY Type III Slurry 2400 SY Chip Seal 12, 597 SY Type IV Slurry 800 SY Micro Surfacing 8249 Square Yards Fog Seal 1600 SY Type III Micro Surfacing t; 800 SY Type It Slurry 800 SY Type I Slurry Obstacles: Initial community opposition and with heavy snow fall and steep grades in the area, some owners have asked for a product with a little more bite. This gradation has been developer! by Intermountain Slurry Seal and is intended for use where additional skid resistance is needed and / or in high traffic areas. Intermountain has gotten encouraging feedback from municipalities using this product. Schedule: Contract time 30 days, completed in 8 days. For photos or to receive this release by e-mail, contact cerone@slurry.org. Full details of the project follow the President's Award Link on www.slury.org, CO PRA/NPS IMR-PRES-1108) Pavement Preservation Southeast Utah Group Canyonlands National Park Arches National Park Natural Bridge National Monument Hovenweep National Monument Performance Evaluation for Intermountain Slurry Seal Intermountain Slurry Seal, Inc. placed pavement preservation treatments on all paved surfaces in Canyonlands National Park, Arches National Park, Natural Bridges National Monument and Hovenweep National Monument during the 2008 construction season. This included nearly 90 miles of two-lane roadways and an additional 100,000 square yards of associated parking areas and turnouts. The preservation treatments used included roadway milling, full depth pavement patching, placement of a chip seat on the roadways and preservation of the parking areas with a modified slurry seal. The Notice to Proceed was issued on August 13, 2008 with actual construction beginning on September 6, 2008. All work, including the pavement markings, was completed by October 22, 2008. The progress of the work, once the chip sealing was started, was remarkable. Sic to eight two-lane miles of roadway were chip sealed each day. Once the chip sealing was well started, a modified slurry seal crew was mobilized to begin work on the parking lots, campgrounds and visitor pullouts. This allowed both operations to mobilize from Park to Park. The operations began at Arches and continued at Canyonlands followed by Natural Bridges and Hovenweep. Canyonlands was worked as two projects with Island in the Sky followed by the Needles area. The workmanship for the citip seal and the modified slurry seal was excellent. The chip seat was placed with approximately 0.45 gallons of latex modified emulsified asphalt followed by 3/r chips. The modified slurry seat used a minus 3/r material. It was used in the parking areas to prevent tracking of asphalt and aggregate into the various buildings. It also provides a visual difference for the parking areas from the mainflne roadway. Intermountain Slurry Seal is to be commended for their professional manner in which they performed the pavement preservation work on this project. They placed a quality product that has pleased both the National Park Service and the Federal Highway Administration while providing access for the travelling public. Respectfully Submitted, Charles G. Luedders, PE Project Manager Federal Highway Administration INTERNATIONAL SLURRY SURFACING ASSOCIATION Z a r3 Church Ckcte, PM9 250. Annaporos, Maryland 21401-1939. USA Phonc (410) 267.0023 • Fax (410) 267-7546. webaue, www.sluny.orp �daaci���o MARCH 12, 2007 FOR IMMEDIATE RELEASF For more information, contact; Mike Krissoff 410-267-0023 kdssoff@toad.net ISSA ANNOUNCES 2007 PRESIDENT'S AWARD The International Slurry Surfacing Association (ISSA) is pleased to announce the presentation of Its 2007 President's Award for Excellence to member firm Intermountain Slurry Seal Inc., of Salt ' lake City, Utah. The announcement was made during ISSA`s 45th Annual Convention. held In Bonita Springs, Florida-, the award was presented by ISSA President Randy Terry, Terry Asphalt a' Materials, Hamilton, Ohio. ISSA's annual President's Award is made in recognition of contracting achievements which exemplify the highest quality of workmanship, and compliance with the best standards of practice. ' Roadway projects submitted for consideration are judged on the merits of utility, appearance, schedule completion, customer satisfaction and safety. Intermountain qualified for the Award after completion of Its work on a T III Microsurfacin Pro act, State of California Department of p Type s 1 p Transportation District 11, Route 76, San Diego County, California. Accepting the award for Intermountain was Rusty Price. For additional information on the award and its corresponding project, contact intermountains' Rusty Price at rusty.pdce@gcinc.com or call 801-526-6144. The International Slurry Surfacing Association Is an International non-profit trade association comprised of slurry surfacing and microsurfacing contractors, equipment manufacturers, public officials, research personnel, consulting engineers and associated Industry interests, working together to promote the increased and more efficient use of slurry surfacing in roadway [i (D pavements, (continued) ISSA Release MARCH 12.2007 Page Two Roadway Information: Route 76, El Pala Road North of San Diego, Southeast of Los Angeles Within the Pala and Pauma Indian Reservations, Encompassing three large casinos with concerts and other gaming events nightly. Majority of traffic occurring between 12:00 am to 2:00 am Roadway History: Pavement maintenance had not been performed for several years on this portion of Route 76. The road was in fairly good condition with a low severity cracking. The previous surface treatment was a chip seat. The surface showed signs of deterioration (raveling and aging) with a rating for loss of Fines at medium severity. Several areas of the road surface were flushed. Scope or Work: Place a new wear surface and establish a greater skid resistance 2,287,062 Square Feet Type III Micro Surfacing 3081 Tons of Type Ili Aggregate 381 Tons Micro Emulsion 800 90 lb sacks Type 1 Cement 16 Tons concentrate Fog Seal Obstacles: Near Pala Casino, high volumes of traffic were released through construction zone from concerts on several nights. There were as many as ten to fifteen thousand cars at one time on fresh micro within one hour. Highly sensitive environmental area Limited working hours 9:00pm-4:OOam Schedule: 9 days to complete, was done six days ahead of schedule. Safety: Zero worker comp or P party claims Due to the limited visibility on road way at night, daily safety meetings were held to communicate this danger and to assure a zero accident environment For photos or to receive this release by e-mail, contact krissotf@toad.net Full details of the project follow the President's Award Unk on www.sturry.org, 11/28/00 TUE 11:11 P" Q 002 arATr- rfr CA,M fig Hjj,'�? ,C TRAN�yPARiJ�71(LN (�Nlj t!(NlSihli.lG${�tCY )j A�c�awaR?F.NFt'Q�a _f.Mmrmr IMPARTMENT OF TRANSPORTATION Y DISTRICT I1 0 CONSTRUCTION DIVISION 1 780 W. MISSION RD. ESCONDIDO, CA P2025 F1e+r3Wu�po�var! PHONE 1856) 689-1576 Ba enaV effiderar FAX (760) 7964661 November 27, 2006 Steve Olsen Intermountain Slurry Seal Inc. 6225 South Walnut St., Suite C Loomis, Co. 95650 Re, Caltrans 11 276004 Microsurfaoing on SR 76 Steve, As an inspector for Calhans, I would like to acknowledge your company's efforts on the SR76 M orosurfaeing project in the Pala area. The Intermountain crew exhibited a professional attitude that should be a model for the contracting community. Tim Schmid, the Tnt=nountuin Project Engineer, and Superintendent Scott Mabey were both responsive and excellent communicators. They both seemed to work well together, were well organized, and quite familiar with the material and the crew's capabilities. Any construction or traffic issues, however few, were quickly identified and resolved Safety on the project was also held in the highest regard. Your Utah based crew's familiarity with the material characteristics, handling procedures, and water pollution control measures were impressive. As this was the first Microsorfaeing project in several years for District 11, and my first, it was important to have a knowledgeable and experienced crew on site. This definitely was the case. Once again, I am quite satisfied with the professionalism that the Intermountain crew exhibited, Their knowledge and attention to detail played an iuVottant role in the success of this project. I feel that your company has set the bar for future h1icrosurfacing projects within our district and I look forward to working with you once again. Sin rely, Todd Traunero Caltrans District 11 Transportation Engineer "COfO rcr lmprOVU J710b Tily rKrou Col y'amla" S`uR�y�=„ INTERNATIONAL SLURRY SURFACING ASSOCIATION l j G o e3 Church Ckde, PUB 250 - Annapolis, Maryland 21401-1939 - USA � Phone: (410) 267-0023 - Fax: (4101207.7546 - Web34e: www skury.org taadclS\� o APRIL 7, 2006 For more information, contact: FOR IMMEDIATE RELEASE Mike Krissoff 410-267-0023 krissoff@toad.net r--, (SSA ANNOUNCE$ 2006 PRESIDENT'S AWARD The International Slurry Surfacing Association (iSSA) Is pleased to announce the presentation of Its 2006 President's Award for Excellence to member firm Intermountain Slurry Seal Inc., of Salt Lake City, Utah. The announcement was made during ISSA's 44th Annual Convention, held in Palm Springs, California; the award was presented by outgoing ISSA President Nigel Kerrison, Emoleum, Marleston, Australia. iSSA's annual President's Award is made In recognition of contracting achievements which exemplify the highest quality of workmanship, and compliance with the best standards of practice. Roadway projects submitted for consideration are judged on the merits of utility, appearance, schedule completion, customer satisfaction and safety. Intermountain qualified for the Award after completion of its work on Yosemite National Park for the Federal Highway Administration, Mariposa County, California, Accepting the award for Intermountain was Rusty Price. For additional information on the award and its corresponding project, contact Intermountains' Rusty Price at rusty.pdce@gcinc.com or call 801-52M144. The International Siurry Surfacing Association Is an international non-profit trade association comprised of slurry surfacing and microsurfacing contractors, equipment manufacturers, public officials, research personnel, consulting engineers and associated industry interests, working together to promote the increased and more efficient use of slurry surfacing in roadway pavements. (continued) ISSA Release APRIL 7, 2006 Page Two For photos or to receive this release by e-mail, contact kdssoff@toad.net. Full details of the project follow the President's Award Link on www.slurry.org. Roadway Information: Mariposa County California West entrance to Yosemite National Park Department of Interior; National Park Service El Portal Road Highway 140 6.7 miles of 2 lanes scenic mountainous roadway Many scenic pullouts, 1-2 ft shoulders. ADT-in 2005: 6000 Roadway History: Built in 1907 as a dirt road, paved in 1925 Sections washed out in 1997 by flooding Re -opened in 2000 after reconstruction No Maintenance treatment 2000 to 2005. Several areas of base failure which needed repair Some minor rutting and raveling Scope or Work: Rut fill problem areas Finish course overlay entire roadway surface 3,986 Lineal feet crack seal 394 Gal tack coat 2,635 Sq Yd lane level, rut filling 117,635 Sq Yd Micro -Surfacing Pavement marking paint Recessed reflective markers Microsurfacing mixture: Type III aggregate RTE Micro -surfacing emulsion; 12.5% Aluminum sulfate; 0,5010 Portland cement; 0.5% Obstacles: 5 miles of guard wall Highly sensitive environmental area 2 to 4 foot wide asphalt ditch with 4:1 slope Limited working hours 8:00am-2 00pm Daily thunderstorms (flooding) Schedule: 12 days to complete, was done two days ahead of schedule. Schedule was affected by cool temperatures with rain out days and flooding Safety: No lost time or 3rd party claims Project evaluation CA PRA YOSE 14(3) & 16(5) South Fork Merced River Bridge Micro -Surfacing & El Portal Road Micro -Surfacing Performance Evaluation for Intermountain Slurry Seal We were very pleased with the overall performance of Intermountain Slurry Seal in the application of the Micro -Surfacing for the El Portal Road project. Intermountain personnel always maintained a professional attitude and worked well with us. It was a pleasure to work with both the project foreman, Scott Mabey and Brian. Scott and Brian worked hard to provide us with information that we required and to meet our specification requirements, which were different than what they typically encountered. Scott addressed any concerns or problems that we had in a timely manner. This project required that the paved ditches also receive Micro -Surfacing. There was a concern about getting a uniform application through these areas, where the ditches varied from 2 ft. to 4 ft. in width. Intermountain constructed a custom made box in order to pave the ditches, which provided us with a nice uniform application through the ditch areas. We are very pleased with the Micro -Surfacing, especially after watching it perform over the summer. Intermountain worked well in handling the high volumes of traffic along this section of roadway, and stayed well within the maximum allowable delays. They were considerate of the impacts to the public and the National Park Service. Barbara A. Quintana Project Engineer Federal Highway Administration/Central Federal Lands Highway Division V r� ATTACHMENT AS CONFORMANCE TO CONTRACT DOCUMENTS It is our philosophy that honest and open communication and working together as partners with our customers builds a relationship of trust and maximize project success. It is our commitment the project will be constructed as designed by building the project according to the contract documents. Intermountain is fully committed to project integration and the responsibility to avoid any potential issues and determine them up front so they can be avoided. Our commitment Is to mitigate any potential risk through timely communication with the City of Lubbock. We take a proactive approach and quickly respond to requests for information, conflicts or problems. All plans will be reviewed before beginning work. We will maintain logs and documentation of quality checks production quantities and safety checks. Any red flags we discover before or during construction will be immediately brought to the attention of the project management team of the City of Lubbock. During the process of estimating the 2014 micro surfacing project, Intermountain has been extremely diligent in investigation this project and communicating any concerns or questions to clarify the contract �s documents or plan quantities. If awarded this project, we will continue to communicate any questions or concerns in an effort to eliminate any issues or problems before they arise. If for any reason changes in the scope of work, contract documents or specifications occur, we will address and work with the City of Lubbock to negotiate a fair and reasonable solution including time, price and value of the change. We will ensure that the change includes the same quality product and safety standards we utilize in all of our work. ATTACHMENT A6 Management of Subcontractors and Suppliers Our philosophy at Intermountain is subcontractors and suppliers are us. Our reputation and ability to complete work on time and within budget, depends on others who are responsible in providing services and materials for this project. Subcontractors and suppliers are carefully selected. Intermountain ensures that subcontractors and suppliers provide a quality product that will be on schedule, performed safely and in conformance with the plans and specifications. We select subcontractors and suppliers based on a best value utilizing a combination of qualifications and price. Stringent contract and insurance requirements are expected, along with a commitment to the project team to perform with the same standards and requirements as Intermountain. We know our success will depend on their reliability and performance. From the time a project is awarded, we carefully schedule the work in detail. From years of experience, we understand that time is of the essence, for both our company and our a customers. Residents and the travelling public should not be inconvenienced due to a lack of preparation and organization. We take pride in doing what we say we are going to do. If we notify a residential area within the City of Lubbock, we will manage our time and plan our work e: in order to complete the work as we have notified the tax payers. Although some things happen that are out of our control (weather, unforeseen circumstances ect) we will work extremely hard to complete our daily schedule. A company that has been doing this type of work for 32 years knows the importance and responsibility of time management. Our crews have a daily detailed work plan that is schedule driven from the start of the work shift safety meeting to the end of the shift clean up and preparation of the next day's work. This ensures meeting daily schedules and provides our employees with direction and expectations. We welcome the project management and inspection team from the City to attend our scheduling meetings providing any concerns or anticipated changes to accommodate special needs or circumstances to the citizens or travelling public. .0 ATTACHMENT AS Cost Control Intermountain develops and maintains cost and production records for every item of work on every project we construct. This is completed on a daily basis. The expectations of our onsite superintendent is to track all daily records of the project events; daily diary, materials used, surface area covered, sequence and schedule of streets resurfaced daily, application rates used and any punch list or cleanup required. This information is provided to the owner at the end of the shift or prior to starting the next shift. Any discrepancy in pay items or quantities should be resolved on a daily basis with Intermountain's jobsite superintendent and the City of Lubbock's onsite representative to stay updated and reduce issues or misunderstandings. ATTACHMENT A9 Managing Changes to the Project Whether notified by the City of Lubbock or if Intermountain discovers a change in the scope of work, we will work with or notify the City immediately. Our commitment to the City of Lubbock is to negotiate a fair and reasonable solution that will provide continued value. We will also ensure that whatever unforeseen events that may occur requiring changes, our quality and safety standards will not be compromised. ATTACHMENT A10 Managing Equipment Intermountain has multiple fleets of equipment that is available for use on this project. We will have a full time field mechanic on the project 100% of the time. Our fleet safety program provides for pre and post trip inspections daily. Any safety related issues are repaired immediately prior to operating any equipment. We have an excellent DOT safety rating and take pride in the maintenance and appearance of our equipment. Our equipment manager and staff of mechanics have many years of experience in working with the specialized equipment needed to perform this contract. Each of our four continuous micro surfacing paving machines have the Electronic Monitoring System required in the contract specifications, that provide the Project Inspector printed data information at any time with details of materials used and surface area covered. This ensures Intermountain is meeting contract specifications regarding quantity increases or decreases. Proposed Project Managers As Name of Individual Intermountain Slurry Seal, Inc. Years of Experience as Project Manager 3 ygars Years of Experience with this organization 6 years Number of similar projects as Project Manager 40 plus Number of similar projects in other positions 100 plus Current Project Assignments Project Manager Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date City of Dallas Microsurfacing 2015 15% 12/31/15 Reference Contact Information (listing names indicates_ approval to contacting the names individuals as a reference) Name I Victor Pennington I Name I Merrill Sham Organization CDOT Organization ITD Telephone 970 216-1319 Telephone 20$ 334-8954 E-mail victor. pennin ton state.co.us E-mail merrill.sharp@itd.idaho.gov Project CDOT SH-340 Project ITD US-20 FY 13 Microseals Candidate role on Project Name of individua7ftject project Manager Candidates role on Project Nate Niemann project Manager Years of Experien14 years Years of Experien12 ears Number of similar140 plus Number of similar projects in other positions 200 plus Current Project Assignments Texas Construction Manager Name of Assignment Percent of Time Used for this Project Estimated Project Com tetion Date 1 Citv of Dallas 2015 Microsurfacina 15% 12/31/2015 Name I Lonnie Marchant Name I Jesse Shro er 1. Title/ Position I Materials Engineer Title/ Position I Streets Manager Oreanization I UDOT I Organization I Citv of San Marcos Project I Multiple UDOT Projects Project City of San Marco 2014 Micro Candidate role on Project Manager Candidate role Project Manager Pro ect I I on Project 9 Proposed Project Superintendent Organization Doing Business As Intermountain Slurry Seal, Inc. Name of Individual John Tompkins Years of Experience as Project Superintendent 10 years Years of Experience with this organization 3 years Number of similar projects as Superintendent 50 plus Number of similar projects in other positions 150 tus Current Project Assignments Project Superintendent Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Dallas 2015 Microsurfacing 15% 12/31/2015 City of Lubbock 2015 Microsurfacing *if awarded* 100% TBD Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name I Dwain Mitchell I Name I Michael Gonzales Of E-mail dmitchetl@mylubbock.us E-mail michael,gonzales@dallasci!lfhall.com Pro'ect 2013 City of Lubbock Microsurfacing Project 2013 City of Dallas Microsurfacing Candidate role on Pro ect Name of Individual Project Superintendent Candidate role on Project Dallas Isakson Project Superintendent Years of Experience as Project Superintendent 7 years Years of Experience with this organization 7 vears Number of similar projects as Superintendent 15 plus Number of similar projects in other positions 60 plus Current Project Assignments Project Superintendent Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Lubbock 2015 Microsurfacing *if awarded* 100% TBD E-mail Project I Luis troy or Sioux raus microsunacang I Project I zu1juiryoiLasurucesmicrosurtal Candidate role on Project Superintendent Candidate rote Project Su erintendent Proiect on Proiect p 10 Proposed Project Safety Officer n Doing Business As ividual t intermountainSlur John Wo'tech Seal, Inc. perience as Project Safety Officer 1 ear perience with this organization 1 year Number of similar projects as Safety Officer 5 plus Number of similar projects in other positions 5 plus Current Project Assignments Safety Coordinator Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Dallas 2015 15% 12/31/15 City of Lubbock 2015 Microsurfacing *if awarded* 100% TBD Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Title/ Position E-mail dave.hulverson@gcinc.com E-mail Project UDOT 1-15 1 Project Candidate role on NW Operations Group Safety Manager Candidate role Proiect I on Project Name of Individual Jake Lowne Years of Experience as Project Safety Officer 8 years Years of Experience with this organization 8 years Number of similar projects as Safety Officer 12 plus Number of similar projects in other positions 50 plus Current Project Assignments Regional Safety Manager Name of Assignment Percent of Time Used for Estimated Project this Proiect I Completion Date Name Dave Hulverson Name Bob Johnson Titlet Position sistant Safety Director Title/ Position ice President of Safety Organization ranite Construction. Inc. I Organization lGranite Construction. Inc. E-mail ave.huiverson(a7gcinc.com E-mail ob.johnson@gcinc.com Project MOT 1-15 Project P/DOT Candidate role on NW Operations Group Safety Manage Candidate role ice President - Safety Proiect on Proiect Proposed Project Quality Control Manager Organization Doing Business As Intermountain Slurry Seal, Inc. Name of Individual George Peterson Years of Experience as Quality Control Manager 14 years Years of Experience with this organization g years Number of similar projects as Quality Manager 600 plus Number of similar projects in other positions 600 plus Current Project Assignments Quality Control Manager Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date 2015 jobs as awarded to Intermountain Slurry Seal 15% 08/19/2014 Keterence Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name I Joe Platt I Name Roy Ulibarri E-mail E-mail rulibarriiputah.gov Project co-worker at Koch Project Candidate role on Pro ecE Name of Individual QualityControl Candidate role on Project Kenna Sweat Years of Experience as Quality Control Manager 8 years Years of Experience with this organization 12 years Number of similar projects as Quality Manager 10 Number of similar projects in other positions 40 Current Project Assignments Quality Control Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 2015 iobs as awarded to Intermountain Slurry Seal 1000/0 08/19/2014 Name Staker Name E-mail I k0ovell(ED-stakerparson.gornE-mail I ioseDhAgsingadot.gov Project multi le projects I Project Texas National Parks Candidate role on Quality Control Candidate role Quality Control Proiect on Proiect 1,2 Contractor's Project Experience and Resources Business As Intermountain Slurry Seal, Inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A ndix A l Provide a completed Project information farm (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this prcject, Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. See Appendix A5 Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: . Contract administration See Attachment AS 2. Management of subcontractor and suppliers See Attachment A6 3. Time management See Attachment A7 4. Cost control See Attachment A8 S. Quality management See Attachment A4 6. Project site safety See Attachment A3 7. Managing changes to the project See Attachment Ag 8. Managing equipment See AttachmentA10 9. Meeting HUB / MWBE Partici ation Goal See Attachment Al 1 Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Lease What work will the organization complete using its own resources? Microsurfacing, Traffic Control, Quality Control, Milling of Asphalt What work does the organization propose to subcontract on thisproject? All pavement marking items, sweeping 13 Contractor's Subcontractors and Vendors Organization Doing Business As Intermountain Slurry Seal, Inc. Provide a list of subcontractors that will provide more than 10 percent of the work {based on contract amounts Name Work to be Provided Est. Percent HUB/MWBE of Contract Firm None over 10% 14 Attachment A Current Projects and Project Completed within the last to Years See Appendiu Al Project Owner I I Project Name General Description of Project Project Cost Date Project Completed Key Project Personnel Project Mart tger Project 5uperintenderu Safely Officer a lily Comroi his er Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail 0,A=r Designer Construction Manager Project Owner Project Nome General Description of Project Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Mans er Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Otvner Designer Construction Manager Project Owner Project Name General Description of Project Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Rtana er Name Reference Contact Information (tilting manes intiiwtes approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager 15 Project Information Project Owner I City of Lubbock, Texas Project Name F Micro Surfacing at Various Sites General Description of Project Place Microsurfacing on various City streets including residential. collector, and arterial streets. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $3,441,017 Notice to Proceed 5/15/10 Change Orders Contract Substantial Completion Date at Notice to Proceed 9010 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 9/1/10 Final Cost $3,662,829.84 106 % Actual / Estimated Final Completion Date 911110 Project Manager Project Sup Safety Officer Quality Control Manager Name Bryan Warner Justin MackayJesse Torres George Peterson Percentage of Time Devoted to the Project 40 % 100 % 15 % 10 % Proposed for this Project Bryan Warner Justin MackayJesse Torres George Peterson Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Kevin Lair Street/Utility Superintendent City of Lubbock 806-775-2600 klair@mylubbock.us Designer Construction Manager Cody Blevins Street Superintendent City of Lubbock 806-786-6012 cblevins@mylubbock.us Surety Chubb, Travelers, Zurich Lei Number of Issues Total Amount involved in Resolved Zero Resolved issues Zero Number of Issues Total Amount involved in PendingZero Resolved Issues Zero 16 Contractor's Organizational Experience Organization Doing Business As Intermountain Slurry Seal, Inc, 520 North 400 West Business Address of Regional Office North Salt Lake, UT 84054 Name of Regional Office Manager Brooke Precourt Telephone Numbers (775)358-1355 Main Number Fax Number (775)355-3458 Web Site Address List of names that this organization currently, has or anticipates operating under over the history of the organ includig the names of related com anies presentlZ doigs business: Names of Organization From Date To Date See Amendix A6 List of companies, firms or organizations that own any part of the organization, Name of companies, firms or organization Percent Ownership Granite Construction Inc. 100% Years experience in projects similar to the proposed project: 32 years As a General Contractor 32 years As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal en within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating liti ation? No Ifyes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. 7 Contractor's Proposed Key Personnel Business As Intermountain Slurry Seal, Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. Appendix A2 The Intermountain project management approach involves all team members. It integrates partnering, quality control and project scheduling and it provides a framework for handling claims, dispute resolution and changes in the scope of work. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational can. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. Aonandix A3 Intermountain has assembled a team of professionals for this project that combine experience, innovative thinking, partnering and successful project communications. We can provide the maximum scope of work within the project budget while maintaining project specific goals. Provide information on the key personnel proposed for this project that will provide the following key functions, Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager .Ingh RnwQn Natp Niamann Project Safety Officer John Wo'tech Jake Lowney Quality Control Manager George Peterson Kenna Sweat If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 13miect Inrnrmatinn Project Owner I City of Lubbock, Texas Project Name Micro Surfacing at Various Locations General Description of Project Place Microsurfacing on various City streets including residential, collector, and arterial streets. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $4,011,235 Notice to Proceed 5/16/11 Change Orders Contract Substantial Completion Date at Notice to Proceed 8/29/11 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 8/17/11 Final Cost $4,102,910 102.3 % Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 8/17/11 Quality Control Manager Name B an Warner Mike Bevan Jesse Torres George Peterson Percentage of Time Devoted to the Project 40 % 100 % 15 % 10 % Proposed for this Project Bryan Warner Mike Bevan Jesse Torres George Peterson Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Kevin Lair Street/Utility Superintendent City of Lubbock 806-775-2600 klair@mylubbock.us Designer Construction Manager Cody Blevins Street Superintendent City of Lubbock 806-78"012 cblevins@mylubbock.us Surety Chubb, Travelers, Zurich Number of Issues Total Amount involved in Resolved ZeroResolved Issues Zero Jill Number of Issues Zero Total Amount involved in Zero Pending Resolved Issues 16 Project information Project Owner I Federal Highway Administration FHWA Project Name Texas National Parks Pavement Preservation General Description of Project Microsurfacing, Sealooat, Patching, Crackseal and Pavement Markings in Ten National Parks All Located in the State of Texas. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $5,901,519 Notice to Proceed 06/11/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 10/31/2012 143 Owner Enhancements $861.040 15% Contract Final Completion Date at Notice to Proceed 1 / 1 Q 012 14 Unforeseen Conditions Change Order Authorized Substantial Completion Date 11/16/2012 159 Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 11/16/2012 159 Final Cost $6,374 057 1.08% Actual / Estimated Final Completion Date 11/16 Project Manager Project Sup Safety Officer Quality Control Manager Name Cole Herrin Scott Mabe Jesse Torres Kenna Sweat Percentage of Time Devoted to the Project 100% 100% 20 100% Proposed for this Project Cole Heninci Scott MaWy Jesse Torres Kenna Sweat Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Joe o Designer Construction Manager I Jim KerrlaanManager720 963-3362 1 James.Kerri an dot. ov Sure( David B. Nor Jr. Vice President ' al Number of Issues Total Amount involved in Resolved I I Resolved Issues hu 0 903-3493 Number of issues Total Amount involved in Pending Resolved Issues 16 T Prniert Infarenutian Project Owner City of Lubbock, Texas Project Name 2013 Micro -Surfacing Project General Description of Project Place Micro -Surfacing on various City streets, including residential. collector, and arterial streets. There was an increase in the amount of Micro -Surfacing placed on the project driving the completion date to extend beyond the original completion date. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $5,058,650.20 Notice to Proceed 5115/13 Change Orders Contract Substantial Completion Date at Notice to Proceed 9/2/13 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 9/10/13 Final Cost 1 $50270,961.49 104.2 % Actual / Estimated Final Completion Date 9/15/13 Project Manager Safety Officer Quality Control Manager Name Cote Herring 77-15% Jesse Torres George Peterson Percentage of Time Devoted to the Project 40 % 10 Proposed for this Project Cole Herring JD Tompkins Jesse Torres George Peterson Did Individual Start and Complete the Project? No Yes Yes Yes If not, who started or completed the project in their place, Mike Bevan Reason for change. Owner's Request Name Title/ Position Organization Telephone E-mail Owner Kevin Lair StreeVUblity Superintendent City of Lubbock 806-775-2600 klai lubbock.us Designer Construction Manager I Cody Blevins Street Superintendent City of Lubbock 806-786-6012 cblevins@mylubbock.us Surety Number of lssues Total Amount involved in Resolved ZOO Resolved Issues Zero Number of Issues Total Amount involved in Pendin Zero Resolved lssues Zero 16 �� t= April 2, 2015 2:00 PM 1.....1 City of Lubbock Texas RFP 15-2250-TF Micro Surfacing Project 2015 To the City of Lubbock Texas, Intermountain Slurry Seal, Inc. (Intermountain) is pleased to submit our Request for Proposal in response to the above mentioned project. Intermountain takes great pride as a leader in the pavement management industry and in providing the highest level of quality, people, workmanship, equipment, materials, and most important, safety. Our services span across a wide array of pavement management solutions including, but not limited to, scrub seal, cape seal, slurry seal, fog seal, micro surfacing, chip seal and asphalt rubber products. Our regional teams are extremely committed to optimizing local suppliers and subcontractors on all projects we perform. Intermountain performs the above mentioned pavement preservation treatments in 17 states. We have offices located in Dallas Texas, Salt Lake City Utah, Reno Nevada, and Sacramento California. Josh Bowen is the main point of contact for this Request for Proposal. Full Company Name: Intermountain Slurry Seal, Inc. Address: 701 East Main Street Lewisville, Texas 75057 Phone Number: (972-353-6253) Contact's Email Address: Josh.Bowen@gcinc.com Intermountain has assembled an experienced team of professionals who offer expertise and innovative ideas to collaborate with the City of Lubbock on this project. Our team is capable and prepared to perform this work on behalf of the City. Our enduring success stems for our core values which guide our decision making ability and forms strong relationships with our customers. Our core values are: Safety, Pursuit of Excellence, Integrity, Honesty, Fairness, Consideration of Others, Reliability, Citizenship and Accountability. Sincerely, �1.2 . s' Josh Bowen Intermountain Slurry Seal, Inc. Estimator/Project Manager Table of Contents Financial Capability.............................................................................................. Attachment Al Experience..............................................................................................................Attachment A2 Safety...................................................................................................................... Attachment A3 Quality of Work.................................................................................................... Attachment A4 Conformance to Contract Documents............................................................. Attachment AS Management of Subcontractors and Suppliers..........' ............................... Attachment A6 Time Management. Attachment A7 CostControl........................................................................................................... Attachment A8 Managing Changes to the Project..................................................................... Attachment A9 Managing Equipment......................................................................................... Attachment A10 Meeting HUB / MWBE Participation Goals ................................................... Attachment All CompletedProjects.............................................................................................. Appendix Al Managerial Organizational Chart ...................................................................... Appendix A2 Project Organizational Chart ............................................................................. Appendix A3 Project Equipment list.............................................................................. Appendix A4 Project Personnel Resumes.................................................................................Appendix AS Organization History.................................................................................... Appendix A6 ATTACHMENT Al FINANCIAL CAPABILITY SEE ATTACHED BONDING CAPABILITY ■ I CHUBB GROUP OF INSURANCE COMPANIES 2803 Camino Ramon #300, San Ramon, CA 94583 March 27, 2015 City of Lubbock 162513'hStreet Lubbock, TX 79401 RE: RFP 15-12250-TF City Lubbock 2015 Micro-Surfaclna The undersigned surety companies are pleased to execute contract bonds for Granite Construction Incorporated and its subsidiaries, including Intermountain Slurry Seal, Inc. The Principal has been provided with performance, payment, and warranty bonds since 1926. During that time, individual bonds have been underwritten in excess of $450,000,000, while an aggregate work program well above that amount has been supported. The aggregate bonding capacity is $5,000,000,000; current available bonding capacity is $2,400,000,000. It is the current intent of the sureties to provide 100% performance and payment bonds, subject to acceptable contract terms and conditions and underwriting conditions at the time the bonds are requested by Intermountain Slurry Seal, Inc. We have the utmost confidence in the integrity and ability of Intermountain Slurry Seal, Inc. and consider them to be one of the premier construction companies in the United States. We are pleased to give them our highest recommendation. d i j h w ,sincerely, ,� r 3 5' f l"•, S FEDERAL INSURANCE COMPANY, A.M. Best Rating: A++ XV TRAVELERS CASUALTY and SURETY COMPANY of AMERICA, A.M. Best Rating: A++ XV ZURICH AMERICAN INSURANCE COMPANY, A.M. Best Rating: A+ XV THE CONTIN41ENTAL INSUIRANCE COMPANY, A.M. Best Rating: A XV �r Lillian Tse, " Attorney in Fact Yo h � J S . ( N certificsticpublic orffia y dwit � a�" ACKNOWLEDGMENT who siyncd the docvmenl to which this ccrdiicalc is atuckd. uA not the imth %mess, accuracy. or validity of that docwnca State of California County of Santa Cruz On March 27, 2015 before me, M.I. Barron, Notary Public (insert name and title of the officer) personally appeared Lillian Tse who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within Instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 13 $ j 61" M.I. Barron, Notary Public ■ (Seal) C U r Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 16 Mountain View Road $Urety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know AN by These Presents, That FEDERAL INSURANCE COMPANY an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COM OANY, a Wisconsin corporation, do each hereby i cansiitute and appoint J1&ha Dalai, Jahn D, tilAilhnd, Catherkm Gustavw, Xaithieen Schreckn►acst, AsW*y Stinson and LM&n Ise of Wabotivllle, CaiKor 6 each as thdr M* and W*MA Atbmey- i- Fact to awx uW under suds desiprnton In tusk r mss and to aide their corporate stab b and daBvarc for end on tl»Ir bdW as suety twann or amawke, bonds and urAvtakhigs and other wrffinpe rrbilpalo y bi the ro uirs fared (colter than beh bonds! 9Mn W eseMW in the course of wakiess an behalf GRANITE CONSTRUCTION LNCORPORA11M and asp Subsidiaries abna or In Joktt vent ma as peksdpak In ooenedton 0h bids, proposals or contracts to or wOh the UMW Stales of Amerfm any Stabs or political wldivlstms f mW or any person, firm or corpora0m. And the aaeu%Ion of suds bond ar obNatim by such Atttww h- Fad in that Compar*s name and on its behaK ss uuety trsrean cr otmwise. under tit sxsrpariN seek in pmosnoe of Me auhafty herby srotderved WA upon *ft" thereof. tea void and W M+D upon to Coppery, In Vftesa0*a to and d9ioed teh corMrats mats on ft 1 ayy d Ju�21 � and PAC INDEMNITY C W APANY Satre ends a ayaAed Dawn M. CMmos, Anbst M SKmtwy Nsurfs, Jr., VIce Ell i rat !z � fa, Coady d Somerset on this le day d July, 2014 before me, a Notuy Pubk d New Jersey. persondy came Daum M. Chkxm. b rw Iwoms to be Assldam Sec elary of FEDERAL tNMWXE COMPANY. VIGILANT" UtANCE COMPANY, and PACIFIC *WEMNIiY CO4uPA?M ete cmapmks *h"" e'er the "oinqpownayPo of Abo. ad the said Dorm At Chieroe, bekv by nm duty sworn, did depose and say that she Isaa Aktant Secretory of FEDERAL INSURANCE CONtMNY. VIONANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows Ins corporate nab Usssoti that the seals atf>zdd b tft0 turspWnp taovrer d Atlomey are nisi► corporaw sears and was tlrerelo sM ad by audtody d the By Laws d said Cemputtts; sd that afro sfipad said Power or Atbmay as Assklastf Secretory of and Comparies by ate aurr *, and that she Is ac*mt kd v t Dnid B. Nmsky Jr., sd Wows hen to be We Preslddtt of sold Campsnlers; and that the slpnauns d David B. Nods. !r, subscribed io said Pmw ofAttarey Is in the pmft hasulw0bp d David a. Norrk, It. and was thereto urbwrbed b1 ALOm ty of said By. Laws ana.ft�"/'t4 ens. KATHERINE d ADaAAR Nalsrw beatNOTARY P'U" OF NEW JERSEY No. 2310M NotaryP biio CERTIFICATM Extrad ham the INSURANCE COMPANY, VIOILAW INRURAKE COMPANY, and PACIFIC 1NUIRO TY COMPANY: -AM powers of ntiorm for and on behalf or the Company may and state be aaastad do the Warne and on WWI d Ute Company, aww by the Chasms► or Use President or a Via President or an Asshtsd Vets President JdrWy vd1h the Sserstary at an Assit4nd Seastart, War Omar resped w L.., deatprnrNom The x4risturs of such officers may be anWaved, p W*d or 14h000mphad. The stmatin or each of ft bspN rp oibron: CMWmtan, PrasddM any Vice Presider, wry Aa hud Via Prazidet any Swatory, any Assistant Secretary and Ice seal or Use Compery mey be aMlred by batnfle so any pwmr d aftmay or to any t mts*q theruo appok" AnWaat Seaatanq or Ahorneys. in- Fad tar purposes aft d oxem&V surd a>tsdnp bw& and underlaktnps etnd ofW wtttkps obipftory in the Mauna tsered, and arty such power d etWM or cerUlksta baring suet hglndla aiprafpae nx tatalatee wnI sloe be wed and blednp upon J Ice Company wd any sLKh pains >o enccuted w+d ov"ed by wch fetshrAs somWov grid facAnk seal "I be vsdtd and bktdh,p upon the Compaq wtth respect to ON band ar UvSW'takktp to wt kh it Is attaoted.- i. Dawn Cal. Oft*$. Aft*&M StaeWy of FEDERAL INSURANCE COMPANY, VIGILANT INSLIK4ACE COMPAHY, and PACIFIC INDE 4WT COMPANY go , `Carr� der hereby aerty t� pj the a*ad d ft By. Lan of the COMWAu is hue and wreva PQ the ComparAn we drdy *amad and wthartzed eo kanad sway bL%W" hi all 60 d uro Uroad Statics d Amaaka and the Odsidd of Cakir" a and are authwrtssd by the U.S. Treasury Deparhneni: inrriv, FedW and Vipsard we laensed In fie U S. VWgin kends, and Federal Is Goensud In American Sarno, Guam, Puerto Rico. and each of Use Prows of Canada *At* Prince Edward Wand; and ie4 ate torepoirtp Power d ASterfiey b true, cornea end If fug fora and etted char under my had and soak d saw compw*m al warren, Ni this March 27, 2015 10(00 �a !-\1�. >, c 1�/'\i� [►. h Cam/ THE EVB1T YOU WISH TO NOTIFY US OF A CLAIM, IC AN, VENFY TNfntWnMY OF THIS BDND OR NOTIFY US OF ANY OTHLrR MATTER, PLEASE CONTACT U5 AT ADORE 55 rC m 11Yt w no RV Twienhn %A fells MI. L411 Fiv IQM1 V1. U" w ffia- nvwfva dvalh.mm wrmts-10-OLMI6 U Ilkv.05-131 CORDNOaN4MWNT Fj 0 TRAVELERSAJNN Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attomey-In-Fact No. 2211138 POWER OF ATTORNEY St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company KNOW ALL MIEN BY THESE PRESENTS: That St. Paul Fire and Markle Insurance Company, St. Paul Guardian Insmnce Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Compa ri of America are corporations duly organized under the laws of the State of Connectla8, that United States Fidelity and Guaranty Company Is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc is a corporation duly organized under the laws of the State of IARsconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint John D. GlSlrOtnd, Apish„ Oss4 Kathleen Shcuaakerryo4 4thedire Gudsyso% ALgldoy S and L lJlan Tsa of the City of Watsonville, State of CalifomU4 thek true and lawful Attaney{s)-In-Fact, each in their separate capacity if roe than one Is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other wr#ings obligatory In the nature thereof on behalf of the Comparies in their buskww of guaranteeng the fidelity of persons, guaranteeing the performame of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. This Power of Attorney is !halted to bonds, recognizances, condNonal undertakings and other writings obligatory In the nature anweof for Granite Construction Incorporated and all subsidiaries and a/Idiates, alone or In joint venture. IN WITNESS WHEREOF, the Companies have mused this Instnurnent to be signed and their corporate seals to be hereto affixed, this 26th day of June, 2014. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty insurance Underwriters, Inc St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States RdeNty and Guaranty Company Goeecesee State of Connecticut City of Hartford ss. BY: Robert L Raney, Senior Vice President On this the 26th day of June, 2014, before me personally appeared Robert L Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurarice Company, Fidelity and Guaranty Insurance Ups, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Cam, Ity and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by skjfft on behalf of the corporations. by himself as a duly auuthorized officer. In Wht nm Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. a XY Mast. C '3 �"ntAAa* 0* • * Mane C. Tetreautt, Notary Public Page 1 of 2 Fj' I r This Power of Attorney Is graved under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Irsurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now In full force and effect, reading as follows: -= RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice Preskdent, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-kr-Fad and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and otter writings obligatory In the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any tirm may remove any such appointee and revoke the power given him or her, and It Is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is In writing and a copy thereof Is filed In the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of Indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice Presldent, any Senior Vice President or any Via President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -In -Fact and Agents pursuant to the power prescribed In his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it Is FURTHER RESOLVED, that the signature of each of the following officers: Presider, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting tam and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and Minding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fin: and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul: Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States FiMty and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this March 27, 2015 �a �•� rii �n d: � 1977 1=mum To vedly the authenddty of M& Power ofAtt amey, call 1-BW 421 3W0 or contact us at www.&ardersbond conL Please refer to the Attomerm-Fad number, the above -named Jnd/rlduals and the deblls of the bond to which the power is atfadiad. Page 2 of 2 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by Geoffrey DeHsla, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and arc hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Aglsha DESAI, Catherine GUSTAVSON, Cynthia P. JOHNSON, Kathleen SCHRECKENGOST, John D. GILLILAND, Ashley STINSON and Lillian TSE, each its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, issued on behalf of Granite Construction Incorporated, Watsonville, California and all subsidiaries alone or in a Joint venture and the execution of such bonds or undertakings in pursuance of time presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., The regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1st day of March, A.D. 2013. By: Vice President — Geoffrey Delisr'o By: Assistant Secretary— Gerald F; Haley State of Maryland County of Baltimore On this 1st day of March, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Geoffrey Delisio, Vice President and Gerald F. Haley, Assistant Secretary of the Companies, to me personally known to he the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that helshe is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. By: Constance A. Dunn - Notary Public My Commission Expires: July 14, 2015 11 I o EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attamevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -face to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998, RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, ( This March 27, 2015 Q Thomas O. McClellan, Vice President�;e �t POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men B These Presents That The Continental Insurance Company, i y parry, a Pennsylvania insurance company, is a duly organized and existing insurance company having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint kLj John D Gilliland, Jigisha Deis[, Kathleen Schreckengost, Catherine Gustayson, Ashley Stinson, Lillian Tse, Individually of San Francisco, CA, its true and lawful Atiomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Board of Directors of the insurance company. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be U hereto affixed on this loth day of December, 2014. ;' .•_ The Continental Insurance Company �� i� •z Paul .13ruilat Arice President State of South Dakota, County of Minnehaha, ss: On this 10th day of December, 2014, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State or South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instrument; that he knows the seal of said insurance company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company, J. M014R soums My Commission Expires June 23, 2015 J. Moh Notary Public CERTIFICATE I, D. Bult, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance company printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said insurance company this March 27, 2015 •lii.'� . The Continental Insurance Company 2 r gi r S ti • D. Bull Assistant Secretary Form F6850-4/2012 Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company at a meeting held on May 10, 1995. "RESOLVED: That any Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution becoming effective. This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execution power of attorneys on behalf of The Continental Insurance Company. This Pow" of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25t6 day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic formal (collectively, "Electronic Signatures"), Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ATTACHMENT A2 GENERAL INFORMATION AND DESCRIPTION OF FIRM Intermountain Slurry Seal, Inc. (Intermountain) will provide the City of Lubbock (The City) with one of the largest pavement preservation operations in the United States. The Intermountain team is positioned to successfully perform any pavement maintenance that may be required and is fully supported with the financial, bonding and insurance capabilities to meet the requirements of this contract. Intermountain has over 30 years of experience performing a wide array of services and solutions that meet all major, collectors, residential streets. Our mission is to support safe, environmentally responsible and our crews are trained and equipped for success. In order to complete this contract within 100 days, perform the quality of work that will ensure no quality problems within 2 years, requires skilled, trained and experience personnel along with specialized equipment, both of which Intermountain provides. We are positioned to provide situational resources and project specific technical support to meet any maintenance related scope of work and to effectively manage any unexpected changes or events that may potentially impact cost and schedule. We utilized a risk management strategy to ensure continued project operations. Providing a comprehensive quality control operation, including materials analysis/testing and onsite construction inspections is critical to ensure top - end project performance. Our trained team insures quality delivery of material and processes. Our mobile work force handles projects across all regions of the western United States including Arizona, California, Oregon, Washington, Nevada, Idaho, Montana, North and South Dakota, Wyoming, Colorado, New Mexico, Utah and Texas. Our tactical setup, execution, and closeout procedures are finely tuned and our crews are trained to efficiently adjust schedules and work sites as conditions require. Our equipment fleet contains more than 300 pieces specific to pavement maintenance work types. It is expertly maintained for quality and safety, and there are mechanic and spare equipment embedded with crew to ensure timely project delivery. We are EEO compliant and have implemented DOT compliant and DOT Record hiring practices. We maintain a drug free workplace that is strictly enforced. EXPERIENCE OF FIRM Intermountain is highly qualified to manage this project from a technical aspect due to our vast experience with pavement preservation. This contract will be staffed with experienced supervisory and craft personnel, as well as necessary equipment for quality and on time completion. We have been performing seal coat and micro surfacing work since 1982.Our management and supervisor teams have hundreds of years of experience combined with the exact type of work that is required in this contract. We have completed literally thousands of, projects with the same scope of work that the City of Lubbock is requiring for this contract. Ou r support resources include Garco Testing Laboratories; an ARN1L and CCRL-accredited laboratory that are experienced in seal coat and micro surfacing mix designs, as well as other testing that will be required for this project. Our equipment department is staffed with knowledgeable personnel and field mechanics that will be on the project 100% of the duration, maintaining our equipment and assuring that the safety of our equipment is a priority for the City of Lubbock, Intermountain and the travelling public. Our key personnel have the experience and expertise to provide a high quality project while conducting our business with the public and residents of Lubbock with the highest degree of professionalism. !o 11 ATTACHMENT A3 SAFETY SEE ATTACHED FIVE YEAR AVERAGE EXPERIENCE MODIFICATION FACTOR Intermountain's safety culture extends into every facet of our business. Safety is viewed throughout the organization as an integral part of everything we do. We enjoy our work and share in the pride of a job well done. We believe that the prevention of accidents is more than just good business; we believe it is our moral obligation. We care about each other and want to create a safe work environment to ensure health and safety for our employees and the citizens of Lubbock. We strive to maintain a safe, healthful and productive work environment for all employees — whether in the field or office. We all assume responsibility not only for our personal safety, but also for the safety of those around us. The Company believes safety is not an arbitrary set of rules and regulations, but is each of us actively participating and holding one another accountable for safe work conduct every day. A lack of safety know-how, or an indifference to safety practices, can result in an injury to our employees or others because accidents don't just happen —they are caused. The Company has a vision of a work environment where there are zero accidents. With cooperation and attention, the job will be a safe one. To work safely we need to be rested, alert, and constantly aware of what is going on around us, being particularly watchful for recognizable hazards. If we do not know the correct and safe procedures, we need to understand the process. If our employees have any doubts about a procedure, our procedure is to STOP and ask the supervisor. It is very important that the supervisor be immediately notified of any unsafe conditions that exist — or those that may exist. There is no job or service so urgent that we cannot take the time or reasonable expense to follow all provisions of our Accident Prevention Program and conduct our work safely. The protection of our employees, property, the public and the environment are essential to the efficient and successful completion of every task we undertake. By following our Code of Safe Work Practices: lob Safety and You, any other special instructions, and by using our own good judgment, we will be doing our part in accident prevention. September 26,2014 Intermountain Slurry Seal, Inc. PO Box 50085 Watsonville, CA 95077-5085 RE: NCCI Workers' Compensation l To Whom It May Concern: l The following are the current and past four years' NCCI Workers' Compensation Experience Modifications. The modifications are currently effective October 1" for the period of one year. 2014 .63 2013 .65 2012 .69 2011 .73 2010 .72 Do not hesitate to contact us with any additional questions. Sincerely, 4X&(4-1 John Gillllendj Vice President t Aon Risk Services I Construction Services Group 199 Fremont Street, Suite 1500, San Francisco, CA 94105 t +1.415.848.7442 john.gilliland@aon,coml aon.com CA License# 0363334 is ATTACHMENT A4 QUALITY OF WORK 11 COMMITMENT Our commitment to quality in every facet of the work we do is demonstrated in the pride we take in every detail of performing this work. From our safety meetings prior to work beginning to our job preparation, clean up, and post trip equipment inspections at the end of each shift and everything else from start to finish. We will provide the City of Lubbock project diaries, daily records of work accomplished, materials used, area covered and any other item that is required to stay on budget and communicate on a daily basis the progress of the project. Our effort to notify the public prior to work commencing in their area will be a priority. Our attention to detail in the process of performing the resurfacing products will be thorough and meticulous. Our ability to continue providing pavement preservation techniques depends on '} how satisfied the customer is and if they feel that what they paid for provided value to the tax payer. The Intermountain Project Team provides an integrated approach to quality control and assurance that combines our individual members' expertise in their specialized aspects to pavement preservation. QUALITY PHILOSOPHY AND PRINCIPLES A strong quality control program results in successful projects. Each crew that performs work for Intermountain has been trained and educated in the best practices for the work they are performing. This plan details each step from start to finish for successful results. From equipment to materials to testing and design, we have a commitment to do the job right the first time. Our materials are tested prior to leaving the suppliers facility and then tested again on the jobsite prior to use. Our employees are highly trained to operate and place the resurfacing materials. Our equipment is vital to the success of this work. The equipment we operate is well maintained and has a professional appearance. Intermountain will provide to the City of Lubbock our Quality Control Plan (QCP). The purpose of the QCP is to direct Intermountain activities to assure that construction materials meet or exceed quality requirement of the contract. We will provide production, shipment and placement of surface treatments. Our quality control laboratory, Garco Testing, has years of experience and accredited to do the specialty mix designs for this contract; not many labs throughout the industry have the resources or expertise to perform micro surfacing or seal coat mix designs. QUALITY AWARDS SEE ATTACHED AWARDS • e COLORADO Department of Transportation - 10 November 2014 Josh Bowen Intermountain Slurry Seal 1005 Terminal Way Ste 220 Reno, NV 89502 Mr. Bowen: This letter Is in reference to the microsurfacing material placed by your company on C.D.O.T. project number STA 139A-016 in the spring/summer of this year. The six mile, two lane roadway was in need of a minor resurfacing treatment and the standard 3/8" chip seal was being considered, as well as the microsurfacing product. The existing road surface was rather rough in many areas with an extensive amount of cracking and rutting. In light of these existing conditions, the Region 3 Materials Engineer elected to use two layers of a 3/8" minus microsurfacing treatment to seal the roadway surface and improve the ride to some degree. The knowledge and expertise of Intermountain's entire staff and crew was evident, as the lay -down operation was provided with efficiency and professionalism. Even In high traffic areas with busy Intersections, the flow of traffic only experienced minor delays and both lifts of the microsurfacing material were placed in just a few days. I have monitored the area since the completion of our project and have observed the product to be performing as we had hoped. The product did improve overall ride quality, where a standard chip seat treatment would not have +� done so very effectively. There has been little or no reflective cracking to date and no apparent rutting. It will be Interesting to see how the product weathers the upcoming winter months, but i expect that with the high asphalt content in the mix, freeze -thaw will not have the adverse effects that it would on a thin lift HMA pavement. i The overall cost per square yard was slightly higher for microsurfacing than chip sealing, but much lower than a 1-1 X" HMA paving would have been. However, the cost effectiveness vs. performance of the product should prove to be excellent. it appears to have been a very good choice for the Department In fulfilling our specific needs, it was a pleasure working with you and your staff on this project and I hope to do so again in the near future. a Sincerely, Victor Pennington j Project Engineer, 113GJ Grand Junction 1606 South 9'" Street, Grand Junction, CO 81501 www.coloradodot.Info "r �g76,y Granite Named as a 2014 World's Most Ethical Company by the Ethisphere Institute for 5... Page 1 of I March 20, 2014 Granite Named as a 2014 World's Most Ethical Company by the Ethisphere Institute for 5th Year VIATSOHVILLE: Cakt,-(BUSIPMBS WIRE)-- GRANITE CONSTRUCTION INCORPORATED (NYSE:GVAB annarncad today that it has been recogidzed by the Elhisphutre Institute, nut independent center of research pramotht9 best p(actrces In corporate eth$a and govenance, as a 2014 Worlds (.lust Ethical Company's, This is the fifth time that Grani)d tins boon honored with this award, whidn it -cognizes organ€zabons that continue In raise the bar on ethical leadership and corporate behavior., Wotkrs Mast Ethical Company honorees understand the correlation between ethics and teputahott Grande Is one of only three companies In the construction Industry—otid the Only US-basod eanstrtueDen company-410nored flits year 'Reca ing Ibis award for the Wh consecutive year is a testament to the Cade of ronduct Dint Is pewasivu inside our offices and on our jobsitos loday,'said Janos H Roberts, Grande s president and filet exeaifrve officer, `As an Industry leader in the area of compliance, Granite's commilmeal to ethical behavior foroutdates the requirements tar Codes of Conducts seen In loday's business enviraarttenl Our people are living tote Coda and it is our commitment to continua to foster a strong culture of ettilm and integrity at Grannite to generations to corns.' 'The entire community of Wond's Most Ethical Companies bakeve that customers, employees, investors and regulators place a high lvemium on trust and that ethics and good governance coo key in earring it.' said ElhisphoWs Chief Executive OKcer, Timothy EdAch 'Granite joins air exclusive calm ilmly committed to driving pedarmnnce Vi ough leading business practices We congratulate evoryonu at Granite for Ibis extraordinary achievement Tito World's Most Ethical Company assessment is based upon the Etlusphere Institutes Ethics Quotienty" Iraminvak The Ethics Ouotiont framework has been developed over years of ellan to provide a means to assess an orgamxat it's performance in an objective, consistent and standardized way The intannation cadteded pnnmtes a cariivehensiva sampling of deratihve crdeila of core competencies, rather than art aspects of corporate governance, risk, sustairmbility, cortgilience and etttics. the Elhms Ouotiont framework and methodology was determined, vatted and refined by the axpen advice and insights gleaned from Ethisphere's network of thought loaders and from the Wail's Most Ethical Company Methodology Advisory Penet Scores ore generated In five Noy categdrlas.. ethics and compliance program (25%)- reputation, leadership and innovation (201%), govemance (1074), cerlxrrate clizenship and responsibility (25%) and culture of Mice (20%), Tho lull list of Sind 2014 Wodd's Most Ethical Campaigns Can be found at iMP Okilusphare caunlvai••Js mast-ettaeauwme•ttcatreesr About Granite Through its offices and subsidiaries nationwide, Granite Constnictionincorporated (NYSF GVA) is one of the nallon's largest infrastructure contractors and construction tnateriets producers Recognized as one of the top 25 tirrpest construmorl companies in the U S.. Granite specializes In complex infrastructure projects, .; including transportation, industrial and federal contracting, and is a proven leader in atfemativo procurement pro)act dokvmy Granite Is an award -winning firm ki Safety, Ouaidy and Environmental Stewardship, and has been honored as one of Ito Wottd's Most Elhket Companies by Ethasptiure Institute for rive consecutive - years For mare information, visit www grandecarstruction com. About the Ethlophere Institute + The EthispherO Institute is on independent carder of research, best practices and thought leadership ihet prontoles best practices in corporate sinks and governance and enables orgamalions to improve wmpllaned, mitigate risk, and eritnence retationstlps with employees business partners. hwestas and the broad regulatory communily, Elhispharo evaluates and benchmarks compliance and governance programs, honors superior achievement through its Waid's Most Ethical Companies' t_ recognition program and ftuttdisites Ethisphere tllopazire Ethlsphere is also the leading provider of independent verification of corporate shies and compliance programs that include: Ethics Inside" Certification, Compliance Leader Verifreation^ and Anfi Cortiplion Program Vorific tiad*" More information atioul Eltisphoro can be fotatd at, svwa sMisphere cum. Granite Conslruclion Incorporated Jacqueline Fourclty, 031.701-4741 Jacq;ie.Faarchy-agdrte com Of The Eth€sphere Institute Cleo Nabozny, 400�397.21$58 Gen Natwznyfelhisphore cum sourE: Granite Constuuclari Incorporated Notes Provider! by Acquire Media Oreftiuus LE01. Drgg 10F.rcobuck Llnkedla i: Tulvet Copyright 2014 Goanilo Construction Incorporated 3 � j http:/rinvestor.6raniteconstruction.com/releasedetail.e fin?ReleaselD=834275 3/20/2014 Te1303 290 6611 Faw 303 290 9141 �.f 61180 S. Yolemlte Court. Ste 200 Centennid. Colorado It0112 (1) COLORADO CONTRACTORS ASSOCIATION Congratulations to this Year's Winners of CCA-CDOT Project Management Awards CCA and CDOT celebrates our 31st Annual Project Management Awards on April 2 with an awards banquet in Denver. The awards program acknowledges the achievements of outstanding project management exercised by project superintendents and project engineers in nine different categories. This year CCA and CDOT are also recognizing the success of three different CM/GC projects. Congratulations to all of the winners for their exceptional projects from 20131 PROJECT MANAGEMENT AWARDS 99i"o—u Protect Location Contractor superintendent COOT Protect Engineer Emergency Emergency Bridge Repair, NB 1.25 Edward Kraemer & Ken Ashton Andrea Hebard at 88th Ave Sons Safety SH 145 at Society Turn intersection Williams Construe Jack Webb Lorna Alexander Maintenance Cortez Micro Surfacing Jared Roseman Ryan Sullivan -Hope Pavement, Up Colorado Boulevard at Hampden Chato's Concrete Chato Michael Kucey to $3M Intersection Villalobos Pavement, $3- US 285, north of Monte Vista APC Southern Jim MacDonald Steve Folk, Bechtolt 6 M Construction Engineering Pavement, $6- SH 13, north of 14 Mile Creek Oldcastie SW Group Adam Lynch Eric Peterson 10 M Bridge US 24 and 1-25 Bridge Repairs ABCO Contracting Danny Feghali Shane Ferguson Repair/Rehab and Joe Garcia Major Wadsworth over Bear Creek Lawrence Brad Hill Larry quirk Structure Construction over $10 M SH 392 and 1-25 Interchange Edward Kraemer & Ted Banks Gray Currier Reconstruction Sons CMIGC AWARDS Protect Location 1-70 Frontage over Colorado River Pecos over 1-70 Bridge 1-70 E8 Twin Tunnel Widening (Dotsero) Replacement Project Contractor Edward Kraemer & Sons Kiewit Infrastructure Group Kraemer/Obayashi Joint Venture SuRerintendent John Pinson and David Bernard Dave Paris Matt Hogan and Brandon Simao Desim TSH Wilson & Company Atkins C ul an Designer Randy Wampler and Matt Gilbert Scott Waterman Allan Brown and Keith Stefanik CDOT Prole et Clinton Moyer and Bob Mjoen, Tamara Hunter -Maurer Benjamin Acimovic and Bob Manager Stantec Smith v4 1Lu INTERNATIONAL SLURRY SURFACING ASSOCIATION X ti 83 Church Chda, PW 2W * Annapolis, Muy,* f 21401.109. USA Phone: (410) 267.8023 •Fax (410) 267.754e . weluue: www.sturry.orp 4ea clix March 16, 2011 For more Information, contact FOR IMMEDIATE RELEASE Use Carona 410-267-0023 cemne@slurry.org ISSA ANNOUNCES 2011 PRESIDENT'S AWARD The International Slurry Surfacing Association (ISSA) Is pleased to announce the presentation of Its 2011 President's Award for Excellence to member firm Intermountain Slurry Seal, of Salt lake City, Utah. The announcement was made during ISSA's 49th Annual Convention, held in Tucson, Arizona; the award was presented by ISSA President Tim Harrewood, Vance Brothers, Inc., Conway, Arkansas. ISSA's annual President's Award Is presented In recognition of contracting achievements which exemplify the highest quality of workmanship, and compliance with the best standards of practice. Roadway projects submitted for consideration are judged on the merits of utility, 1 � 9 tY, appearance, schedule completion, customer satisfaction and safety. Intermountain Slurry Sea) qualified for the Award after completion of its work on the Grand Canyon North Rim Pavement Preservation ( Project. . Accepting the award for Intermountain Slurry Seal was Nathan Niemann. For additional Information on the award and Its corresponding project, contact Nathan at nathan.niemann@gcinc.com or call 801-526-6146. The International Slurry Surfacing Association Is an International non-profit trade association comprised of slurry surfacing, micro surfacing, chip seals and crack treatment contractors, equipment manufacturers, public offlclals, research personnel, consulting engineers and associated industry Interests, working together to promote the increased and more efficient use of 10 slurry surfacing In roadway pavements, r. (continued) 1 iSSA Release March 16, 2011 Page Two Project Information Project AZ NPS GRCA-PRES-1(09) Owner: Federal Highway Administration Central Federal Lands Main items of Work: Original Bid Actual Placed Contractor Testing 20 Day 40 Day Surface Treatment 1C (3/8 Chip) 430,000 SY 393,175 SY Fog Seal (CSS-1 Dilute) 280 Ton 219 Ton Emulsified Asphalt CRS-2P 760 Ton 588 Ton Micro Surfacing Type 3 70,000 SY 75,542 SY Crack Sealing 40 Mile 35 Mile Flexible Patching Type 1 300 SY 0 SY Flexible Patching Type 2 150 SY 1,829 SY Pavement Markings 2,600 Gal 2,466 SY Pavement Messages 50 EA 69 EA Traffic Control 20 Day 40 Day Vehicle Positioning Guides 45 Mile 28 Mile Flagging 800 Hour 791 Hour Pilot Car 400 Hour 160 Hour Flexible Patching Type 3 Change Order 738 SY Minor Asphalt Patching Change Order 27 areas Skin Patching Surface Treatment Pay Factor Bonus 100% Based on QC Tests during Chip Seal Production Intermountain Slurry Seal, Inc originally planned on beginning work in April to complete the project before the park became too busy ,due to a very heavy snow year the roads where not cleared and open until may lee. This caused scheduling delays right from the start. Starting in June Intermountain Slurry Seal (ISS) began patching. Unknown to ISS, the owner had added 6 times the amount of patching than the original bid quantities. Patching continued until the end of July. Because of this additional work ISS knew it would be a challenge to complete this project before the weather started to cool off. Despite what first comes to mind when thinking of the Grand Canyon, the North Rim is over 8000 ft in elevation and even in mid -summer rarely sees temperatures over 90 degrees. This allows a very narrow work window for Chip Sealing and Micro Surfacing. Overlapping major work items would have expedited the project, but would also cripple park access severely. ISS chose to run a more linear schedule to lessen the impact on the park and the visitors. Micro Surfacing began the end of July. This is the height of the "busy season" for the park, with the Micro Surfacing needing to be placed in all of the parking areas and camp areas, scheduling was very important and very difficult, On average it took three days to clear a parking lot. Pre -notification was posted at all 43 locations seven days in advance. Some revisions were made as the work progressed to accommodate for unforeseen changes, however ISS was able to complete all of the work without having to tow a single Carl ISSA Release March 16, 2011 Page Three Chip seat began the end of August, along with monsoon season in the park. Most days the work could not start until 9 or 10 o'clock in the morning due to temperature. In the project plans the roads were shown to be 22 to 24 feet wide, In reality all of the scenic drives are only 18 to 20 feet wide very winding mountainous roads, ISS made the request to close these road's in order to safely perform the work. Although the park was not in favor of this method they saw the merit of the request and agreed it was the only way to keep the public and our employees safe. While this action kept everyone safe it added tremendous pressure to keep the schedule which had to be published a month in advance of the work, in order to allow the closure, and only allowed 3 days to complete the scheduled roads. Chip Seal proceeded in a modified fashion, again because of the narrow roads all of the dump trucks had to run in a group from the site to the stockyard In order to cover the full width of the road in one pass, There was no way to allow the trucks to pass around the chipper without moving It off the road. The material for chip seating on Federal projects Is subject to quality acceptance testing which is based on test result averages. This means the chips have to be very consistent In gradation, A test meeting the gradation wide band requirements If not within the average band could still cause a deduction on the available bonus. Tests were required to be run every 20,000 SY which equated to 20 samples that were collected split and processed on a daily basis. For photos, contact cerone@slurry.org. Full details of the project follow the President's Award link on www.slurry.org, 0 USDepcermem d ftmpoWion Werd highway adrnMtraHon Mr. Nathan Nicmann Project Manager Intermountain Slurry Seal, Inc. 1000 North Warm Springs Road Salt Lake City, Utah 84116 Dear Mr, Nieman: Central Federal Lands Highway Division December 28, 2010 12300 West Dakota Avenue Suite 210A L,akewond, CO 80228 In Reply Refer To: EFCO-16 Thank you for making the AZ NPS GRCA-PRO8-1(09), Grand Canyon National Park Pavement Preservation -North Rim project a success. This was a very challenging project to complete with the many constraints included in the contract and concerns from the Grand Canyon North Rim management. The project schedule was well planned, executed and provided minimal interruption to park visitors and stab 'This would not have happened without the cooperation of ISS, NPS and FIIWA stall Communication and open discussion of planning the daily operations provided necessary information for the successful completion of the project. The many environmental concerns encountered when worldng within the Grand Canyon National Pazk, North Rim were approached with great understanding and concern concluding with no environmental damage created Proper planning with daily implementation of environmental protection along with open discussion of operations addressed all environmental concerns. During the course of the project safety for ISS, FHWA, NPS and the park visitors was a majorconcern. ISS's professional approach to completing the work with an aggressive schedule while providing the upmost concerns for the safety of all contributed to the success of the project. ZAN� Sincerely, TOO Carl Glenn Holsopple Project Engineer �,) o�*w SLU INTERNATIONAL SLURRY SURFACING ASSOCIATION zt #3 Church C1K* PMa 250 • Annapoft. Maryland 21401.1939 a USA . Phom: (410) 2674)M • F= (410) 267.7348 : Webs": www.slwry wg 4+�OCIix'l � March 11, 2009 For more information, contact: FOR IMME DIATE RgLEASE Use Carona 410-267-0023 cerone@slurry.org ISSA ANNOUNCES 2009 PRESIDENT'S AWARD The International Slurry Surfacing Association (ISSA) is pleased to announce the presentation of Its 2009 Presldent's Award for Excellence to member firm Intermountain Slurry Seal Inc., of Salt Lake City, Utah. The announcement was made during ISSA's 47th Annual Convention, held in Indian Wells, California; the award was presented by ISSA President Alan Berger, Valley Slurry Seal, Company, West Sacramento, California. ISSA's annual President's Award is presented in recognition of contracting achievements which exemplify the highest quality of workmanship, and compliance with the best standards of practice. Roadway projects submitted for consideration are judged on the merits of utility, appearance, j schedule completion, customer satisfaction and safety. Intermountain qualified for the Award after completion of its work on 1-80, Parley's Canyon Micro Surfacing Project, Parley's Canyon, Utah. Accepting the award for Intermountain was Rusty Price. For additional information on the award and its corresponding project, contact Intermountains' Rusty Price at rusty.price@gcinc.com or call 801-526-6144. The International Slurry Surfacing Association is an international non-profit trade association comprised of slurry surfacing, micro surfacing, chip seals and crack treatment contractors, equipment manufacturers, public officials, research personnel, consulting engineers and associated industry Interests, working together to promote the Increased and more efficient use of slurry surfacing in roadway pavements. (continued) ISSA Release March 11, 2009 Page Two Roadway Information: 1-80, Parley's Canyon Roadway History: Park City Municipal Corporation was looking for a product which would provide a smooth long lasting surface. The need was based on the public's wish for a multi -use surface for cars, bikes, skateboards, etc, while maintaining skid resistance and longevity. Although they thought type III slurry seal was their best choice, they soon received complaints from residents regarding the smoothness of the surface. The city began researching other options to make the road functional for all while maximizing pavement life. Intermountain Slurry Seal proposed doing a number of test sections using various products to find the best match for all involved. Intermountain Slurry Seal felt this would be a great opportunity to emphasize the industry's ability to give municipalities options for their maintenance requirements. Scope or Work: Rotomilling, 654,530 SY HMA, 5,736 Tons - Micro Surfacing, 1,211,553 SY Pavement Markings, 832,330 LF Longitudinal Rumple Strip, 141,246 LF i Obstacles: The first challenge was the location of the work,1-80 in Parley's Canyon consists of steep curves with very limited sight distance, which presented i challenges both to traffic control and to construction. The second challenge was extremely limited light at night in the canyon, it was determined that the rotomilling could be performed at night, the micro f surfacing would need to be performed during the day in order to take i advantage of better lightning and warmer temperatures and to ensure a quality product. Schedule: Project completed in 50 days. For photos or to receive this release by e-mail, contact cerone@slurry.org. Full details of the project follow the President's Award Link on www.slurry.org. #####W ATTACHMENT All Meeting HUB / MWBE Participation Goals Although the project does not specify any HUB or MWBE goals, our policy is to provide fair and equal opportunity for Small, Disadvantaged and Women -owned Business Enterprises (DBEs). c., INTERMOUNTAIN SLURRY SEAL, INC. 2014 Completed Jobs Greater than $500,000 prime or Job Name Rome of Engineer in Charge Contract Actual Name and Address of Owner Name, Location of Project, and Kind of Work P rl mal Sob (Owner), Ph a no, Fax, and Completion N umber you am a subcontractor E-mail (If avallable). Amount Date --Z4—WX WWAci pxftWW coRopAv""F4FWs*&~ X HwdOm C4wdbvL*M bo. J"'" owdbww 707,014 02=14 123WV"0Ak*bAw~ ed No 0TF"s$0*M1 po Box 2536 (4on24s4va Lskw.00dl Co 9=600 Vartow Locoba" An NM shoe. wrW103.=5 (4041245.6634M "ark"ime 447= Gt*s *I VVIW" Opu*mM of Tmop hem CW;;=vFT(v"pNu*W5Gm2 X WA inn R.auw4e 2A1t,Sa5 10014 " taft Be" C4NtW "*:NHpP4%el4200j (367) =41500 V#h"%vd.VWVIMI %W'wy 44850 EF.-I"Ma— x WA Hannahi.aq 502,350 74404 455N*ftMdinft.W Cotat HM:47245145 (310)2U4425 VAOALKS (31045bI52e9F) V—kom I tAvQQ*4*ft2" 1 453052 SwAffC*wtj$paudSmW*D4War ' C..* CUP "W JI WA WA 917.243 &.31=14 I Ffichum. UT OA701.707S Pjch%w. Lff ctoo "M 4$4065 Ift WA— cmw4 ftAw val Bl*fts DopmwmM p- pkee OW" cuo 044 'm Vm Pft.4 WAR GMAWU Ism 84*wd sow Contract N*,'.2014-CNVW-& (no sla."so C081841.3100 ft aw— Cw*l co 076 tlll�� C*" I 4SGM Sft%.IC4*W"D M UO MW~ WoW E" A Pemkglm 1=2" WI011UI4 4201EWAOAx FIoew117 C*?*QdM.-,&TA34"1@ NoW, CO SOM-3405 SHUOf dhWFFMM„CO (303J75749219 FF) 456607 CR"ITWw* ctf afTute" 8.6— 640 A WA uk<hftluau MM 77W2014 411E&OX—Aame Caftoo Fk,^, ENOW is"804.007 TWatt„ CAM744267 C41017olucCA (SM 66""1 M Odan StMo of VVVmkq Oopu*"M of rumupwtow Gilke414uor,Wkaaaou6w 14 A ifth J..It 775,09% 741004 5=6W"8ftk—d Combed Na, NHPPW$W=g (307)e82-25so Chey*ms, wr smacu" i-*MIftGBft.WY (207) ear'n" (F) %a-Atbwv lab PA%%a-yo.0w 454847 8bbalwyma0 p4puaneMef t,aapafaa4t tusk ft NO Crook WKWWXtN* x WA *n Bona SI62,793 /0r237J014 sw BWMAVP C*nkWMa:W.--&L144MlS4*l4 (307) 3545515 choops"o.wy 6Jo00.3340 US&$ftftolLk.WVY (707) 356-6715 (F) MaoRTIOCiro Watwassewpow 461000 8tW MCWrpma UkperoMlltM Tyuupabtlm j04te04GM*MWWA'b= x WA Meftclark 4201166 IMWA conodNe-, 41ALIM4 :030 2134C2 Saa44wnM.CA250lG Ak*. Cao* to $No Jamb" lIaLte Go (M 741-4111 IF) TW*1A"*l*vjd**q mukrAke"coaft 4=76 C40 of Do" We" swuluel 4"av$"ftw20)4 x WA M"NalrAmmW 3,665,550 Q0144% 271amw*0434M C*h4rsdMa.l.6KI420 (214)67141036 0611N.TX7S2IS D*k& TX Fu:WA 40M I AdRWA*0660 U00i 11"s PawWrAM Pf*$Wa*m x NIA Ab,k Wtd 1,211,445 U7I72O14 IZWftd0*kxbA"nuo CA h NwLUT"ftjM(jj p" "T-ASM jFWo4!kGhw L*kvwp6-Lco=&-2505 U" BWr.,t H4etea., AsokUr (TM98343W(F) I Chomed mrkawdecKs- Updv*d',MwM2015 Appendix Al Page 1 of a F ANMar Naive of Enpinear In Charge Adwi Job " Name of Contractor, If Contrad Now Naand Addmas of Owner Name, Location of Pm*tand Kind of Work Prime Sub (owner), PAone, Fox, and Completion ,Number you are a subcontractor E-mail jlf available).' Amount Date wramsaµs w CotlnM• Wv C*-w updated: March 2015 Appetrdk A t Pepe $ of 8 Prblta or subcoulluder I Name of Enobwer In Charge AcWW Job I Nam e and Adds of Owner NaLoudon of Project, and Kind of Walk Prinve Sub I of Contractor. if (Ow"erh Phalle, Fax, and Contract C—PW"on NUR*2r "Is are it "b=Mwactm Ansclaut EmsNjIfmU*bI*� Onto 46730 of Noma Dopubaent of Twelpartmem SR 3M US a f4t 321, SA 314 and ARW Cho Seat X WA Mutrillboamea 4=6JO7 741*014 1213 SwAh Sweeal BOW Caft.401c, 3565 MM481-45M JUMN Gals" CIT'"Vein,12 vedomig4has"MW (70I)667.4521(F) A"173 04010WASM C*"f Goollism*2414 Mcmeaftmag x WA 00011is1laphaa 4051W IN31=14 conV44149AMM (503)gm2526 Cep MnsimMOR P3)ed74M(F) Tt" M ffama" 0- 46U38 Coko-le Depsdimemol Toloaportalon calmed* ONPOWMA of Tionawbunt,70 Clap BOW X yaCofnautsion Spadease Charl"MA-40pa 1,107.263 801*04 am ISONA " saw Caft"No- NHPP 11701222 SM Sealwas Aromm 074)242-S370 4.70.* to 37 b to 494 (PI0)245-7710(n Cho seal dad" 1 460M tMJ0100(and Mgn*"FbCW Yam 11(14 Cap SOW x M% th. 00* sis,329 T1I07M4 tons go' 069) US-2M KWOUNd.CA932 G"4 ONCA H&Md. FaW, MA capasoaltivatmW 471001 owle ofCaumeo OpplamomolTmesport"M "UmtNititcourd'vaWcoll x MA Anosim s",440 VIM% 17V 30M Steal C;*MMdNa,,GI4C8M (107)432-1152 SSWUWAk.CADMIG VA06012% CO.". CA Far: NA Cbp"W 472505 countrol Bu0b9O $"$SC44*chpsw x WA MA 1,043im $412014 PO Bas 260 Cmdrod No.-2014-CWMAL Vomes Ruslista GuMods Cowirl CNgasW 478165 Fedma tlphMor AdnnkWVson ONshoMPOU2014 x WA Joni now MT.W55 ar3S7M14 1230 W40 Dakota AVOW Conked N..; DTFHU-I AZ4= (7201 00-= UK I-: MA PM*.rho 4r4 0. ko"illimoddo" 1 47IM2181 00kca"'IN x MA clod vonow 1.42BA42 9XY"14 1300 FrMkin Skeet coaladviaAam rAM397-alts Vmwvvvv.WAHMQ-2- q Oak C0001y. WA Far: MA F- KRt"mad wahs" 4 DIV of HNIA-* x WA obw U4019 OMMI'l ISDEW"Milift" cow.41,10e20M=4102 15M304"d Hilabom,OR971234021 CAV 01 HOVWQ. OR (5"0a1oW32(F) I" I at," mad Tn. Ill Memo 9- 441M SM LU* Ob" County plom"M Salem Trabnant x NA smawforM4, 9tl5,773 IM14014 IOSS %lboomy ObW Oman D-120 Cafthsdlilo,:246R$28010 (kos)ISI-5252 So"Lubowwo'CASUMION VATWA SM bas Ob*. CmakI Flooft (IM) 761-1229 (F) 4017M Cop .(8&maeq6~ C41 of Sussop Spinet Pavement Moinumawo 2914 x MIA mat Eatwirds, WSJ= WISM14 13W Nodh C-1-co D*v a4ft 200 Conand We WA ($41)74545W Undicomspow.uTs" soma" 5". LrT n"M (F) I tvDal"", 444725 state of Ifth ull-Ist Clap Sad WA Rom TmylOn 1=1511 0007M14 4501 SMIN 27M vim C-Avisclli.-FA4911041 (43512WSMOlal 8MLA*C*.Ur&4IT4 Yid" , '' Mrr Fow KA wamusbone ftv"emmko", 447040 coulotpass"tac"a Ufft Cha 2014 Prolmead M&POPOWA A omo"cafnoucwh KOe40 *,1t2.477 IWMIA 701 Ocum MIA ROXI 410 CNOW No., M% 0% Comlifti, 660#1 8*%VACr&*,CAi96M Uft#CpjzC*Wj.CA 1AR 8=%Ctms,CA950S4 JOWW dip Mo Up"Wit, MWch20$S AWMIX Ai s� .. ... .. s .:,_J ....... ..... � ..... .. ..� ��J A. . .. Job Hems and Address of Owner Name, Location el Project and Kind of Work Prime Sub Name of ContmolMl If Name of Engineer in Cho* (Owner),' Phone, Fee, and Combed Aduat' Complallon Number you are o ssbeostraator E nNN {N eYellebM). Amount Dme IrpOetaa:Men:b2e15 - - - - -. Appendix Al PBOs ♦ 018 Pdam or Subcontractor Name of Engineer in Charge Actual Job Name red Address of Owner Name, Location of Protect, and Hind of Work Prime Sub Name of Contractor, it (Owner), Phone, Fax, and Contract completionyou one a subcontractor i 8errri(ilaxaiWpirj: Amount Data .. 487273 Com*.PtPaop AMC* CftWC4m Sub end AsplaXRubba Chosw X WA eteasomu 70217 1417J014 8158a1A1801 Bbset Cm4tedNo„ 12a7 {25317Be-72re Toaoms.wASIM4673 Pbtbe Catasy.WA R53)788E fF) AA drip mW and Wry brm *4pW pittw.wxw 400M C4yaIL4a Crum L"CrlrasAsaosaImmo X WA M1xW* 601.945 i2A172014 m wwm mm sbed Cw*od No., /52WM (575) S28.3128 La C""."M am CbyOfLw CA"Wfri {57% 52a-303e{F) LaaasrebainD a0 42240 car CAPs"ua/rale AanpuargwLMoaudeaq X !LA Rome IiM.238 /=112M4 PO so I203 Goofed No.�.40.rO5.s4.1I38I4psi0t 226J795 AXt "osgW. MA87103 CarOf Alhaplv", lr4 fur. WA mama ma w-0.0co e" 385563 6bdael Cobrada 614/46Ch011" rated X WA Roo Alenedm 3.29asm MaI02014 47a1 EastAt4anu Avenue Roan It CeMealFb: C111033R (670)24b,52265 Oenaa« CO UM34M Lake Ciq, CO (970) 248.8018 M CNpteaf.Matromk tmaWb.aMwadetl(¢aabb.mxb 4121U CayoFaninplan GByMFanaapploa Lreraadppt 20f3 X WA Jen8m.k. 625.M U317J014 soommti WIpMe Cmbmd".;, tams r."5a9.1263 Fsatttdngaon. NM 67461-N63 Carol Fsoaigbtn,M4 Faa:tVA faomaredq pmatablltnbt.op 414016 Ceyerm0Am Faos*d2D13 X N7A Rona.Chm% 0.96150 1231=14 2DD£sd alnadnay 84.M CoraadfYo: WA IS7q 387.8236 Icavol"abbs Moot^ W 89246dd125 CarolHobta. f84 157%W-0334 iFl Fog sweep OSS,1860M d—WgbabbMW me 162M Cpnf Rom" 20f1WAms4d Prv0d X Jerry OUltoa 1,228;016 1212IM14 III Vaotn 6bbet CoMredNo.� NM CUM 174.5791 Rosevns. CA e567a Carof Retests, a 1 IWA (010)174.6756 M Sbbry mI ErgWajOu. vQW4ae4m ue 408m LbaArgabeC—ft V4p■ mn1v1PabaaWabs FJ Ndo Pam"m POW"fawa x WA C*A MOCAdt 1.,168.588 W50014 PO aaa Use conv6dw:: ROMIS317 11126) 45a3116 AMmm0. CA SIM-2400 Vedam bred►In Lao Angela Ca-tr. CA I WM 458.2147 OF) Scrub ml and ntiatoaulaua onaaamr(gv}P.laamrnWear 403532 of CBHmds nepertna O of 7nnpabbm Raub M 0*8W X WA kn *siet 563.707 45=14 1721301b5beel C40640140,:'M477" 07)a34.1152 18061 SoCnWoeb. G 05616 "WrAdMCauntr. CA a4: WA AspaxtW"r dip s.N *nR.Osbr@dotat gar 40$U4 Coy of Fan&egp 20136bee1Ratmlad"Project X MK Pm4 1,487578 513112014 4/d Nm1b Ffaaln SOaet cantedNo. 4127s p07) o61-2823 F*t8mW.CAr5A373216 Vmiws6►edeh Fom8m g,CA (707i 641-74= n AR am semi tv"Wa.cam 41U33 iftft of Non" WpnrmloM of Tmm mbbn cbo sad el Easbq Raabay x MA 000 CbiMm" 4.104A54 640=14 1283 6su61 Sbwmtsbed C4mbad No.,'^ 3=411SALW 2 WWO Cenon"'W W712 US 0. SR 381, SR 375. sea SR 106In thcdn arrd Hp MS) 2a5.011 M gipted risatamtQladsbb.mrbl 41114 calefsm Jas+a 138brrys"Jhojed x WA Nofabs 1,274391 2R8r2014 2W Eut Saab Cboa stem ad Nay. 7369 40817a41"? Sar Jaae. CA 86113.1aD3 a Joaa, CA 4001287-alga lorry teal .moralal@rsnjunanaae t3pda4xl: A5a1d1213t5 App WAX Al Pape 5 of 8 u.....---j Pdwsor Subco~ar Name of Emonsor In Charge Job I Nama of Contractor, it ContractActuel Number Nomap and Acidness of Owner Name. Locatlem of Project, and Kind at Work P h to Sub you a. a 1140koottaglor (Ownor). Phone, F&,4 and E-mall (it avail"). Amount Completion Date 7es" cow" of ban Lift OMW 20134awDKw%MVVwbMC*wftR*sft x NtA scuawswwo MAY WIMA IM., I stwm Cm**AffM.'?45RIZM$14 (80)781-sw son Who Obigo. CA 93406 VsOfta i�;� Jr 5- L— Obisi. C".CA (OM 701.1=9 IF) 417730 Cwrr ofew"e bwr 2012JI3 C4"hw Wks. sab S.W and i6wwft&Q x MA CUR F 1"I'67a 1131=14 020 WWI Fo" Road cor4ractNO.A20831 (so) n"no S*rA* Wdft, CA 034554512 Sam swbm c4u* CA (" n"753 (F) 3" '"L ' o.'Oj'cmq I asOCROCCOPwrM 417M COV & Cow,* W San Fwasw Cft&CW* OSaaftuagoPsommi Ptess"titm x MA Mraim VVISMA IAI5.032 NOW14 106*MMMs0"t40,Fbw Cw*sc:"O'�II%JR (415)5540362 GW Fr4neareo, CA94103 $4aFMncsw.CA (415) SS44216 IF) 420035 of Mudam Depotment of Tmwpoftwn AvowN Nam x NA —0"' 1,730227 1231=14 PO go 21 cmModm�tsWP0,1(20J40 4002C4.5m I$kM* wr 50463-9904 AugaftlaCt4ftwilah. V267,,)Xr 264-IM IF) "awww" Ow hVe. Fh" [((4.MO 422177 tUM T104pw"m DOWWWM Sb"p INA ROW X WA J� Onwr SMA36 1003MO14 POsea 7120 Cw*ad WA012(40 A AOM4241 2WU37 aa%N.c 63707-1129 SH 39 L )8611. ID (200) 2WIM7 (F) caip No 42MT sbftafukh woma"Ww" x t" RO&M Ruby 1A52.334 10a)"14 45a1 3"M 7M WON C4f*" Na.z F442ffl2150 (8011010.25M $aLake rAj,trrwi4 Far. WA *Vbr*-I&hQ- 425M 31ftOIV%ww DepwVrowdoIT—spdow NeIr-WAk 1* RM Ju-9- x MA johiWOM 60DA6T 111IM14 5306ew"Dow"Od CW"d ft.: STP-2300D41 (307)612-35W cbromc VW 820064uo I iiatm-$ 45W, LIP 32. I I b 45 W (M 6117404 (F) Twownwooft414one O-N."Aw"g" 440022 hYetli of CallomisOpu0naMof tratapenYw,Route 6 M Mom COW41 x WA ift BWMM" S00,T40 IWIWD14 I72730Ih4k**t CA rAv4 N a :: 0 6 4S a% 4 (lip 172-0e01 8MMWID, CA VAIS F1aa OA Mh r4M.I Pnft 120 1. W Sto Un4 (MM 872-06711 (F) PjWMMta#ARd.O"A 4U121 ChotCwryanm 2014 MWN Kwnmw 612=4 12AW014 2101 OW.4A-- (Wn 5304334 I ch*"--.Wy*MI-3sI2 VwIDwLa=6.*FnVw (30776374WA(F) I Too I skArr I I I Updated: March 2015 Appendix At Page 8 of 6 Intermountain Slurry Seal, Inc. 2013 Completed Jobs Over $50%000 Name of Engineer In Job Narna and Address of Name, Location of Project Charge (Owner), Phone, Contract Number 0V4W and Kind ollWork Fax. and E-wil {If Amount — avallabloL 394636 10Tronaporlowns;;=1 Rd Us,26 Cbp Seat Protect scoaftemov —1,2908W Po Box 7129 CordraclO.A01111(109) PO Box 4700 Baize, 1083707-1129 Blackfoot ld Pocatello, 10 03205 Chip Seal 20&239-3337 205-239-3367 394875 rJ Paw COY Of City CX W Paso 2013 DanktilKilia I.954.611 2 CiVW Career Place 4Th Fitter Contract 0; 20134132 915-240-32011 nz Paw, Tx 79W1-1 t53 City or El Paw Wkstligielpasmaxes gov maintarks"M 5(15W7 Wahe Tronsportetion Mveltroarn! M U*-W CW* Seat Project Scott Redding 501116511 Po so. 7129 Contract k A01 11641) & A01 l(655) PO Box 4700 anise, toano?.1129 Uwg Not Spnnp, ld Pocatello. to SUOS CNP Seal 208-239-3337 20&239-3367 397427 Tucsorn, City Of CAY Of Toctuxt Pw FY 13 Lance Paterson 2,107.675 PoeOX27210 Cootnictll: 130655 5204WT?W Tucson, AZI15726-72110 Var Lac WO., Tucson Coy Urn [a— Pater—Wak-0- U-0VAfftkV 397614 Now Mexpoo, $We 01 Nm 104, Mp 90 To UP 1W David Gonzales --59,3-54 PO so. lo Contract 0: 20411154"7760 S754614612 Soma Fe, NMW0i-o0W Nm 104, Mp 91 To Mp 101) 67546141313 (F) 30615 Hobbs Now session. C4y Of City Of Hobbs 2013 Woro R~ Choate ZW1.637 200 E Broadway 61 Contract 9. 21302543-M 575.37tM8598 MOWS, %U W2404425 City Of Hobbs Nrn mh000@hobbsm.gov microsu"Ad" 397831 Lash, state Of Micro 2 Locartons Utah Cow V chrismarranctl 742.6112 4501 Social 2700 Vast Cardtactf: F-"143) 901141304313 Sell Lake city, Ur 04114 Springoft AM Payson U1 onterornottgutah am TYPO W M-*-Uc" 3979M Utah, State of Won U"g BLW*" Chip Led CW40 $37,W4 4501 South 2700 West Contract #� F400ft(=)3$ 14170N.AwporlRd. Sea Lake Cdy, UT 1141114 U%49 MP 37.81 To 45.04 Cedar City, Urr 84721 Chat Seat 43340`1.6566 398049 Utah, State Of Micro Davis And View County Thomas Raytor" 1,363,605 4501 scum 2700 VAIM C4mftd R. F-RI99(130) 8011-64681" SIM Lake C-ty, UT 64114 Weber And Davis Co" ton, TYPO r. M-*-ftd" 30510 Cast[* Rack, To" Of Castle Rock Cc 2013 S" Pro Cad AMOD ow,495 4175 Casbaton Cats Contract 0: WA 720-733-24611 Castle Rock, CO 10109-78116 ResidentodSubdrvisions X16so-1025 In Type a S" Seal CaMROGPWV,wm 31095015 tun, state of U34Z TIVIV Couray Jim Combos onfiv 400 Yftg VW&bb Street Cataract 0: Nh 2013(327) 00&07-4501 Bm*niWd.TXT93J&ll4? Us-az To" Coo* j&tne%,**nA**QUdot,qqv Maoawtedvg 400045 Sandy CAy Carporabon Sandy CrtY Slurry Seal 2013-- KeanRasmussen749,119 101100 9 Centennial Parkway Contract 0, WA $011-201-2047 I Sandy, UT 8407"140 Vanous. Locations Sandy Cap, $01.5112-1312 (F) TYPO 11 tL a Slurry Updated: March 2014 Pap 1 of 3 L J J Intermountain slurry seal, Inc. 2013 Completed Jobs Over S500,00D . Name of Engineer In Job Name and Address of Home, Location of "act. Charge (Owner), Phone, Contract Number Owner and Kind of Work Fax. and E-mall of Amount avallabLe). 400079 Walk Slaft Of UdoI$r-25a&Sr-IIII &Ord Anderson 516274 4501 South 2700 Walt CW*2d*. S425W)a 435-97"645 Salt Lake City, UT 64114 Sr-258 Mp 0-2,02 A Sr -I 15 435.696.4S86 clip saw b—idersongurtabigov 4WO81 uhiri, State Of Udol U*4 Pricar1ro VVellimselon &am Haduld W91453 4601 South 270D VWst CordnAd@:F4)MIS5)243 43$4837-6929 Sak Laic City, Ur 84114 U" Mp 242L67-246.66 43541137-9354 chip Said lihadlieldeutith Q6V 400140 U"*Ck " Ct Lubbock 2013 Mido ftqjW Dwain MddW 5.408'=9 Ion 137h sow ROM 204 Contract 0: 11b 13-11139.Dg OW54"198 Uftock, TX 7940I-1430 VMW Streets LubbodE Tz drivildiallartrAw"a,us MW=ud&dnWCh.P Seal 407019 Colored* Detiartivent Of Transport Cdot US-40 Clip Seal Ruled Ron Alexander 1,727,593 222SOtdh6ThStreet Room IW Conln%0#:Nh040I-I22 970.249-SM Grand Jundroa. CO 81501 Us4O Mp I B To Mp 30 970.2494018 001) seskv of Sues Hemp" 401296 Colorado, Stele 01 Cdoit Sh-IW We cogons 420$ East Aransas Ave Roorn 11 Contract C Nh IM-136 970-36S-3621 Denver, co 8R222134W Sr'latIANeu Durango Crap Sealing Of Stele Hqhwayfi 401839 Grarole C*nstudixin Arctons crty 01 Tom" Joe Murry Seal Lana Pelarson ara.ii-D 411SEast illaois carload is WA 5204W7766 Tucson, AZ 84714.2108 City Sintats In Mcm At Itrica-lie4amorallIk—.9ov Type Slurry Seal 402239 Sioux Fear, City Of cill Of Sioux Falls Mao Nick Troupol 11056,096 224 V%u tkan Saw Contract 0, 13-1020 605-MI401 Sioux Fall. SO 57117 City Steels In Sioux Falls nwaupwoswAxbvs.om Two W Mmmflacingl 402307 TUOM. ray Of City Of Tucson Ppp It Fy 13 Latta Paterson 2.05.878 PO sox 27210 Contrudill: I3ff$3 5204611-7706 Tucson, AZ 55726P210 City ot Tucson tance-petinsonCi—.9- Type Iii Mooluda" 402728 Utah, Site Of 1.15; Faragorieft To Beaver WICV0,46 1.90.9115 4501 Soudi=(IWest CaVrad 0: F415-2(107)83 4354i91.I679 50 Lake City, UT 84114 1-15 Up 92 W10615 Woridaeutah.9- miumudriong 4W205 Austin, 01y 01 Austin Murry Seal 2013 Tony Leper 1.323.904 SM Baton SPrkVt Road Suite to, covracs 0: CkwA22 512-9744"1 Auslak TX 78704-1245 C4rOtAu$W'rx Uarry.lotiozQa-tatlearts,gov mum Goad & lei rusudecov 405401 Dallas, Car Of DAMS MacraturfacinIt 2013 Whaud Gonzales 1,380.035 2710 Mwk#W Sbw Corfta 4, Olt 1303 214-671-0936 Dallas, TX 75215 C* Of Dams, Tx v4mrsudrram 407350 Um Cruces, City Of Coy Of Las CA4" 2013 VwUrn Bass 630, 700 N Main Or Contract *: 20-81*0"T760 (Me) 7ea-7973 Las Cruces. NM 58004 " Of Las Crum woetschn-aucasort; Mictauxurcial Ujodated^ March 2014 Page 2o(3 intermountain Slum seal, Inc. 2013 Completed Jobs Over $500,000 Name of Engineer In Job Nome and Address of Norm, Location of'Project. Charge { Owner}. Phone, Contract Number owner and Kind of VJm* Fax, and E-mail 111' Amount available ). 407601 10 Tmnsp"W Department UOD, Fy 13 Microulds menito Sharp 1,136,620 Po Box 7129 Cmvws:rm (209) 3344111554 99-wo, to $3707-1129 60i". Id inearill.Sharpoitil ifthagov Type Wo hki'VINK11192"9 410071 Abuquarque, City of City Of A*Au"s 2013 Nut Sandie: 1,355,765 Po Box 11145 Cwfta 8: 703072 WS-203-2054 Aliucowint". HM $7103 CA y Of Aftextitivioub paukleatito.9- 31100 Tn Mcnisinfacing 413462 Now M"im, State Of Us 550 Fog Seiko 20 U jwn Schinic" 1120 Ce"11103; ROW COM20 #: 30405-134)9689 316-1128-240 Skate Fe, NM 67504-1149 UgS50W64AT*W 115 3I9.U0,9208 (F) Fog Seat SclinkOCkodki%loent 417031 Now Mo4w. Slate of "Al" Cill 4 PITIM Up." !Mather Sandoval 1.292.961 PO B" 10 Coma kdo1:S;k4-I3(345) PO Box 10 $*Me Fe. NM 8770140M Us-U Vf 63 To Mot 80 Las Vegas, NM 57701 CwP a" " Pmm 505454-3663 4165" New 1416110, State Of "aw" Erin; em EPA V"ftr Sandevel 812,W Po a" IQ Contmots., 180119 PO SOX IQ Series Fe, NM 675W4127 Sh-96 Mok 26 To 38 Las Yept "m aTmi Chip SOW VWh ftn 505454-3663 400M See 1,9011(1% C4tY Of Ninuat Sts"I Seeing KYWLV -1a-35317 US EW 14Th Sonist Contrail 0: 2013011170 530477.3302 San Leandm. CA 94577-3767 City Of Son Lawift, Co 510,677-3294 (F) Annual Sound SGAV M"O""itandro ag 401956 Peftivift. &WO—f Mictosuilawp Pnipcl H~ Nathan Delk 570.210 291 Nom Mon Stniel Contiad 11: 09-9167-6a is II991211-66 SW762,7464 Pettervillik, CA 93257-3737 DOW(doM Pod erVAD 552-702-7452 IF) MiaaaraMdap 402341 Clovis, City Of Rutilikkiniul Caps Seel2013 Thomas Chang 071,278 1033 Fifth Stivel Contrail 4: Cop 13-09 559,V4-2374 Clovis, CA 0612-1313 Obvis - Various Locations 559124-2844 ArCa"Seal And SluirySes! thcausiced.clavis Came 404424 L041, City Of L94 2013 AXWOO Rubber Cape Lyman C" 647„4114 P.O. Box 3005 CW4410 8; loss 2W333a88g7 Lod"CA9524"910 Viorkous Sbv*u *c*W,pv A30ARub1i&rC*PeSes1 405255 H&nW, City Of City Of Hanford Caps Seal Steven Was***/ 5111�523 900 South IOTh Avenue Cori nadt 040.2661-813615 559-505-2562 HawiftiitL CA 9323"234 City Of Hanford 559-593-15" (F) saw Seiko & mitswirtsonq; 4055111 San Luis Obispo, county ot am We Olmspa Joe whoten ,488 100 M"W" Seem Contrad X, 245R12B574 605-7811,2317 San Los Obiw, CA 934M Vanous Stands joehatenew.ob.ca.us Chip Seat LfpdaledMarch 2014 Page 3 of 3 --7 A Intermountain Slurry Seal, Inc. 0��„ 2012 Complelail Jobs Over SSW,000 Hatom of Engineer In Job Name, Locallon of Pr*ct, and charge (Owner(o Ph". ConWM Nw*er Name and Address of Owner MrodolViork Fax. and Amount E-mm" (if avall"I ISI24 Raw, Cay of 2611 Svrxa slseseebnl totyed 1" Mamma 4,50.Um RD 00 19M Coodfuts WA4011.172 I773)334,2146 RvoR,KV4VM Rolk NY I Fax V No Avalm* swum T 161243 NV Volmmumt at Tt**pwUWM mao"Wiecoov Foa)ecs j"Aft MWk" 1"903,945 123 E W*&hvtm (MITY'o-am Lam V"' NV 69101 Nye Cc-IY, NV Fax a Not Memento. moaaawta.v 162171 CA Ceowfter* at Ttw*P-ftb- Rm" 30 Cho 6*81 Pooped sae 1Men 500 S*uM Movo Stood Cmesto us-Wr401 SahMCA133$14 a.-.R CA FUR NO A""^ ftPhM ftbb" Chp S" 162197 Lns AIVIA" Casey GU"An4MPapa A4AIoM NWMDWM $45.761 VMS Fmfw& A. Cozad 0 ROMIS497 W-0310977 ANIamotwo, CA MW WhOol, CA F&K 0 W Aved3do Amj*AR A, 162M Portemolle, C41 of 2011 maw"Itomq Nava Deer 1,141,554 291 NWM Use, sk-t C*#*m:r*89.9I87,W 1559) 737,?AG2 Pat ft, CA 93M Poosorvft, CA Fax v pad AvadoW Chp Seal law* 2011 caps seat Tam" mirij �Pmp 919,430 Coolvaso OR 1247 (MG61-59" JW=oodm4�C-All%05 vvoodm"CK CA Fax v Na masatie Cho Seep Imm COMWOKY 61Yutra YUM Cm* AR Coup Seal NNReteatloM 831,690 $15 am suest Buda 123 Cix*Xw 2011.1019 (Sul 749Um marro'se'CA&MI Y%ft Cmwq. CA FR. s Not Avuset, Abophsaftmet Cho Seal 3TI100 COf Tfansvoorti:= Can" It-2w1w -�Mmmiifl klff�— I.tomo;4W 1727 301h 6b.0 COM3001,141MI64 felg)sesam SoamnWeACA951116 Urve" Convey, CA saff" Fee$ hW A""ble or 11wavetommom Cii—� 62-3E9004 . 04 Coto Joe ftv lwxmsvm cwwwoc2zE906a s3p-7 Ivs Sac"morOMCAMIG sabnou Casey, CA FOS Not AvWsbM AGPIKIII R.W" Cho Sees CA 0epwWmA of TM;Rn— CRmAm0&4N3Q04T.awe Cry Compor Ckd 526.55A 1721 mul sum Corivem 0 06043W4 Ph S59-341-33r7 Saommormemb%CAMIG TUWO Carty, C.4 Feel 559.907.xm Top. ms" Seal 3173" CA DepmMmem of Toomovoletoon Cdm(K-2E4W4AWAv 130 1727301 Sold CoMad 0 0&2E4SD4 409454-UM? SMaovoWftCA9WI6 son joe'r. CA Fee a NO Aaftma UPIpst Rubber Chip Seel iu— CA Deplemmaod lmizootoou. Coe Tram 02,3E9404 " 10 MKIIAW HQWQ1W 1,923�460 MY 3ft shgo Comma v 02-31!"m Ph:63111-2032I? S0103-offt CA95d16 Morocy, CA FarSW2833217 Type Ito Mom Seal 3a25Q Ros"are, Cry 01 Per S" J"V Dwsom AMPRI'molcom Carload/ 94&774-5791 Rooe,". CA 9%M2649 Romevd., CA 91&774.5756 Far Aq*.MR ' Wt Chop Seal N.adik sims. W -M N MOM-1 Mato ftVwmc P L Poem $70 Cowed 8 3611 MDOT Lao Vm", Moo B9I254170 Warm Spro. IN 17021486,IM motmoolim" Motpowtodd aN# 3&446 Depovaeft of y4woopmeomem H"49.$*nv"w "Nomm" ARWAFA M.202 172? 3m So" Carload 0 C34M3404 Ph S3M7-1110 .CADNIB FE PWAWft. CA Fee 9155. "Mn T*P4` it S" seat Updated M3 Page I of 4 Intermountain Slurry Seal, Inc. 2012 Completed Jobs Over M,000 Norm of Enginow In Job Name, Location of Project, and Chyme l0wnvrr� Phone. Contact muniiw Waraw and Addrasa of Ownw Kind of Work Fai;4 and Asnourit =79-3 Imoomme, awool) TwoworwMay.spWam tarty.= 2 s Gwft Strawl Corbod 0 IRD 205.53349W Samoa. CA 9U70 some, CA Fax a Na Avamtk Awtak Rulow Cape said 364972 COOT "2EW"-RVA*35AR f'40 8006ftin ZY".375 r , 7 3M Wood cwoad 0 064E5506 6$%ess-T777 Sa arwooma,CAMIS Pab Aft, CA Fax a W Avadgle A4010 Rubber Chv So$$ 3OS403 Los Gatos. Townet Avww sue" A**wtwxV Masssa t%Mv PO oft"s Comad X11,16 406495-5349 Los CUM CA 95Q314rM Los G*w CA fax4o"W5163 Asphat Rubber Cape So-M M113 $5i4C—k CAY 01 cavole"W2612(we"P so480.67 302T6I(AG4 SM N 3#4 Me C*M84 * 41310V-314-1244 w Paid POW pookwADMI PWW, WA YalvasWA 9090I MooNateap ($M*43-OM 3MI45 hautoGgy0t M*q Mows 987,951 411 East Kom Aver" C&OWS t243 599404420 Tulare, CA 932744257 lino*, CA pet 0 Not A'advew AspftP 9UbtW Cafe 501 5UTfr— Fecwu t*ovso� Acvnrwvaeon �,w= Bay .Yea rvmm P X101 Raw IMMMU&MUMem— CaMsd0DTFHWjZR-QQ= Cfam "I (amkewwo. CO 8=0.2595 Sanfroom. rA j7I9)23441M Type 14 Sam Seat I'Molwo I kUrIfeWtod0mawn 388196 Vvew MOW* CoM W swowwo, SIDUMvIsvest Cortzad R WA 1604344464 low" ES=Od*. CA W42S.Im FscoodW. CA 760.74743M I- Upho pubw Cho 9" IW404 Na". CAY ts cey of "Oft Moostaboov Nwa Awery C?*M 6,557.677 12W Eau stawks: Ctwtracof 10322 Ot ISIS)3974SM Mobts. "M U240 Lee Caway. Me JS75P9742u4p) Maostoft"o a Taftc-dow nhQA84h0btW— -9 1 6 Faow— Z103.072 IMWWD&kdaA" CatraWOTFWA-11410=7 143SOM4010 Defter, CO SOM VwxsM L..Ma Vt" WY. co 14350364011 IF) Cew S.A Fog Seal & MvMftaV ik"M Poos""t no lsmx lk"Wo of Trampotabor US41 PKVM 100001" jwpw"p 1.613,169 r -OW20411120110408 (2W12394377 SaoeocK Frattkim A Cwtou Cowbeg 12081"II-XI96 r-I063707 ChpUr'q1'PMwt*ow*.v IMMU UF Depot"m of Itampoboon US49 H" to ja SR-12 L"Cowle — 6g.745 4501 South 2700 W441 C*Maa a F4069(2521124 1435)493-4799 SO Lam CRY, UT 04114 Cwbm C-My, UT 035)465MM IF) CMS" b-dWQUt* PV ---fQ05— 0 04awnecaw Nanopwt"" U"01"taAabcamr) 4401-MaDa"Alp 1.2M601 4501 Som 27W WW CoWaavF4*Wj146W9 (*36)034793 Sao take Csy' vy m 114 M*Xdc"A) 1435)6734464(F) I Cho s" Qa IMS36 I :,swoof CwT$"34 BMU Ocke 4201 East Atkargas A�o Roan 117 CwArad 0 STA0434W -4 T971IJ521-9716 ICA Demer.co 0=406 Yana. Cour" 9M*2I-#7njFj Mop seat T—.2)- 160637 LASK SLM at r'"AMM" 5OZ932 4501 Soubt 2700 West Cw&oT a F-WIqS8)Q =11 435)63?-M9 Sae Lake Coy, LTr 04114 Envq & st'iff Cc~ (435)031,9354 000 0-101crowaft pv 1605" Vt^ Slow of Wa§&SR-I32C;v$&4 JA��— 614.333 45013010127wWast Comwd 0 F-R499(1461 4436)MAM Sig Law Cly, UT 641 f4 Saw" Count) j435)573-6484jF1 Updated W3 132P2 of 4 7777 t .. Intermountain Slurry Sea[, Inc. 2012 Completed Jobs Over $500,000 Name of Engineer b Job Name, LacaUan of Prcjact, and Charge (Owner). Phone, Conaut Number Na Nana and Address of Owner oT Werk ` Fas, and 'Amount E-trill avaBabye 1 oroo1, Stmof WYDOT Don,01 SCtrp Us$ E4d SOMh 2,064,431 B*hW 61Vd C4haadeya44+M48125001 PWj5SS-3439 WY awc 89 Nan, Wy {30715SMw,1.�6 IF) Cho Seal err. 4)" male Wr m 160545 01 Cay at El Pow Maomo tap Lrsr Q*%Ae3 2C00C~ Pima 41h Fba Comad o 20174N1 19151541-WI IFJPAW Fa PAao.Tx 7MI-1153 El Paro CWA* 1915154, 4016 OF) MaWAI&MV Vmps LP=UDM a Orr 1100649 p y Aa—mmaw afand Teum Casey Schur 640MI 123M W Dakota Are CorMad a D1`Ff4%II400033 3010WZ242 Denim. Co am Grand Tercel Ja k m)bk; WY 307*W2676(F) Maowedcm pat"V TWM coer kWW 91 jFW—WPXta6W W Sill Uk. eYelrm 1.7ZJ.T69 3=14-41 4nstreel CorOWSA011(1177) M3 f2"012-U69 sage, ID e3707 Jet—, Cape, Msseoka Coom s fM4)544-?W2tFl Cho SeAUV 01 Ifi4 and Fag deh r vmoeoe0 icU to Vet' 3 1/tatt, U 1 401 Q •1 dlrrpt 50160 7700Wnt Cas n#F-W$1447119 (43S124"151 Sera Lim Csy. UT $4114 Cad* ca rof 435)2454742 IF) Cho seal 0e` UWL GO 0-16 ROOMA -1 itmom Roymm 1 4501staM270 ~ C*r&sdA1F4IIMI091 BOt)956.4340 Sera LAte Cey,VT 54114 Dar Corey IWI)=.15W IF) Type M Mamtstamf0 aylproe�'kiiahaft 315772 Matmpa, of uoxqn County A Aeas ZIN.324 MI WDff.W $I CmOa*020124t Phomm AZ WACO UUMop Caaq, A2 BM7500-a750 {F4 Type Saary Sere M raOrpgrtappt U M. JONLUMV I IZI Ca"On Road C0103a a 12." 67.100 t5o6 err saw Saraa Fe, NM 67504 Sasser F4 Couxf (SWIS27.5469 (F) :mle Mao srxhaq Jeff "ostAg Moo 7 M4l Oepaortemef amtalaam t LD-V t 100 Raw Coraacsa IZAX 50k,54 15051027.54W Barger re, 1at107504 Saba Fe CearA) 15(Z1077.54694F) OMN4KMW Mae Sorcery FB Oomy0sute an us 3 H MR Stale of Clap SiW N 694,14T t 5odh27W WtM CororM0260000000217 IWI)965.4676 SAa LAae coy, Ur 54114 Utah Cocttrq (001)7654073tf) Choseal dwyda+Qwn Oft 0OI 4 10 oliotodcooft, SO1Sfuth2T00Wat ControdgF415-2956)51 (435)093.4799 Sera Lae CRT. UT 84114 aaelcaunty.uT (4351a65-SW(FI Type M u a-WbWQ t 03h V" 377125 of Tanapormw KI t K m 1, 14, ComradeMTCER600126 (970)365.1431 m.CD 0�7 F at oPWA Camgtn 11701365-16161F) Type a Chp Seat kyb im1lMr+" state m m 31T330 of Tah4lnubm 4 Ww"OFM mwaw4pew Cwasda 6TP4-"124624 307js03-1135 Chej*We.wv e2W9 Croaks. Jehnoa 6lwWo aWevam Cmsb6 (30717S3.10771F) Cho sew —ay a—moft 3 r ho erne 9t 53M aw"Bled Combo aSSPJ+M,01t7663 4307003m 6 ClWyerne. WY am Unealk S.Weft S.metram 6 VMW CMVOM (307)MO447 (F) ChVS4,m �>aa M rarnpptaton a Ivomfmofta 930 S300BehopBW ComradaSTP4-M-0121019 (307)7774464 CAeyersra, Wv 62009 Atra y a Caftn Cowaa 307)7T7.153 tap S441 tv,Kv,y nalmt a r. rN Updated 31010 Page 3 014 Intermountain Slurry Seat, Inc. 2012 Completed Jobs Over $5W.W0 Name, of Engineer In Job Name, Location of Project, and Charm jOwnwL Phone. Contract Number Number Name and Address of Owner Kind of Work Fan, and Amount 6-0" 111 available) VL^ Mveaurtaee 2 Jac, Lviviin, 1.000.260 45ol BOAM Wou C*.v&U0E-"3qRf30j Be = — " SSaoLAO C4YUT 64114 Dwkww Cwt) : . = 1U2 0 ( F) Type IN Wtatnlotawq mono u"ON wasa" cfts" PU-Wc WW" WaMMCOW"MAMYS" M" va's 4",741 l091W200 Udh WA (435)554.1101 04=4WI W"Atch C"" t4MW544620tFj M"YaQui WAsalm 1A Le 382317 FAMWVMA' Car of car 91 FWffvk. WMW Jed somika 1.049.649 MW UwpqW Dma Ciiac4 6 18cl 1505)5W1263 FWMVP^ NIA 411401.21M SM AM CVAiij I505699.I3771F) I uamstoorg PM*k*G*M Mg 3am Car *fAmuqucrqut Car of Atuniuviviie 2012 PAWSWMM 905.406 Fin so im Cortina 0 70=2 1505PS3.2054 A4kqWMk* NM SIM Sainama CQW%i F4. & No Avadstle 39W Von TYM M Man MU40-t4gav 3W879 Mar Vatk Car Of ChWa VWb - ft.. R&ab Maesdiedme 6M672 276 FOUM Ave CON10200 st6m M-W-Glts Ch," VMkx CA 91910 WWWA suitem Muh0ftiveaKda"o a4v TOMOW SIAM Chp $Rol 315443 UWh' sure of 415 RA"P- 04 U. 103. St-91 fra" R07tv" sn'T73 4501Sddh'21**Wein comicii Fml"109) M4464986 So LAW Car, UT 84114 NS Wet 1srlon IA Pave Cad, ttvao" PW Type t. MWOUimv 793065 HOMAsNeii'U"WA Carol car of "Obis Mn FCC sew pvua Cncete WO,112 200 E emad" $1 codrad a MA "ablis, "M 05240."25 C4Y *0 filibbe Na Fog ORW 575497-OU 1 fQ9SeWQUUVGGb665Q50 (d*MWQh0ft— OM 394980 IvvvW-v- of Wy" Daiwa I Tan lAgdon 1,12AIIAS Cortisdo 013IM4 301-7774404 ere*, WY 620DR-3m RW*R`,,tf'" 3W-t"-4T$5 Fsvo=p* Cho Seat 16M12 AZ DVPPMMM of TnilsoftUbm FUIPMOMInd VS -WA MW=AbftV ASMPAN 1.213,129 3TME*M14W*ngtWDr CCM8CWAD0Tt14105564 92$-1144= fbob% AZ t1600t OWOV Camily, AZ M714-= 4F) DW^ cliniseAw a Mwesuircm IPM00,uninwx 16MIS 42 vinivirvoin 01'rovapiwww" nViaso antic 1.40 Ma"Wftig A4" PdW I.362,779 3"OEOWWWOMEN CaatadnADGTttAI1W04S5 92&714-2225 FUWaft AZ W404 Comm Carty, AZ 926,62643761F) D""* Cho semi A uiavow" spowe-r"aw Updated 3013 . ............. Tn-teffnouritain Slurry Seal, Inc. 2011 Completed Jobs Over $500, 000 Name,of Engineer In Charge Actual Job Name, Location of Project, and Kind of (Owner), Phone, Fax, and E-mail (if Contract Completion Number Name and Address of Owner Work available). Amount Date 160450 Salt Lake County PW Operations Salt Lake County Slurry Seal Bob Westbrook 1,160,836 09122111 604 West 6960 South Contract* CJ-001018 (801)5624618 Midvale, UT 84047 Salt Lake County, LIT (801)562-6470 (F) Type It Slurry Seal owes ftWk0Wco.om 160459 FHWA South Rim Pavement Preservation Jason Farm 657,829 08131111 12300 W Dakota Ave Contract# AZ IMR-GRCA-PRES 1(10) (928)778-0170 Denver, CO 80228 Coconino County, AZ (928)778-5591 IF) Microsurfacing ifonp0%nncon%LqLnq.Sg—m 160461 ID Department of Transportation US-95 Lewiston Hill NB LNS Joe Schacher 2,254,370 WWI I P.O. Box 7129 Contract* A011(557)7435 (208)799-5090 Boise, ID 83707 Nez Perce County, 10 (208)7994301 IF) Microsurfacing Milting, Pavement & Guardrail * Peschacher01tdJdaNQaoy 160467 Murray City Corporations Murray City 2010-2011 Trae Stokes 715,143 06r3WI 1 4646 S 500 W Contract* 10-102010-2011 (801)270-2401 Murray, LIT 84123 Soft Lake County, LIT (801)270-2414 IF) Microsurfacing, Chip Seal & Slurry Seal Wqkes(Mmurrav,utah.-qoV 160471 FHWA Colorado Parks Pavement Project Aaron Santbrd 3,818,111 07A08/1 1 12300 W Dakota Ave Contract #: DTFI-168-10-C-00029 (720)963-3500 Denver, CO 80228 Grand Juntion, CO (720)963-3360 IF) Resurfacing & Overlays aarorLsan9x4Atffa.dq.gqv 160478 UT Department of Transportation 1-15 Washington to Hamilton Lief Condie 862,000 11110111 4501 S 2700 W Contract#- F-115-2(53)42 (435) 865-5556 Salt Lake City, UT 84114 Cedar City, UT (435) 865-5564 IF) Microsurfacing & Traffic Control Mndieautah,wy 160479 UT Department of Transportation 1-80 MP 0 TO MP 10 Rodney Ruby 1,900,000 10110f11 2010 S 2760 W Contract* F-18002(55)0 (801)975-4856 Salt Lake City, LIT 84104 Wendover. UT (801)9754859 IF) Microsurfacing p'rubv utah.aaw I60481 MT Department of Transportation NH 16-1(50)5, Billings- North Jeff Dyekman 718,641 08130111 2701 Prospect Avenue Contract* NH-16-1(50)5 (406)657-0246 Helena, MT 59620 Bvliags, MT (406)256-6487 (F) Microsurfacing, Guardrail, Signs, Paint Traffic Control & Rumble Strip Updated 11130111 L'Shared,TRSWsk Mgt%Bid Prock Prequal%Mstr AM201 %ISS JobsN Appendix BI Page 1 of 7 AM Intermoun'taln Slurry Seal, Inc.' 2011 Completed Jobs Over $500,000 Name of Engineer in Charge Actual Job Name, Location of Project, and Kind of lOwne", Phone, Fax, and E-mail (if Contract Completion Number Name and Address of Owner Work' available). Amount Date 160482 ID Department of Transportation FYI D6 DistrictMde Sealcoals Wade Wien 2,151,535 08/10/11 206 N Yellowstone Hwy PO Box 97 Contract# A012(111) (208)745.5680 Rigby, ID 83442 Bonnevale County, ID (208)745-5679 (F) 47..15 Miles of Seal Coat in D6 wade,aiten itd.idho.aoy 160485 CO Department of Transportation US40 Maybell & SH 13164 Meeker David Schneider 2,499.562 WIVI I 270 Ranney St. Contract# NH 0401-020 (970)826-5189 Craig, CO 81625 Rio Blanco County, CO (970)826-5209 (F) Chip Seal david.schneider0dotstate.co.us 160486 WY Department of Transportation District 5 Chip Seal Erik Smith 1,394,000 07=11 PO Box 929 Contract# NH-PM-B115006 (307)332-4151 Lander, WY 82520 Not Springs County, WY (307)332-7222 (F) Chip Seal er*,smith[oldotstate.wv.us 160490 ID Department of Transportation 1-15 W. Bridge ST. to Lava Beds James Omer 1,149,212 08/31/11 3311 West State St Contract# A011(101) & A011(107) (208)239-3358 Boise, ID 83707 Bingham County, ID (208)239-3367 (F) Microsurfacing 1-15 & Chip Seal Sh-39 iame.omitd.idaho.aov 160493 City of Lubbock City of Lubbock 2011 Microsurtac M Cody Blevins 4,102,910 08f20/11 1625131h Street Contract# ITB 11.9912-FO(9912) (806)778-3680 Lubbock, TX 79401 Lubbock County, TX (806)775.2164 (F) Microsurfacing, Traffic Control & Paint in 160496 City of Wberquerque City of Wberquerqum 2011 Mkmu rfacing Perry Harped 571,671 05/20/11 PA.. BOX 1293 Contract#PO 702253 (505)857.8047 Albuquerque, NM 87103 Albuquerque, NM (505)842-4278 (F) Ocrosurtacing & Traffic Control phampelQCat 99v 160497 NM Department of Transportation SH 219 District 4 Traffic Control Project Heather Sandoval 723,029 05t20/11 200 Fast Smdway Street Contract# 10-805.00-06375 PO 121228 (505)454-3663 Hobbs, NM BB240 Guadalupe County, NM (505)454-5832 (F) Microsurfacing, Traffic Control & Pavement Marking heather.sandovalOstate.nm.us 160498 AZ Department of Transportation Chip Seal for Yuma District Amir Sakti 1,333,420 09/17/11 1739 W JK kson Suite A Contract# ADOT11A0000256 (602)712-7211 Phoenix, AZ 85007 Yuma County, AZ (6012)712-8647 (F) Chip Seal Updated 1IW11 LShared.TRSO' sk MgMid Proc1 PrequaNfttrAt11201NSS Jobslr Aix 81 7 --1 ------ 2 of 7 7-7 7 Intermountain Slurry Seal, Inc. 2011 Completed Jobs Over $500,000 Name of Engineer in Charge Actual Job Name, Location of Project, and Kind of (Owner), Phone, Fax, and E-mail (if Contract Completion Number Name and'Addmss of Owner Work available). Amount Date 160503 ID Department of Trans District 3 Residency 3 2011 Chip Seal Kelley Lower 1,300,000 08/31/11 3311 West State St Contract! A012(890); 7558 (208)4594429 Boise, ID 83703 Caldwell, to (208)334.8973 (F) Chip Seal kellev.loweriMitd.gov 160506 NM Department of Transportation SH46 District 2 Microsurfacing Bob Kurtz 520,075 05/20/11 PO Box 1457 Contract# PO 80500-0000123880 (505)432-7845 Roswell„ NM 88202 Ruidoso, NM (575)637-7217 (F) Microsurfacing & Traffic Control robertAurtzAstate.nm.us 160507 CO Department of Transportation Sh-34 East of Akron Co Brett Locke 626,781 08AW11 120 N Riverview Rd Contract# STA 0343-032 (970)522-0481 Sterling, CO 80751 Akron, Co (970)350.2198 (F) Chip Seal kmnie,lo(*e a(� .Siate.Co.0 160508 Weld County Weld County Pavement Maintenance Josh Holbrook 862,709 09/07/11 1111 H Street Contrail# B1100055 (970)304-6496 Greeley, CO 80632 Weld County, CO (970)304-6497 (F) Slurry Seal Coat, Rejuvenator, & Chip Seal th0ltxooki&kca.weld.co.us 160511 ND Department of Transportation 1.94 Medore Slate Line to Fryburg Microsurfacing Rob Raytrom 3,970,670 09/15/11 1700 3rd Ave West Contract# SIM-5-094(061)000 (PCN-17127) (701)227.6511 Dickinson, ND 58601 Billings & Golden Valley County, ND (701)227-6505 (F) Microsurfacing rrayhoriAn d gov 160520 Heber City Public Works Heber City 2011 City Road Improvements Willie Motley 950,606 08131/11 794 W 300 S Contract# FN 10-015 (435)654-2226 Heber City, UT 84032 Summit County, UT (435)657-1160 (F) Type I & II Slurry Seal & Fog Seal wdlamfhonocks.Myt 160523 Salt Lake County 2011 Slimy Seal Project Bob Westbrook 677,788 09122/11 601 W 6960 S Contract# CJ-000018 (801)5s2-6418 Midvale, Ur 84047 Salt Lake County, UT (801)562.6470 (F) Type If Slurry Seal & Waosurfacing bwestbrook0sico.ora 161228 NV Department of Transportation District 2 Microsurfacing John Angel 566,260 10f31111 1263 South Stewart Street Contrail# D2-029-10 (775) 687-3376 Carson City, NV 89712 Washoe County, NV (775) 888-7115 (F) Mwosurfacing Updated 11130/11 L:Shared.TRS%Risk MgMid Procl PrequalWstrAtIU01MSS Jobs% Appendix B1 Page 3 of 7 M M ■ Tn_te_rmou'6taln Slurry Seal, Inc. 2011 Completed Jobs Over $500,000 Name of Engineer in Charge Actual Job Name, Location of Prqject, and Kind of (Owner), Phone, Pax, and E-mail (if Contmet Completion Number Name and Address of Owner Work available). Amount Date 161230 NV Department of Transportation Chip Seal Project Boyd Ratliff 3,765.902 I0/311111 1263 South Stewart Street Contract 0. D3-033-10 (775)888-7$65 Carson City, NV 89712 White Pine County, NV (775) 813-3582 (F) Chip Seat 161232 County of Washoe 2010 Countywide Chip Seal Greg Belancio 525.0W 09130111 1001 East 9th Street ContractIP. PWP-2010-457 (775) 328-2041 Reno, NV 89520 Washoe County, W (775)328-3699 (F) Chip Seal gbelan4o@rnafl,cowashoe.nv,us 161233 County of Clark Searchlight & Laughlin Slurry Tony Lonardo 1,306.962 111151111 SM South Grand Central Parkway Con#"CL-2011-19 (702)2494857 Las Vegas, W 89155 Clark County, NV (702)3864194 (F) Slurry Seal 161235 NV Department of Transportation Microsurfacing Project Boyd Radiff 1,301,797 09130111 1263 South Stewart Street Contract# 133-008-0111 (775) 888-71165 Carson City, NV 89712 While Pine County, W (775) 813-3582 (F) Mcrosudading 161236 NV Department of Transportation Chip Seat Project Stephen Lani 1,105.470 09130111 1263 South Stewart Street Contract# 02-007-11 (775) 888-7460 Carson City, NV 89712 Lyon County, NV (775) 8133582 (F) Chip Seal 161237 Tom of Truckee MR ee �2O 11 Slurry Seal Me Vaughn 1.010,270 09MI1 10183 Truckee Airport Road ConbacWCIP-11-01 (530) 582-2923 Truckee, CA 96161 Truckee, CA (530).550.2343 (F) Slurry Seal mvaughan@townoftmckee.com 161239 City of Winnemucca 2011 Winnemucca Steve West 1,864,580 09/30111 90 West Fourth Street Contract# HU-2011.276 (776) 623.6334 Winnemucca, NV 89445 Winnemucca. NV (775) 623-6321 (F) Surface Treatments wmcadsw0wimemtrccaatv,om 162131 US k" Corps of Engineers Edwards Airkm Base Sturry Project Ken Crawford 610,627 owl 5111 P.O. Box 532711 Contract# V612PL-09-0-0032 (661) 227-3509 Los Angeles, CA 90053-2325 Kern County -Edwards Air Force, CA kenneth.aawlbrd@edwards.afadI Type 11 Slurry Seal Updated 11130111 LShered.TRSIRisk Mgt%Bid Procl PrequaftMstrAtI1201%lSS Jobs) ARM* -0-114 of 7----, I-_—, .. . .. ..... Intennountain Slurry Seal, Inc. 2011 Completed Jobs Over $500 000 Job Name, Location of Project, and Kind of Number Name and Address of Owner'' Work 162140 CA Department of Transportation Highway 95 Chip Seat 94200 Clark Mountain Road Contract #: 08-OM9904 Mountain Pass, CA 92366 San Bemadino County, CA Slurry Seal & AC Repairs 162150 City of Gresham 2010 Gresham Slurry Microsurfacing 1333 NW Eastman Parkway Contract#: 502000 Gresham, OR 97030 Gresham, OR Chip Seal 162160 City of Grass Valley 2010 Street Rehabilitation 125 East Main Street Contract 0. 09.07 Grass Valley, CA 95945 Grass Valley, CA Chip Seal, Staub $ Slurry Seal 162165 CA Department of Transportation Route 150 Chip Seal 100 South Main Street Contract# 07-3Y8604 Los Angeles, CA 90012 Ventura County, CA Asphalt Rubber Chip Seal 162167 NAVFAC Southwest Range Road Slurry Seal P,O. Box 555229 Contract# GCCO JOB 211728" Camp Pendleton, CA 92055 China Lake, CA Chip Seal Slurry Seal 162172 CA Department of Transportation Route 178 Microsurfacing 1727 30th Street Contr" 06-OM6504 Sacramento, CA 95816 Kern County, CA Type III Microsudecing 162173 Central Federal Lands Highway Division Sequoia NPS Microsurfacing 12300 West Dakota Avenue Contract# DTFH68-11-C-00006 Lakewood, CO 80228 Sequoia IQngs Canyon National Park, CA Mkxosurfacing Updated 11/30/11 L:Shared.TRSIRisk Mg(%Bid Procl PrequailMstrAtt OUISSJobM Name of Engineer in Charge Actual (Owner), Phone, Fax, and E-mail (if Contract Completion available). Amount Date )arty Davis R.E. 1,197,445 02/01/11 951) 232.6000 760) 856.1061 (F) 503) 661-3000 503)667-6869 (F) r s 530) 2744322 530) 2744399 (F) domt(c dtyofarassvallev.cam 805) 375-9247 X227 805) 375-9239 (F) wosad bobbabdoi;ca..aov 1 661)258-5270 661)7244460 (F) lndrew Brandt 760)872.8036 916) 324-1869 (F) Lr&M Brandt(adot.ca.00v lack Shoemaker 916) 361-0911 W 916) 381-0611 (F) Appendix 81 Page 5 of 7 intermountain Slurry Seal, inc. � 2011 Completed Jobs Over $500 000 Name of Engineer in Charge 'Actual Job Name, Location of Project, and Kind of '(Owner), Phone, Fax, and E-mail (if Contract Completion Number Name and Address of Owner Work available Amount Date 182174 City of Roseville 2011 Nc osurfaang Luz "Mina" Buelna, P.E. 1,057,390 11IM1111 311 Vernon Street Contract# 20002-61301102504.45 (916) 746-1300 Roseville, CA 95678 Roseville, CA (916) 746-1339 (F) Microsurfacing NBuglraAroseville.cam 162176 CA Department of Transportation Route 225 Mic rosurtecing Justin Kimura $73,721 07/30/11 35 S. La Patera Lane Contract# 0"T3404 (805) 692-6762 Goleta, CA 93117 Goleta, CA (916)227-6151 (F) Type III Microsurfacing 162177 CA Department of Transportation Route 1 Microsurfacing Patrick Ducell 698,480 10/28111 150 Westridge Drive, Suite 140 Contract# 05-OT3704 (831) 246.1166 Watsonville, CA 95077 Watsonville, CA (916)227.6151(F) Type III Microsurfacing 162178 City of Clovis 2011 Cape Seal Thomas K Chang, P.E 1„193.054 06/01111 1033 Fifth Street Contract# 07-3YB604 (559) 324.2374 Clovis, CA 93612 Clovis, CA (559) 324-2866 (F) Rubber(zed Cape Seal 162181 City of Vancouver 2011 Microsurfacing Ryan Miles 976,%8 00130/11 4400 NE 77th Ave, Suite 350 Contract # 071809 Bid 09-11 (360) 487.7700 Vancouver, WA 98668 Vancouver, WA (360) 487-7139 (F) Microsurfacing rvan, MLIVs ci.vancouver.wa.us 162183 City of Gresham 2011 Slurry Seal Dennis Hughes 642,646 08/3tm1 i 1333 NW Eastman Parkway Contract# 502000 (503) 661-3000 Gresham, OR 97030 Gresham, OR (503) 667-6869 (F) Microsurfacing huahesCdtamsham.or.us 162188 City of Roseville 2011 Slurry Seal Luz "Nina" Buelna, R E. 1,229,980 11110/11 311 Vernon Street Contract # 2011 Slurry Seal Project (916) 746-1300 Roseville, CA 9567E Rosevlle, CA (916) 746-1339 (F) Slurry Seal NBuelna0roseville.ca.us 162190 City of Milpitas 2011 Slurry Seal Our Jhruryr Nguyen 6%,525 09115/11 455 East Calaveras Blvd Contract# 4255 (408) 586-3318 Milpitas, CA 95060 Milipitas, CA (408) 586.3305 (F) Resurfacing Updated 11/31f11 LShared.TRSVft MgMid Pnmd PreguaWstr AIMIMSS Jobs1 AA2mok 81 �� �—� r� �--� 6 of Intermountain Slurry Seal, Inc. 2011 Completed Jobs Over $500000 Name of Engineer in Charge Actual Job Name, Location of Project, and Kind of '(Owner), Phone, Fax, and E-mail (if Contract Completion Number Name and Address of Owner Work available). Amount Date 162191 City of Fort Bragg 2011 Street Resurfacing Laura Parsons 1,026,703 12113111 416 North Franklin Street Contract# 2011-04 (707) 961-2823 Fort Bragg. CA 95437 City of Fort Bragg (707) 961-2802 (F) Asphalt Rubber Cape Seal iparsons®fartbraggcom 162198 City of Lodi 2011 Chip Seal Lyman Chang 780,764 10116111 221 IAtest Pine Street Contract# none given (209) 333-fi800 Lodi, CA 95241 Lodi, CA (209) 333-6710 (F) Chip Seal L,gtta0Q00di.00v 162203 City of Tulare Tulare- Asphalt Rubber Cape Seal Mike VUMttock 630,000 12/31111 411 Fast Kern Avenue Contract# 12.03 (559) 684-4207 Tulare, CA 93274 Tulare, CA (559) 685-5631(F) Asphalt Rubber Chip Seal mwhitlock&i.tulare,ca.us Updated 111=11 L:Shared.TRS%Risk MgtS!d Proc► PrequalWstrAW201MSS Jobs% Appendix B1 Page 7 of 7 Intermountain Slurry Seal, Inc.,w x, 2010 Completed Jobs Over $5004000 Name of Engineer in Charge Actual Job Name, Location of Project, and Kind of (Owner), Phone, Fax, and E. Contract Completion Number Name and Address of Owner Work mail Of avallabkol Amount Date 408 160 ID Department T—Porlation FY 1 rl m weds Sealcoats Bel Kaufman 1, 989 08127/10 6W Wesl Prafde Contract#: AM i(e91) (2081772.1220 Coeur D'Weae, ID 83815 KootenailBenewsh Counties, ID (208)M-1203 (F) Ct* Seal bB.kauiman@fit� i ffi oov 160420 FHWACenhal Federal LmWs Grand Canyon National Park Kevin Black 1,704,134 09/29010 12300 W Daluen Ave Suite 167 ContreGM: AZ NPS GRCA PRES-itR (720) 963-3350 Lakewood, CO 80228 Cocor*v County (720) 963.3360 (F) Chip Seal 8 Wrosurlackp, Asphalt Patching 8 KevirY.BWckWhqa,WjW Pavement Marking 160426 WY minaN of Transportation Buffalo to Wife I -so Microsurfacing Aon Wiframs 1,067,339 09129/10 680 Fort Street Conb%W NH -PM 59,401902117 7)684.2505 Buffalo. WY 82834 Buffalo, WY 307)6e4.9278 (F) fAiaosurfaclrg 160428 CO Oopafterd of Transportation SH 134 Brush 10 Akron Bre6 Locke 1,348,323 07117/10 20 N. Riverview Rd Contract # ES4 0343.030 (9701521.9716 ! Startup, CO 80751 Br st% CO (9701521.9729 (F) Chip Seat bMepckef¢alo1Stme.co.us i 160436 UT Department of Transportation US-09, Wooer Cm+tY Line To SR 203 Jac& Merham 51o,889 09/15110 166 W Sou thwe8 Street Contract #: F-0089(202)406 " 23410410— (801)782.0814 Ogden. UT 84404 South Ogden, UT (801)7824818 (F) I Cho Seal 166M ID Department of Transportation 2010 District Wide Seal Costs Ken Hahn 1,260,264 08110110 PO Box 97 Contract 0; AD11(9M) (208)745.584o Rpby„ ID 83442 Ashton d Mud Lake. ID (208)745.8733 (F) Chip Seat US 20,. SH 47 8 SH 33 ken.habnaild,kt.&ov 16o440 UT Department of 718n3wahon 1-15, MP 19- M 2 hlicrosudsdM Ray Berdley 691, 0t11021tD 4501S2700W Contract#: F-11&1(85)19 (435)986.3812 Sell Lake City, UT 84114 Wast"lon, UT 435)865-5564 (F) 244560 sq yds of Mcrosurlacing. TC„ PAIN rtrerofevMM.00v I UT Deparinnent of Tmnspontation SR-132: Fountain Green. Moroni Lyndon Fnx1t 29 394 11108110 1345 S 350 W Contract #; F-0132(46) (435)9794SN Riddhid. UT 84701 Fountain Green 6 Moroni, UT (435)893.4775 (F) Chip saw IfilansAutah.noy 160443 Wasatch Public Works 2010 Wasatch Countywide Chap Seal Tray Ostler 1.285,094 i0lad ia91 W 3000 S Coftsct #; 2010 Countywide Chip Seal PMed (435)789-S448 Heber. UT 84= Heber City, UT (435)789.4485 (F) Clap Seal 160445 City of Lubbock City of Lubbock Cody Blev"ns 3,662,830 WMI10 162513thStreet Contract#,, 118104)84-FO (W775.3680 Room 204 Lubbock,. TX (806)775.3W9 (F) Lubbock, TX 79401 Mierosurfacing 8 Traffic Control IftvinstbmfAstbock.us IW449 CO Department of Transportation Cho = WIR Owe Martinet 574,169 08r26110 1205 W Ave Box C Contract 0; NN I W3.026 (719)5674W2 Fort Morgan, CO 81101 Cosfib C,mady. CO (719)%7.6511 (F) Clap Seal on US-160Imm MP 256.3 TO MP 268.9 son @idot�teto.co.us Updated YI III I LShered,TRSIRIsk MgSheredBOM MOAM201WAxnp "ask 10 ISS CompMW Jobs SdLxfs Page 1 of 3 7-' - --- Name of Engineer in Charge Actual Job Name, Location of Project, and Kind of (Owner),Phone, Fax, and E- Contract ;Completion' Number --- Name and Address of Owner Work mail f available , Amount Date' 160455 FHWA Big Bend National Parts Pevernw Project Aaron ardad 51098,000 12(10710 12300W08kotaAve Co tracts; DTFFAS-10-G000020 (720)983.3500 Denver, CO 80228 Brewster County, Tx (720)9613360 (F) Resiaiaci g and Ovadaya IW457 UT OeparBnent of Transportation Grantsville d Werdover Main SI Rodney Ruby 1„744, 28 WA 2010 S 2760 W Contract At: F.14299(105) *M210007- (601)9754856 Sall Lake City, UT 84104 Towle County, Ur (601W6 4859 (F) Mic osu(acing. Rur"a Strips. TC 161217 CRY of enn 2009 game Koski 4,049,017 10731/10 1 East First Street Con ractl0: F 100056 (775) 334-3304 Rena NV 69502 Washoe County. NV Miaosuutedrig, Slurry Seal. Suippinp 1612 8 Nevada Army National Gira Nvaing Airfield etiebfiitation Rich Signey 528,000 2460 Fairview Drive CoNrai:W 320192 (775) 887.7263 Crack Repair/ Sealing 1 ant ramp GI on Dislrld T ==a*- e9 m;;rm dell. 0 I 1 123 E. WasfikglonAvenue CoraractR; Di-009-09 (775) 88&7865 Las Vegas, NV 89101 Various Cou lies in Soutibm Nevada (775) 613-3582 (M) Microsutacing t ste nvms apartment of Transportation Clue eci Mindru n 1,323.304 10001/10 1263 South Stewart street ContractBE^: DO-019-09 5) WS-7885 Carson City, NV 89712 Various Streets in Nevada Multiple Candies 775) OM3582 (M) Clip Seal 1Reno Rem 2010 aintenanr a Project 1 East Fist Street, 9(h Floor Contract A: F 100067 PWP-WA-2010-148 5) 334-2304 Elko, NV 89801 Washoe County, NV Microsufecing Slurry Seal 161225 NV Department of Transportation Clip Seat Project hue Musgrove 571.897 tp101110 1263 South Stewart Street Conrad A: WA•2010.146 (F100067) 5) 397-2987 Carson City, NV 89712 Vanous roads in Wade Pine County, W Ctip Seal 162127 #qy of olsom 2W9 Shiij go --al LarryCunis 50 Nato nas St Conlrecar: RY09.10 (916) 355.7382 olsem. CA 95630 1 Folsom, CA (916) 3514MS (F) Skrry/Crack Various Roads 162131 Edrawds Air Force Rase dvand%Ariorce = ype swenger 11101fiflo 305 E. Popu n Ave, asfradt: Nora (681)72G4447 r21442 Edwards AF8, CA 93524 Xern Co r* Edwards Airfare Base, CA Type 11 Slurry 162135 FRM Wastsnglon National P s I uedders 4ri0 12300 W Dakota Ave Cotttrad S: GNW Job# 2MOSS (303) 704-7052 Denver, CO 80226 Mt Rainer, Lake Roseveh, W Cascade Parks, WA (720) 9613360 (F) tdecing 5Mlarles.ludderst7kbt.00v Updated 3111111 LShared.TRSVftk Mgt%Shaled.BON1 MSM%2010tContp Just 10 ISS Completed Jobs Sch.1ds Page 2 of 3 01 Intermountain Slurry Seal, Inc. 2010 Completed Jobs Over $500,000 Name of Engineer In Charge Actual Job Name. Location of Project, and Kind of (Owner), Phone, Fay, and E- Contract Completion Number Name and Address of Owner Work mail fff available l. Amount Date 162139 Cou* of Los Angeles Madrid CaWYOn Gm 74-11,111) 900 South Fremont Avenue Contract C RDC0013983 (661)947-8672 Allmunbra, CA 91003 Various LwAtions In Los Angeles County, CA (661) 904-MM JC&11) Scab Cape Seal (661) 267-7884 (F) 162137 Cou* or Stanistaus County of S ii-Waus C-Ap-q war P;; s;W ME. 31135,736 tM1110 1716 Moipn Road Contract 11: 08709-SCOI 2009-5 (2091652-8458 Modesto„ CA 95358 Varlous Locations in Slarislaus C", CA (20915264188 (F) 91 64092ambAn MIX CVy R MbSom 2010 Miansugadng Teresa Gibson 150 East Main, Fourth Fleor Contract X: 2055=-6102 (503)681-6234 Hillsboro. OR 97123 lithboro, OR (503) 681.6245 (F) Mkroswachv IllaulledullINM 162151 Countyof Fresno FresmCountyCNpre a Ed I=$ T41-09101110 2= Tulare Street. Gth Flow Contract 0" 09.22-C (559)2624154 Fresno, CA 93721 Fresno County, CA 1559) 262-4485 (F) Clip sew 362133 0q of FloseWle 2016 §My"= Nina Buelirm 311 Vernon Street Conked is 21501-6130110250&45 (916) 746.130D Roseville. CA 95678 city of Roseville. CA (M) 746-1339 (F) I SkmV Seal ftam 162154 eparunent ; r--F;i7b—on HWY 5 Chip ea M—M 3swris 51012 bw1-91-0 3240 N. M01kook Avenue Contract t MOLOM (559) 243-3812 Fresno. CA 93726 1 Various Lacatians aWq H;ghm 5 In CA (559) 365.7868 (Call) Chip Seal kowebAo" 162155- Coo! Rosevik- 2010 6;;1-e UP Ninaeuelful 77T.W IMMIT 311 Vernon Street Contract 5: Nam (916)746-13W Roseville, CA 95678 Roseville, CA (916) 74& 1339 (F) Double Clip Seat mewhgammft —Cgs§ 162160 T= W Los Galas Street GRO-40—m"Ais Red KRIM "WHIA I.V54,033 INIVS-0 41 Wes Avenue Contracts; 09-10C (408) 399-6773 Los Galos, CA 9W30 Los Gates, CA 408) 399-S763 (F) I Rubber Cape Seal lum-ho-WITIM01aw 162161 GO 61 amle 2010 PMePAre =MaC.V UWa- Rk 0,-440 291 North main street Contract 8: 89-9167.88 45%) 782,7462 Parlerville, CA 93257 PorteirvNe, CA 15") 7814437 (F) 1 panty at Fresno no Fresno V" WiFy Seal Ed Forbes 701, 111101110 2220 Tulare Street 6th Fkor Contrad #-, 10-02-C 1559) 262-4154 Fresno. CA93T2i Various Locations In Fresno County, CA (SS13) 262-4485 (F) I I I Stow Seal I Updated 3f1III I LShareCLTRS%Risk MghShared„BOW UstAft1201 G%Cornp Jobs% 10 ISS Completed Jobs Sch As Page 3 of 3 L. ..... Appendix A2 Intermountain Slurry Seal, Inc. Managerial Organizational Chart 0 Appendix A3 i APPENDIX A4 ISS EQUIPMENT MASTER LIST RCC Unit # Year Description Serial Number Plate Number 1651 03,004 01 BIG TEX 2 AXLE UTILITY TRLR 16VCX162411D33103 56205T 1651 03.006 00 BIG TEX 2 AXLE UTILITY TRLR 16VUX1025Y1E27465 58534T 1651 03.015 03 TRAIL KING TK40LP EQ TRAILER ITKCO26263MI22644 44200T " 1651 03.031 03 WATER BUFFALO 500 GL TNK TRLR 019804 - 1651 03.035 71 WESTANK OIL TRAILER 71WR74 1650 03.039 95 STRICK 28' VAN IS11S8282SG383119 07405P 1650 03.1060 04 BIG TEX 20' 2 AXLE GOOSENECK 16VGX202242635985 04938P 1651 03.10929 99 CGPL CARGO TRAILER 46YCP1622XI058614 59441T 1651 03.10931 03 PAC BOX TRAILER 4P2UB14233U035502 58532T 1650 03.11069 11 LEE BOY L250TTACK DIST 1B9AA111XB1309381 Z512720 1651 03.11070 12 CAR HAULER CH8318032 ECH1820CIO20678 1651 03.1133 00 WESCO 2 AX 10 YD TRANSF TRLR 1WRFH3289YW005698 53235T 1651 03.1134 00 WESCO 2 AX 10 YD TRANSF TRLR 1WRFH2282YWO05701 1651 03.1135 00 WESCO 2 AX 10 YD TRANSF TRLR 1WRFH328XYWO05693 52776T 1651 03.1136 00 WESCO 2 AX 10 YD TRANSF TRLR 1WRFH2282YW005696 1650 03.11779 12 WELLS CARGO EW2024 FLATBED TRL 1WC200129C4080496 Z509589 1650 03.12636 13 TRAIL MAX TD-40-TTILT TRAILER 5UCPT3223DA001679 Z509463 1651 03.12651 13 TRAIL MAX TD-40-T TILT TRLR SUCPT3221DA001678 C1651 03.1329 00 BIG TEX 16' FLATBED TRAILER 16VCX1623YID31658 58553T 650 03.1397 90 BAR-BEL 6000GL WATER TRAILER 1B9EFDIBSLB101725 A514878 - 1651 03.1420 97 WELLS CARGO UTILITY TRLR IWC200E2XV4030672 46472T 1650 03.1421 04 TWAMCO 30 TON TRANSPORT TRLR lT9DL502541473006 68879N 1651 03.1423 03 TK40LP 26' EQ TRAILER 1TKCO26283MI22645 46481T 1650 03.1424 73 FREUH TRAILER FRR526703 65464N + 1651 03.14500 02 ITM UTILITYTRAILER 1Z9CU16262R173001 1651 03.14594 74 WMARK 4000GL TANK TRAILER 42762 60519T 1651 03.14595 74 WMARK 4000GL TANK TRAILER 4431 60518T 1651 03.1467 02 TRAIL KING 16FT UTILITY TRLR 1TKU0162X2M078189 48151T 1651 03.1471 98 BEST 5'X12' BOX TRAILER lB9UF1625W1245112 47947T 1651 03.1472 05 TKT40LP TILT DECK TRAILER ITKCO26255M030492 56072T E. 1651 03.1485 04 PJ TRA 14' UTILITY DMP TRAILER 5P5DT142X41061792 58535T 1651 03.1486 05 CARSON 16' UTILITY TRAILER 4HXLS16235C094631 1651 03.1490 03 BIG TEX UTILITY TRAILER 16VUX122631E78284 58533T " 1650 03.1501 06 RANCO 14YD REAR BOTTOM DMP 1R9BP680761.008594 A514879 1650 03,1506 06 ETNYRE 4 AX OIL TANKER PUP 1E9T5525X7E007040 80968P 1650 03.1507 06 ETNYRE 4 AX OIL TANKER PUP 1E9T552447E007039 77231 P 1650 03.1515 90 TRAIL KING TILT DECK TRAILER ITKCO2126LM095002 54500P 1651 03.1520 06 INTERSTATE TRANSPORT TRAILER 1JKDLA4046M007868 50151T 1651 03.1521 06 SNAKE RIVER BF162 BOX TRLR SPTBF162561002280 50077T 1650 03.15216 95 STRICK 28' VAN TRAILER IS11ES286SD398313 Z511855 651 03.1522 06 SNAKE RIVER BF162 FLATGED TRLR SPTBF162561001405 50078T 1651 03.1523 06 CARSON LS122 BOX TRAILER 4HXLS12256CI14823 50079T 1650 03.15307 91 ALLOC 28' VAN TRAILER 1ALSD6180MS911071 Z511853 1650 03.15312 13 PJ 20' TILT BED TRAILER 4PST6202XD1195779 Z512852 1650 03.15350 13 PJ 18' FLATBED TRAILER 4PSCCIS26DII94250 Z511857 1651 03.1536 06 INTERSTATE 40DLA FLATBED TRLR 1651 03.1539 07 INTERSTATE 50DLA FLATBED TRLR 1JKDLA5057MOO8009 50187T 1651 03.1540 07 INTERSTATE SODLA FLATBED TRLR 1JKDLAS017M008010 50188T 1651 03.15404 11 PJ 36' TRAILER PJSC8363781156418 61052T �651 03.15405 96 WABASH 28' TRAILER 1JJV281N2TL327857 1651 03.15406 93 WABASH 28' TRAILER 1JJV281N3PL201531 61609T 1651 03,15407 95 WABASH 28' TRAILER 1JJV2BlN4SL327650 1651 03.15408 93 STRICK 28' TRAILER lSllSB284PG356320 6160ST 1651 03.1544 82 GRAY 2000 GL TANK TRAILER 1G9TCD627CF003019 50352T 1651 03.1545 TRAIL KING FLATBED TRAILER 1TKU01621SM052810%f 1650 03.1554 07 TWAMCO 30TON TRANS PORTTRLR 1T9FN553971473006 09481R 1650 03.1556 07 ETNYRE 5400 GL TANKER TRLR, 1E9T572997EO07187 A508583 1650 03.1557 07 ETNYRE 5400 GL TANKER TRLR 1E9T573007EO07188 04614R _ 1650 03,15625 PJ 22' TILT BED TRLR 4PST62229D1195785 Z511858 1651 03.1563 89 FRUEH 8,000 GL OILTANKER 1H4TO4622KK035805 52464T 1651 03.1564 89 FRUEH 8,000 GL OIL TANKER lH4TO4629KKO35803 52139T 1651 03.1565 89 FRUEH ASPHALT TRAILER 1H4TO4625KKO43803 52463T 1651 03.1566 07 GRT NO GN31-14K GOOSENECK TRLR 5VKGF31237SO02376 52111T 1651 03.1568 07 GRT NO LANDSCAPE TRLR SVKBB12207SO02439 57693T - 1651 03.1569 07 GRT NO LANDSCAPE TRLR SVKB612297SO02438 52122T 1651 03.1584 89 FRUEH ASPH TANKER TRAILER 1H4TO4625KKO35801 52552T 1651 03.1585 82 PENSKE ASPH TRAILER 1TB114123CM254168 -' 1651 03.1586 82 PENSKE ASPH TRAILER IT8114120CM254175 1651 03.1587 08 TRAILBOSS 20 TON TRAILER 4SODP322181002758 1650 03.1588 08 TK 30' TILT TRAILER ITKC030298MO56743 A503750 1650 03.1589 08 ETNYRE 5400 GL TANKER PUP 1E9T612488EO07178 A503939 -`1651 03.1594 08 BRINKMAN BBQON TRLR 53697 �I 1651 03.1602 06 ZIEMAN 26' FLATBED TR5LR 1ZCE26E226ZP26756 52554T 1651 03.1603 07 TK TKTIZU TRAILER 1TKU020297MO52303 52583T 1651 03.1604 06 ZIEMAN FLATBED TRLR 1ZCE26E296ZP26754 53205T 1651 03.1608 00 BEST 16' FLATBED W/RAMPS lB9EF222OY1245215 1650 03.1610 09 ETNYRE 5400 GL ASPH TRAILER 1E9T635139EO07104 A508148 1651 03.1615 98 TOWMASTER 2 AX UTILITY TRAILER 4KNTT1626WL160627 53491T 1650 03.1642 96 STRICK 28' VAN TRLR lSllSS28OTG404616 A508870 1651 03.1707 06 SNAKE RIVER 2AX 18FTTRAILER 5PTBF182961002022 55902T 1651 03.171 97 TRAIL KING FLATBED TRAILER 1TKU01625VM128033 50737T 1650 03,1711 75 WESTMARK 3500GL PUP 4822 A511400 1650 03.179 95 VAN TRAILER 1SllS8282SD382750 0233SR I 1650 03.180 91 TANK TRAILER 1PMS52132M1010863 75647N 1650 03.181 84 TANK TRAILER 1GWTE11D6EC114449 75648N 1650 03.1812 10 ETNYRE 6500GL ASPH TANKER 1E9T65368AE007131 A517704 1651 03,1820 10 POLAR 7200GL HOT OIL TRAILER 1PMC14324A1036389 1651 03.1821 10 POLAR 7200GL HOT OIL TRAILER lPMC14320A1036390 1651 03.1822 11 POLAR 7200GL HOT OIL TRAILER 1PMC1432882036391 1651 03.1823 11 POLAR 7200GL HOT OIL TRAILER 1PMC1432XB2036392 1651 03.1824 11 POLAR 7200GL HOT OIL TRAILER 1PMC1432481036393 1651 03.1825 11 POLAR 7200GL HOT OIL TRAILER 1PMC1432681036394 I - fi 651 03.1826 10 20,000GL PORT REACTION TNK TRL 14604091OR1 - 1651 03.1827 10 20,000GL PORT REACTION TNK TRL 1460409102 1650 03.1853 11 ETNYRE ASPH TANKER PUP 1E9T67423BE007160 A517005 1650 03,1854 it ETNYRE LB241 FALCON TRAILER 1E9V16934BE111322 A5170O4 1650 03.1860 94 BRENNER 3500GL 2AX PUP 4BOElAlA3RB944565 A516375 l 1650 03.1862 94 STRICK VAN TRAILER lSllS8280RG377748 Z508122 1650 03.19103 81 CLOUGH 6800 OIL TANKER 1578 Z511341 1650 03.19255 14 ETNYRE FLOW BOY TRLR 1E9V18673EE111397 Z512024 1650 03.19403 14 ETNYRE SOT HYD FOLD GOOSENECK 1E9316596EE111361 Z5119BO +650 03.19410 05 ECONOLINE TILT TRLR 42EDPWT2251000779 Z504165 1651 03.19846 14 LANDOLL 930C 35 TON TRANSPORT iLH930UH8E1C20696 1651 �n 03.19847 14 LANDOLL 930C 35 TON TRANSPORT 1LH9XOUHXE1C20845 1 1651 03.216 81 'SIEBT 16WHL EXPNDO TRAILER CA81ST11059 44174T 1650 03.3017 79 OILTANKER T41387 A528924 4 1650 03.3019 79 OIL TANKER T41018 A52B923 1650 03.3024 78 LOAD KING DOLLY 7341 4 1650 03,3025 78 LOAD KING DOLLY 7342 1650 03.30" 86 OIL TANKER PUP H4TO2424G1028102 A511543 1650 03.3045 86 OIL TANKER PUP 1H4TO2426G1028103 A511544 1650 03.3064 71 HEIL WATER TRAILER 922821 96141 M 1650 03.3065 73 TRAILMASTER WATER TRAILER K40074 96142M 1650 03.3073 88 5TH WHEEL DOLLY PS039533 i 1650 03.3075 88 STH WHEEL DOLLY 655942 1650 03.3076 88 STH WHEEL DOLLY 827911302 1651 03.3077 00 TRAIL KING TK40LP TRANSPORT 1TKCO2621YM032633 60971T 1651 03,3079 88 FRUEH OIL TANKER TRAILER 1H4TO41291L009802 3520BT 1650 03.3109 69 OIL STORAGE TANKER OMK453501 B2380E 1650 03.3302 97 TRAIL KING TK100 TRAILER 1TKA04836VM069133 80309L 1650 03.3339 88 TWAMCO TILT BED 0073088 A513539 1650 03.3353 67 GORBETT OIL TANKER 67156F B2381 E 1650 03.3373 80 OILTANKER 950760 Z506167 1650 03.3381 88 DOLLY PS039534 1650 03.3385 85 PINES CON GEAR DOLLY 1PNA091OXFK016623 1650 03,3407 92 FLOWBOY TRAILER iH9SS4121NN101934 Z506411 1650 03.3435 93 FLOWBOY TRAILER 1H9SS4128PN101979 04875F 1650 03.3446 76 STRICK 27' TOOL TRAILER 207418 04876F 1650 03.372 94 QUIPNET 2 AXLE TILTBED TRLR 1PNF40D26RG162848 04464N 1650 03.379 93 TREK FUEL TRAILER 1TKU01625RMOSS851 27334N 1651 03.384 90 FLATBED TRAILER 1TKU01628LM015593 1651 03.4028 90 FACTORY 16' EQCARRIER 45HHH1627L1584148 52799T 1650 03.457 00 COZAD 44 TON 2 AX EXPANDO TRLR 1C9G44207Y1167026 A523429 1650 03.466 90 MOSE 7000 GL ASPHALT TANKER iV9T3334XL1001014 52899M 1651 03.487 01 BIG TEX 12' FLATBED TRLR 16VUX122711E42181 47713T 1650 03.488 91 BEALL 7200GL HOT OIL TANKER 1BNIM3444MB003221 96277M 1651 03.490 01 BIG TEX 16' TRAILER 16VCX162411E43097 46407T 1651 03.492 02 TRAIL KING TK40LP TRLR 1TKCO262MO98506 39594T 1651 03.496 02 BEST 6X14 BOX TRAILER 1139UF182221245253 50775T 1651 03.500 02 BEST 6X14 BOX TRAILER 1B9UF182421245254 50388T ' 1650 03.506 03 TWAMCO 10 TON 2 AX TILT TRLR 1T9PL322231473008 32738N .. 1650 03.508 03 TWAMCO 15TON TILT DECK TRAILER 1T9PT322031473010 Z507033 1651 03.54084 98 COX D429 BLENDER W/HEAT EXCH. D429 1651 03.590 96 TRAIL KING FLAT DECK TRAILER 1TKU0162XTMO66349 534BOT -,651 03.591 70 BROWN VAN TRAILER S700742 1651 03,7001 78 BEALE 2600GL TANK TRLR 1T8066 39751T 1650 03.973 98 RANCO SEMI BOTTOM DMP TRLR iR9BSE504XL008342 A514860 1651 03.981 00 SPCNS FUEL/LUBE TRLR 1TKU01621YM022554 60970T 1650 04.084 96 PETRB 379 3AX TRACTOR 1XP5DBOX7TD398998 Z005441 1650 04,1005 98 PETRB 357 SUPER DUMP 16 WHL 1NPAXTOX4WD466698 Z008654 1650 04.1006 98 PETRB 357 SUPER DUMP 16 WHL 1NPAXTOX6WD466699 Z030371 1651 04.1012 98 PETRB 379 3AX TRACTOR 1XP5DBOXOWD468359 51099A 1651 04.1078 99 PETRB 379 3AX TRACTOR 1XP5DBOX6XD507277 43980A '651 04.1084 99 INTL 47001.5TN 2AX MECHANIC 1HT5CABM6XH677896 CP92711 '1651 04.1123 00 PETRB 357 SLURRY CHASSIS 1NPALBOX7YD516728 51087A 1651 04.1133 00 PETRB 379 9AX TRANSFER DUMP 1NP5LB9XSYDS41BS7 43601A 1651 04.1135 00 PETRB 379 3AX TRANSFER DUMP 1NP5LB9X7YD541858 43806A 1650 04.11428 12 FORD 1.5 TON MECHANIC TRUCK 1FDUFSGTXCEC12064 Z025739 1651 04.11429 12 FORD 1.5 TON MECHANIC TRUCK 1FDUFSGTlCEC12065 50568A 1650 04.11493 13 PETRB 365 SUPER DMP 16 WHL 1NPSL7EX4DD193534 Z024966 1650 04,11494 13 PETRB 365 SUPER DMP 16 WHL 1NPSL7EX6DD193535 Z024967 1650 04.1199 01 PETRB 357 SLURRY 1NPAXOOX21DS67074 Z034503 1650 04.12055 12 FORD 1.25 TON SUPER DUTY 1FDOW4GT2CEB81451 Z032859 1650 04.12056 12 FORD 1.25 TON SUPER DUTY 1FDOW4GT4CEB81452 Z025217 1650 04.12057 12 FORD 1.25 TON SUPER DUTY 1FDUF4GT2CEB81449 Z023860 1650 04.12058 12 FORD 1.25 TON SUPER DUTY 1FDUF4GT9CEB81450 Z023854 1650 04.12149 13 PETRB 4 AX TRACTOR 1XPWP4EXSDD189969 Z023371 1651 04.1227 01 FORD 1`5501.5TN 1FDAW56F71EA76133 CP66023 1650 04.12635 13 PETRB 5200 GL OIL DIST SAX 1NPSL7EX2DD213005 Z029823 1651 04.12647 13 PETRB 3AX 3500GL OIL DIST 1NPSL70XSDD212986 CP91070 1651 04.12650 13 PETRB OIL DIST 3 AX 1NPSL70X7DD212987 CP91071 1651 04,1286 02 PETRB 357 SLURRY CHASSIS 1NPALUEX82DS83530 51106A 1651 04.1287 02 PETRB 357 SLURRY CHASSIS 1NPALUEXX2D583531 51109A 1651 04.1299 02 PETRB 330 3600GL 3AX W/HITCH 2NPNLZ9X42M586492 43956A 1651 04.1364 03 FORD F4501.25TN CREW CAB 1FDXW46PO3EC43559 43958A 1650 04.1368 03 PETRB 357 5200GL OIL DIST 1NPALBEX34D812073 Z034501 1651 04.1371 03 PETRB 330 3600GL 3AX W/HITCH 2NPNLZ9X13M807905 CP91091 1651 04.1390 03 PETRB 357 SAX SLURRY CHASSIS 1NPALUEX53DB08066 43960A 1651 04,1391 03 PETRB 357 SAX SLURRY CHASSIS 1NPALUEX73D808067 43959A 1650 04.1394 04 PETRB 379 3AX TRACTOR 1XP5DBOX24D81207S 119418 1650 04.1426 04 PETRB 379 4AX TRACTOR 1XP5DBEX54D834208 125869 1651 04.1427 04 PETRB 330 3600GL 3AX W/HITCH 2NPNLZ9X44M834274 CP91092 1650 04.1428 04 INTL 42001.5TN 2AX MECHANIC 1HTMPAFM54H609690 126225 1651 04.1461 06 PETRB 357 SLURRY CHASSIS 1NPALUTXX6D883014 43967A 1651 04.1462 06 PETRB 357 SLURRY CHASSIS 1NPALUTX16DB83015 43968A 1650 04.1465 05 FORD F4501.25TN 1FDXF46P65EC24811 ? 1651 04.1485 05 FORD F4501.25TN 1FDXF46P85EC24809 CP66024 1651 04.1486 05 FORD F4501.25TN 1FDXF46P45EC24810 44405A 1651 04.1490 05 GMC PAINT & STRIPING JSDE5B16157900828 48593A 1651 04,1493 05 FORD F4501.25TN 1FDXF46PISEC72460 51089A 1651 04.1499 05 FORD F4501.25TN SERVICE 1FDXF46P75EC98299 51100A 1651 04.1508 05 FORD F4501.25TN FLATBED 1FDXF46P35EC89499 46302A 1651 04.1509 05 FORD F4501.25TN FLATBED 1FDXF46P85EC89501 51090A 1650 04.15300 14 PETRB 365 3AX SLURRY TRUCK 1NPSX7EXSED237806 Z030972 1650 04.1540 07 PETRB 357 4AX NURSE 1NPALUEX67D666512 A011365 '-"1650 1650 04.1541 07 PETRB 357 4AX NURSE 1NPALUEX87DB66513 A011366 -1650 04.1542 07 PETRB 357 4AX NURSE 1NPALUEXX7D666514 A011368 1650 04.1543 07 PETRB 357 4AX NURSE 1NPALUEX17D666515 A011367 1651 04.1560 06 FORD F4501.25TN iFDXF46P96ED28176 54552A 1651 04.1561 06 FORD F4501.25TN 1FDXF46P06ED28177 48348A 1651 04.1562 06 FORD F4501.25TN 1FOXF46P26ED28178 46201A 1651 04.1565 07 FORD F450 1.25TN 1FDXF46P77EA63288 35490A 1651 04.1566 07 FORD F450 1.25TN 1FDXF46P97EA63289 43973A 1650 04,1567 06 FORD F450 1.25TN 1FDXF46P26ED52447 Z033563 1651 04.1568 06 FORD F450 1.25TN 1FDXF46P46ED06327 CP66025 650 04.1574 06 FORD F450 1.25TN 1FDXF46P66ED06331 A005265 1651 04,1597 07 PETRB 330 2.5 TON FLATBED TRK 2NPNHD6XX7M731339 43978A 1650 04.1613 06 PETRB 335 2TN 2AX MECHANIC 2NPLHD6XX7M681498 147029 1651 04.1622 07 FORD F450 1.25TN 1FDXX46P67EB09027 51093A 1651 04.1632 07 FORD F450 1.25TN 1FDXX46P67EB28189 43974A 1651 04.1633 07 FORD F450 1.25TN 1FDXX46P27EB28190 43975A 1651 04.1634 07 FORD F450 1.25 TON SUPER DUTY iFDXX46P47EB28191 43976A 1650 04.1636 07 FORD F450 1.25TN 1FDXW46P47EB28193 152870 1651 04.1660 08 PETRB 388 3AX TRACTOR 1XPWDBOX78D751462 WP24950 1650 04.1666 08 PETRB 388 4AX TRACTOR 1XPWDBEXlBD750364 154819 1651 04.1668 08 PETRB 365 3AX DUMP W/HITCH 1NPSLU9X18D750639 CP85106 1651 04.1711 08 PETRB 340 3600GL 3AX W/HITCH 2NPRLN9X38M757008 44993A 1651 04,1718 09 PETRB 367 SAX SLURRY CHASSIS iNPTLUTX19D773921 CP91086 1651 04.1719 09 PETRB 367 SAX SLURRY CHASSIS 1NPTLUTX39D773922 CP91087 1651 04.1720 09 PETRB 367 SAX SLURRY CHASSIS 1NPTLUTX59D773923 CP91088 1651 04.1721 07 GMC CT7FO42 PAINT STRIPING TRK iGBJ7F1317F406635 43257A 1650 04.1723 09 PETRB 365 SLURRY CHASSIS 1NPSLUEX89N773000 Z005282 -< 1650 04.1724 08 PETRB 388 3AX TRACTOR 1XPWDBOX89D773309 A011370 1651 04.1759 08 FORD F450 1.25TN 1FDXW46R28EE06334 51096A 1650 04.1781 10 PETRB 367 NURSE 1NPTLOEX6AD794435 Z009329 1650 04.1782 10 PETRB 367 NURSE 1NPTLOEX8AD794436 Z009330 '850 1651 04,1783 09 PETRB 388 3AX TRACTOR 1XPWD40X3AD794701 A011369 04.1784 10 PETRB 367 SLURRY CHASSIS INPTXOTXlAD795421 CP91089 x 1651 04.1785 10 PETRB 367 SLURRY CHASSIS 1NPTXOTX3AD795422 CP91090 1651 04.1786 10 PETRB 367 SLURRY CHASSIS INPTXOTXSAD795423 CP91093 1650 P 04.1812 10 PETRB 367 3X NURSE TRK 1NPTL4EX6BO117295 A003561 1650 04.1813 11 PETRB 367 3X NURSE TRK 1NPTL4EX8BD117296 A004820 1650 04,1825 it FORD F5501.5 TON FLATBED 4X4 1FDOW5HT8BEA70938 A012204 1650 04.1826 11 FORD FSSO 1.5 TON FB DMP 4X4 1FDUFSHTOBEA87315 A102205 1650 04.1827 08 FORD 1 TON UTILITY 1FDSF34R28EA28880 Z028916 1651 04.1851 11 FORD 1.25 TON CREW FLATBED 1FDOW4GT8BEC31753 Z035874 1650 04.1853 11 FORD 1.25 TON CREW FLATBED 1FDOW4GT68EC17480 1651 04.1858 11 FORD 1.25 TON FLATBED iFDOW4GT4BEC38375 51102A 1651 04.1859 11 FORD 1.25 TON FLATBED 1FDOW4GT66EC38376 48655A 1651 04.1860 11 FORD 1.25 TON FLATBED 1FDOW4GT9BEC38355 51101A 1651 04.18756 14 PETRB 348 3 AX WATER W/HITCH 2NP3U9X6EM250310 54714A 1651 04.18757 14 PETRB 348 WATER W/HITCH 2NP3U9XXEM250309 CP91454 1650 04.19095 14 PETRB 36518YD DUMP 1NPSL7EX7FD265667 Z037041 1650 04.19101 11 KENWORTH T-800 SLURRY TRUCK INKDXUTXXBJ279949 Z033537 1650 04.19102 it KENWORTH T-800 SLURRY TRUCK INKDXUTXSBJ279948 Z033536 1650 04.19343 15 PETRB 567 SAX NURSE TRUCK 1NPCL7EX4FD270054 Z036435 1650 04.19344 15 PETRB 567 5AX NURSE TRUCK iNPCL7EX6FD270055 Z036436 �650 04.19345 15 PETRB 567 SAX NURSE TRUCK 1NPCL7EX8FD270056 Z036433 650 04.19346 15 PETRB 567 SAX NURSE TRUCK 1NPCL7EXXFD270057 Z036434 1650 04.19381 14 FORD FSSO MECHANIC TRUCK 1FDUF5GT9EEA92633 Z035876 1650 04.19382 14 FORD F550 MECHANIC TRUCK 1FDUFSGT5EEA86053 Z035875 t 1651 04.19559 15 FORD F550 MECHANIC iFDUF5GT3FEA70595 55923A 1651 04.19560 15 FORD F550 MECHANIC iFDUF5GTSFEA70596 55924A 1651 04.19561 15 FORD F650 TRAFFIC CONTROL 3FRNF6FB2FV638611 76778S1 1651 04.20556 15 FORD F650 TRAFFIC CONTROL 3FRNF6FB4FV638612 4QBL420 1651 04.20866 15 FORD F450 CREWCAB 1FDOW4GTXFEB61498 Z039637 1650 04.275 96 PETRB 379 3AX TRACTOR 1XP5DB9X6TD413204 Z017989 ''651 04.277 96 PETRB 379 3AX TRACTOR 1XP5DBOX8TD414268 51138A t '1650 04,3005 97 PETRB 3AX SLURRY CHASSIS 1NPAXUOXXVD442068 067717 ' E 1650 04.3007 98 PETRB 5AX OIL DIST 1NPALBOXOWD443487 067719 1650 04.3012 98 PETRB SUPER DUMP 16 WHL 1NPAXUEX7WD466046 118874 1650 04.3013 98 PETRB SUPER DUMP 16 WHL 1NPAXUEX9WD466047 A016606 1650 04.3015 98 PETRB SUPER DUMP 16 WHL 1NPAXUOX6WD466045 Z019605 1650 04.3071 99 PETRB 357 3AX SLURRY CHASSIS 1NPALOUX2XD509051 Z034502 1650 04.3176 94 FORD 2AX FUEL/LUBE 1FDXK74C7RVA41954 100287 1651 04.3191 01 PETRB 357 SAX SLURRY CHASSIS 1NPALUEX61D554669 43952A 1651 04.3192 01 PETRB 357 SAX SLURRY CHASSIS 1NPALUEX41D554668 43953A 1650 04.3242 00 PETRB 5200GL OIL DIST 1NPALBOX9YD516729 125642 1650 04.3243 00 PETRB 357 3AX SLURRY CHASSIS 1NPAXEUX4YD546598 099778 _ 1650 04.3278 94 AUTOCAR SAX NURSE TRUCK 4V2SCBCH7RR513880 125971 1650 04.3279 94 AUTOCAR 8AX NURSE TRUCK 4V2SCBCH9RR513881 125972 1650 04.3280 94 AUTOCAR 9AX NURSE TRUCK 4V2SCBCHORR513882 125973 1650 04.3348 96 PETRB 379 3AX TRACTOR 1XP5DB9X9TD414153 Z017990 1651 04.7058 96 KW W900 T/A 3AX TRACTOR 1XKDDB9X1TS714444 43955A 1650 04.8220 01 KW T800 3AX TRACTOR 1XKDPUOX21R878595 Z035907 �I 1650 04.882 94 FORD CF8000 1800GL 2AX OILDIST 1FDXH81E1RVA45198 Z033454 _ 1651 06.1019 08 FORD .75 TON PICKUP 1FTSX20Y78EE06331 8S18240 1650 06.1028 08 FORD .5 TON PICKUP 1FTRX12W78KD62773 Z004166 1651 06.1031 08 FORD .75 TON PICKUP S/C 1FTSX2OY58EE06330 51107A -1650 06.1054 08 FORD .5 TON PICKUP S/C 1FTRX12W98KD97444 ZOOB998 1651 06.106 05 FORD .75 TON PICKUP 1FTSF20P95EA84829 31554A 1651 06.107 05 FORD .75 TON PICKUP iFTSF2OP65EB50818 43340A 1651 06.1072 09 FORD .5 TON PICKUP 4X4 1FTRX14899KO72991 987XUK N 16SO 06.1073 09 FORD .75 TON CREWCAB 1FTSW2OR99EA60148 Z008999 1651 06.11279 12 FORD .5 TON PICKUP 1FTFX1CF7CFB46294 1651 06.11279 12 FORD .5 TON PICKUP 1FTFX1CF9CF846295 1650 06.11280 12 FORD .5 TON PICKUP 1FTFX1CFlCFB46291 Z022790 1650 06.11281 12 FORD .5 TON PICKUP 1FTFX1CF3CFB46292 Z022791 1650 06.11282 12 FORD .5 TON PICKUP 1FTFX1CF5CF846293 Z022792 1650 06.11283 12 FORD .75 TON PICKUP 1FTFX2A67CEB81436 Z099789 1650 06.11284 12 FORD .75 TON CREW 1FT7W2A64CEB81431 Z022765 1650 06.11285 12 FORD .75 TON CREW iFT7W2A66CEB81432 Z022786 1650 06,11286 12 FORD .75 TON CREW 1FT7W2A68CEB81433 Z022787 1650 06.11287 12 FORD .75 TON CREW 1FT7W2A6XCEB81434 Z022788 ` 1650 06.11289 12 FORD .75 TON CREW 1FT7W2A610EB81435 Z022784_, 1650 06.11576 12 FORD .5 TON CREW 1FTFWlCFBCFB56903 Z022848 1650 06.1164 10 FORD .5 TON PICKUP 4X4 1FTEX1E83AF691207 Z022706 1650 06.1175 11 FORD .75 TON CREWCAB 1FT7W2A61BEA22980 Z013926 I 1650 06.1203 10 FORD .5 TON PICKUP 1FTEX1C84AKE09245 Z015226 ',1651 06.12047 12 FORD .75 TON PICKUP 4X4 1FT7W2B67CEC12122 54571A ,.F 1651 06.12048 12 FORD .75 TON PICKUP 4X4 iFT7W2B65CEC12121 49974A - 1650 06.1205 10 FORD .5 TON PICKUP 1FTEXIC88AKE09247 CRX4526 1650 06,1260 11 FORD .5 TON PICKUP 1FTEX1CM4BFA72311 Z036382 1650 06.12637 13 FORD .75 TON PICKUP CREW CAB 1FT7W2A61DEB09622 Z025860 4- s 1650 06.12638 13 FORD .75 TON PICKUP CREW CAB 1FT7W2A63DEB09623 Z025861 1 1650 06.12639 13 FORD JS TON PICKUP CREW CAB 1FT7W2A65DEB09624 Z25B62 1650 06.12642 13 FORD .5 TON PICKUP CREW CAB 1FTFWiCF4DKE67043 Z025863 -- 1650 06.12646 13 FORD .5 TON PICKUP 1FTFXlCFODKE57977 Z025864 1650 06.1306 it FORD .75 TON CREW PICKUP 1MW2A64BEC75369 Z018779 !650 06.1313 11 FORD .5 TON PICKUP 1FTEXiCM6BF676881 Z036383 N1650 06.1317 12 FORD JS TON CREWCAB PICKUP 1FT7W2A65CEA24958 t_ 1650 06.1319 12 FORD .75 TON CREWCAB PICKUP 1MW2A610EA02133 1650 06.1320 11 FORD 1 TON CREWCAB PICKUP 1FTBW3A6XBED02116 Z036381 1650 06.1338 11 FORD .5 TON PICKUP 1FTFXlCF66KE23328 Z036384 1650 06.13404 12 FORD .75 TON PICKUP 1MW2A6XCEC87690 Z026326 1650 06.1352 12 FORD .75 TON CREW CAB 1FT7W2A65CEA32106 Z036380 1650 06.1367 12 FORD .5 TON PICKUP 1FTFX1CF9CKD10023 Z036385 1651 06.14003 13 FORD .5 TN PICKUP CREW CAB 4X4 1FTFWlEFBDKE46239 CP91059 1651 06.14004 13 FORD .75 TON CREW CAB 4X4 1FT7W2B66DEA86739 CP91060 { ' 1650 06.14783 12 FORD .75 TON CREW CAB 1MW2A69CED18119 Z033827 1650 06.14784 12 FORD J5 TON CREW CAB 1FT7W2A65CED18120 Z033628 1650 06.14785 12 FORD .75 TON CREW CAB 1MW2A67CED18121 Z033826 1651 06.153 05 FORD .75 TON PICKUP 1FTSF20POSEC34732 48594A _ 1650 06.15338 13 FORD .75 TON CREW CAB 1MW2A62DE837901 Z038745 p 1650 06.15340 13 FORD .75 TON CREW CAB 1FT7W2A60DEB37900 Z029890 1650 06.15342 13 FORD .75 TON CREW CAB 1MW2A64DEB37902 Z029892 1650 06.19409 14 FORD .5 TON CREW 4X4 1FTFWlEFBEFA32629 Z039103 1651 06.19893 14 FORD .5 TON PICKUP 1FTFX1CF5EKE58026 1650 06.19894 14 FORD .5 TON PICKUP 1FTFXlCFSEKE58009 Z036359 1650 06.19895 15 FORD 1 TON CREW PICKUP 1FTBW3A6XFEA58697 Z036358 1650 06.19896 15 FORD 1 TON CREW PICKUP 1FT8W3A68FEA58696 Z036357 A650 06.19897 15 FORD 1 TON CREW PICKUP 1FT8W3A66FEA58695 Z036356 1650 06.19972 15 FORD 1 TON CREW PICKUP 1FT8W3A61FEA58698 Z036360 1651 06.19973 15 FORD 1 TON CREW PICKUP 1FT8W3A61FEA58703 55822A 1651 06.19974 15 FORD 1 TON CREW PICKUP 1FTBW3A63FEA58704 CP91492 1651 06.19981 14 FORD .5 TON PICKUP 1FTFXiCF3EKE58025 1651 06.19982 14 FORD .5 TON PICKUP 1FTFXlCF1EKE58024 1651 06.19983 14 FORD ,5 TON PICKUP 1FTFXiCFXEKE58023 1650 06.19984 14 FORD .5 TON PICKUP 1FTFXICFIEKES8010 Z036361 1650 06.19985 14 FORD .5 TON PICKUP 1FTFX1CF3EKE58011 Z036362 1651 06.20035 14 FORD .5 TON CREW 4X4 1FTFWlEFlEKF10526 48626U1 1651 06.20219 15 FORD .75 TON PICKUP 4X4 1FT7X2867FEA63826 55825A 1651 06.20582 15 FORD .75 TON CREW 4X4 1FT7W286XFEB12021 55919A 1651 06.20583 15 FORD .75 TON CREW 4X4 1MW2868FEB12020 CP91482 1650 06.20585 15 FORD JS TON PICKUP 1MX2A61FE812018 Z038123 1650 06.21609 14 FORD F150 SUPERCAB 4X4 1FTFXIEFXEKG11481 1650 06.21610 14 FORD F150 SUPERCAB 4X4 iFTFX1EF8EKE66571 1650 06.2694 04 FORD .75 TON CREW CAB PICKUP 1FTNW20P14EC32273 126128 1650 06.2695 04 FORD .75 TON CREW CAB PICKUP 1FTNW20P34EC32274 123129 16W 06.2696 04 FORD .75 TON CREW CAB PICKUP 1FTNW20P54EC32275 126130 1651 06.273 06 FORD .75 TON PICKUP 1FTSX20P36EC75208 CP66041 C1651 06.2959 OS FORD .75 TON PICKUP IFTNX2050SEC292SO 31762A i650 06.319 06 FORD 1 TON CARGO VAN 1FTSE34L76DA31795 Z033455 1650 06.371 06 FORD .75 TON PICKUP 1FTSX20PX6EC64514 A007234 1651 06.438 06 FORD .75 TON PICKUP 4X4 1FTSX21P26EC35023 1651 06.462 05 CHEV SILVERADO 250OHD 4X4 1GCHK24U25E306584 51098A 1650 06.481 06 FORD .5 TON PICKUP 1FTRX12W76KC70205 144192 1651 06.632 07 FORD .5 TON PICKUP 1FTRX12W17NA46167 1651 06.633 07 FORD .5 TON PICKUP 1FTRX12W77KC37139 1651 06.654 08 FORD .75 TON PICKUP 1FTNX20598EASS702 1651 06.655 08 FORD .75 TON PICKUP 1FTNX2050SEASS703 1651 06.656 07 FORD .5 TON CREWCAB 4X4 1FTPW14517KC56509 1651 06.660 07 FORD .5 TON CREWCAS 4X4 1FTPW14577KC51914 1650 06.681 07 FORD .5 TON PICKUP 1FTRX12W57KC45272 1651 06.742 08 FORD .75 TON PICKUP 1FTSX20558EA53867 1651 06.820 07 FORD .5 TON PICKUP CREW 4X4 1FTPW145X7KD37198 1650 06.826 08 FORD .75 TON CREW CAB 1FTSW20518EC31809 1650 06.8695 08 FORD .5 TON PICKUP 1FTRX12W58FB11274 1651 06.872 08 FORD .5 TON PICKUP 1FTRX12W48FB59820 1651 06.873 08 FORD .5 TON PICKUP 1FTRX12W88FB59819 1651 06.874 08 FORD .5 TON PICKUP 1FTRX12W68FB59818 1651 06.875 08 FORD .5 TON PICKUP 4X4 1FTRX14W38FB59823 1651 06.881 08 FORD .5 TON CREWCAB 1FTRW12W88FB59824 1650 06.912 08 FORD .75 TON PICKUP 1FTSX20Y18EE03196 1650 06.913 08 FORD .75 TON PICKUP 1FTSX20Y38EE03197 1650 06.956 08 FORD .5 TON PICKUP 1FTRX12W98KD62774 1650 06.959 08 FORD .5 TON PICKUP S/C 1FTRX12W48KD62777 1651 06.994 08 FORD .75 TON PICKUP 1FTSX20Y98EE06329 1651 08.1054 02 CAT 928G WHEEL LOADER 06XR03552 1650 08.1055 03 CAT938G WHEEL LDR CRD00360 1650 08.10855 10 SUPERIOR DT80J 81117800 1650 08,10856 10 SUPERIOR DT80J 81118000 1650 08.1145 CAT IT38 TOOL CARRIER CSX00796 --i,650 08.1147 05 SUPERIOR DT80J BROOM 805175 1651 08.1159 05 JD 544J WHEEL LDR DW544IZ597932 1651 08.1160 05 JD 544 J WHEEL LDR DWS44JZ597878 1650 08.1202 06 ROSCO RB48 KICK BROOM 45273 1650 08,1203 06 SUPERIOR ST-80E BROOM 806374 1650 08.1234 06 BOBCAT S250 SKIDSTEER LOADER 530912673 1650 08,1245 06 CAT 2488 SKIDSTEER LOADER SCLO1370 1650 08.1281 HYSTER H80XM FORKLIFT K005DO5779Y 1651 08.1301 BOBCAT 5250 LOADER 526016048 1651 08.1302 BOBCAT S250 LOADER 526012392 1651 08.1306 08 SUPERIOR 8' BROOM SWEEPER 807627 1651 08.1307 08 SUPERIOR 8' BROOM SWEEPER 807628 1651 08.1310 08 BOBCAT S250 SKI DSTEER 5038ASGM20215 1651 08.1311 08 BOBCAT S250 LOADER 5038A5GM20782 1651 08.1349 SUPERIOR OT80J BROOM 810998 1651 08.1350 SUPERIOR DT80J BROOM 810999 1651 16.1123 04 ROADSAVER II-E SLURRY MACHINE CCR-271RN4-54-STE 1650 16.1199 01 BERGKAMP SLURRY MACHINE 01-0084 1651 16.1286 02 ROADSAVER II SLURRY MACHINE CCR-271RN4-48-ST 1651 16.1287 02 ROAD SAVER li SLURRY MACHINE CCR-271RN4-47-ST ,,,-"-"1650 16.1362 03 BERGKAMP MICROPAVER 03-0007 �, --651 16.1390 03 ROAD SAVER II SLURRY MACHINE CCR-271RN4-51-ST 1651 16.1391 03 ROAD SAVER II SLURRY MACHINE CCR-271RN4-52-ST 1651 16.1461 05 ROADSAVER II PAVER CCR-271RN4-60-ST 1651 16.1462 05 ROADSAVER II PAVER CCR-271RN4-61-ST 1650 16.1480 06 BERGKAMP M1 MICRO PAVER 06-0001 8M72138 60985N1 54570A 51137A 981 XUK 975YKP 982XUK 156980 Z023865 22280E1 986XUK 11477N1 985XUK 983XUK Z017858 Z017859 Z004167 Z028324 51095A 1650 16.1498 08 BERGKAMP M1 MICRO PAVER 1650 16.15161 13 BERGKAMP M1-E CONTINUOUS PAVER 1650 16.15300 13 BERGKAMP M210 1651 16.1718 08 ROAD SAVER it SLURRY MACHINE 651 16.1719 08 ROAD SAVER II SLURRY MACHINE 1651 16.1720 08 ROAD SAVER 11 SLURRY MACHINE 1650 16.1723 08 BERGKAMP SR10 SLURRY SEAL 1651 16.1784 09 ROAD SAVER it SLURRY MACHINE 1651 16.1785 09 ROAD SAVER 11 SLURRY MACHINE 1651 16.1786 09 ROAD SAVER 11 SLURRY MACHINE 1650 16.3005 95 BERGKAMP SLURRY MACHINE 1650 16.3071 99 BERGKAMP SLURRY MACHINE 1651 16.3191 00 ROADSAVER 11 SLURRY MACHINE 1651 16.3192 00 ROADSAVER II SLURRY MACHINE 1650 16.3243 00 BERGKAMP SLURRY MACHINE 1650 22.3451 79 UTILITY PARTS VAN 1650 82.498 POWERSCREEN MK 11 1650 90.004 03 RAWSON 74830 SCREENING PLANT 1650 90.14561 13 RAWSON 74830 SCREENING PLANT 1650 90.15287 13 RAWSON 74830 SCREEN 1650 90.182 08 RAWSON 74830 SCREENING PLANT 08-0050 OOOM 1 E-13A-0107 138-0107 CCSD2901-T3-RNS-PL1-70-ST CCSD2901-T3-R N 5-P L1-71-ST CCS D2901-T3-R N S-P L1-72-ST 08-0028 CCSD290lT3RNSPL184LTR CCSD290lT3RNSPL185LTR CCSD290lT3RN5PL186LTR 950045 990004 CCR-271RN4.41-ST CCR-271RN4-42-ST 00-0040 7T92565001 96143M 2731731 411213 210912 69708 Appendix A5 Project Personnel Resumes 1524 Country Lane, Erda, Ut. 84074 801-869-5101 Rusty.Price@gcinc.com Gary R. Price Objective Leadership, oversight and general management of all aspects of work performed by Intermountain Slurry Seal. Experience Jan, 2012 to Present Intermountain Slurry Seal, Inc. Operations Manager i • Responsible for operations throughout the Western United States Feb, 2004 to Dec, 2011 Intermountain Slurry Seal Salt Lake City, Utah General Manager Oversee and review all estimating documents and procedures. Oversee and general management of all contracts documents. General Management and performance of all contract performance of work. Responsible for the general safety training and practices of all employees. Quality Control plans and procedures. International Slurry Surfacing Association member since 1989. International Slurry Surfacing Association Board of Directors since 2007. Anti -Trust, Anti-Discrimation/Harrassmcnt Training. UDOT Phase I and H Partnering Training. Annual 8 hour Supervisory Safety Training. General Oversight and Management of 30 Million in Revenue Annually. Abide by the companies code of conduct, Feb, 2001 to Feb, 2004 Utah Operations Manager Intermountain Slurry Seal Salt Lake City, Utah • Scheduling of 4-5 pavement maintenance crews. • Responsible for ordering and delivery of necessary materials to perform various pavement preservation work. • Estimating various types of contract documents. • Various duties of project management and oversight of successful contracted work. • Quality Control of various construction materials. • Management and Oversight of hiring field craft employees • Responsible for safe operational procedures for employees and public. • Abide by the companies code of conduct. Sept. 1995 to Feb. 2001 Intermountain Slurry Seal Salt Lake City, Utah Estimator/Project Manager • Responsible for investigation and estimating various types of pavement maintenance contracts. • Management of risks and safety of contracts for employees and general public. • Management • Responsible for the highest quality of workmanship and quality control for each project managed. • Oversight and coordination of subcontractors, material suppliers, hauling of materials. • Accurate and timeliness of job costs and monthly forecasting. • Responsible for accurate pay quantities and project documentation. • Responsible for purchase order numbers and material contracts. • Partnering with owners representative for on time on budget quality performance. • Responsible for all correspondence with owner, pre -construction meetings and submittals, required project documentation before and after project. • Abide by the companies code of conduct. May 1984 to Sept. 1995 Superintendent Intermountain Slurry Seal Salt Lake City, Utah • Responsible for project safety awareness and action. • Ensure that the company safety policy is adhered to in all work activities. • Traffic Control plans adhered to and manages risks for general public. • Conduct daily safety audits and document. • Communicate with owner's representative daily regarding project schedule and work performance. • Monitor quality control plan. • Directly supervise and oversee the equipment and labor constructing the work. • Ensure project is productive, efficient and work is done on time. • Follow motor carrier rules and regulations. • Keep daily documentation of major activities on projects. • Ensure our EEO polices are communicated and followed. • Track and keep daily record of bid quantities completed each day. • Work with project manager regarding scheduling of events daily. ., Keep jobsites punch list and housekeeping duties up to date daily. • Abide by companies code of conduct. Industry Associations 2007 to present Member of Utah Association of General Contractors 2012 to present Member of the Texas Association of General Contractors 2012 to present Member of the Texas Asphalt Paving Association 2010 to present Member of the Utah Asphalt Paving Association 2007 to present Member of Rocky Mountain Pavement Preservation Partnership 1989 to present Member of the International Slurry Surfacing Association 2006 to present Member of the International Slurry Surfacing Association Board of Directors 2015 President of the International Slurry Surfacing Association 4791 S. Kingsrow Dr. #30 M Holladay, Utah 84117 (801) 652-35B6 or (B01) 526-6162 Josh.Bowen@gcinc.com Education,;. B.S. Construction Management Boise State University - Boise, Idaho May of 2010 Capital High School - Class of 2003 OSHA 10-Hour, OSHA 30-Hour,AGC UDOT Traffic Control Certification, ATTSA Traffic Control Supervisor Certification, AIC Certification, DOT Partnering Training, Defensive Driving Training, Business and Ethics Training. Relative Experience v _. Intermountain Slurry Seal, Inc., Salt Lake City, UT, May 2010 Current • Project Engineer- Safety, Customer Relations, Estimating, Take offs, Pre -bid investigations, Scheduling, TC Plan Design, As-builts, Forecasting, Budget Set up, Cost controls, Billings, Submittals, RFQs, RFIs, Contracts, Purchase Orders, Change Orders, Crew and Subcontractor Management. • Bid and Built work for: ADOT, CDOT, ITD, MDT, NM State Purchasing Division, ND DOT, UDOT, SDDOT, and FHWA. Working with so many different DOTs and agencies has given me a wide array of knowledge of state and -, federal contractual requirements, and an extensive background working with many different owners and subcontractors. Rocky Mountain Electric, Inc., Eagle, ID, Summer Internship • Intern- Field Work, Parts Runner, General Labor, Take Offs. Plantation Homes, LLC, Eagle, ID, Summer Job Framer- Order Lumber and Building Supplies, lies Chalk Layout, Set Control Points, General Labor, Skills �' 4. G • Safety, Integrity, Passion, Motivation, Intelligence, Loyalty, Attention to Detail, Communication, Leadership, Organization, Time Management, and Writing. • Computer Software: Word, Excel, PowerPoint, Access, Outlook, Suretrak, Primavera P6, Microsoft Project, HCSS Heavy Bid, HCSS Heavy Jobs, Enterprise One Accounting, Bids 2, Macromedia design software, AutoCAD. • Equipment: Loaders, Skid Steers, Fork Lifts, Side -cast brooms, Rollers. • Basic Spanish Interest � r !x :? ._ �' a� • Running, Weight Training, Fishing, Camping, Traveling, Reading, Laughing, and Learning. References\ �_, • Available on Request ...._ .,. , _ ... .. �� John D Tompkins „ PO Box 14 / Pattonville, TX 75468 / 385-985-8268 1 _i Summary 20+ years in road maintenance field, Applications applied are Microsurfacing, Slurry, Crack seal, Fiber mat and Chip seal. Proven great leadership skills to inspire and motivate others. 2013-2014 Intermountain Slurry Seal Lewisville, TX Position Held: Project Supervisor 2007-2013 Ballou Pavement Solutions Salina, Ks Position Held: Project Supervisor Manage a crew of 20-25 employees Complete projects in a safe and timely manner to meet deadlines Train others the safe use, operation and maintenance of applicable equipment Scheduling, Pre bid, Pre construction, Ordering Materials Computer Work, Daily Production, Timesheets, Inventory of materials 2006-2007 Tompkins Trucking Blue Springs, Mo Position Held: Owner/Operator D.O.T regulations Log books, Record keeping, Bidding 1990-2005 Vance Bros Inc. Kansas City, Mo Positions Held: Laborer, Driver, Operator, Lead man Use of hand tools and proper use t. l Log books, Record keeping, Timesheets Traffic control procedures Maintenance and vehicle inspection Operate light and heavy equipment i Scheduling, Achieving daily production goals, Industry safety. �I ISSA training workshop (6 times) ATSSA Flagger training ATSSA Traffic technician ATSSA Traffic control supervisor Bergkamp Paver school Supervisor training workshop HCSS heavy job computer class Osha 10 hour cert. Ethic's training .Y Lockout/ Tagout f Forklift safety Crane/Rigging Operation safety Confined space classes F Nathaniel B. Niemann 701 E Main Saw Lewisvillv,TX75057 469416-M42 Objective Area Manager, Project Manager, Estimator, for Asphalt Maintenance Services. Experience December 2013 to Present Lewisville TX Texas Construction Manager • Oversee all aspects of work including but not limited to • Safety • Quality Control • Estimating • Project Management • Scheduling January 2012 to iecember 2013 Hardrives Construction Inc. Billings. MT Project Manager, Estimator, Field Superintendent • Estimating in North Dakota, South Dakota, & Montana • Managed all Slurry & Microsurfacing work. • General Superintendent Overseeing Field Operations. • Responsible for Safety, Production, Quality Control. Se teemher 2011 to January 2012 Stout Building Contractors Centerville. UT Project Manager • Scheduling of subcontractors • Preparing monthly payment applications • Working with owners • Oversee safety • Insure quality • Insure specifications are being met • Insure timely delivery of completed project • Provide support to Superintendent e Oversee project budgets and insure projects are profitable February 2000 to September 2011 Intermountain Slurry Seal. Inc. Salt Lake City. UT Estimator/Project Manager • Estimating of work, for Utah, Wyoming, Idaho, Colorado, Arizona, Montana & New Mexico area projects using the applicable EBS systems • Working directly with superintendents • Scheduling of jobs' • Oversee slurry, chip seal, micro -surfacing, crack seal, and asphalt rejuvenation crews operations • Scheduling and management of subcontractors j • Working directly with owners and their representatives • Responsible to see that the completed work complies with contract documents • Responsible for to oversee employee safety in field operations Awards / Commendations • Certified ATTSA Traffic Control Supervisor since B-13-02 / #00053631 • Attended & successfully completed International Slurry Surfacing Association Training 1998-2003. • UDOT Partnership Training, Phase I & 1112/16/2006 • Received many letters of commendation from State, City, & County projects. • AGC of Utah Specialty Contractor of the year 2008 • International Slurry Surfacing Association Presidents Award 2008. • International Slurry Surfacing Association Presidents Award 2010 Completed project list: • New Mexico National Parks • Colorado National Parks Pavement rehab • Big Bend National Park Pavement Rehab • Grand Canyon North Rim Pavement Rehab - ISSA Winner • Weld County CO. 2011 Slurry Seal • Laramie city WY 2011 Slurry Seal • Parley's Canyon Pavement resurfacing - ISSA Winner and AGC Winner • Multiple UDOT, CDOT, ADOT, ITD, NMDOT, various other agencies and private owners throughout the Intermountain West. Projects ranging In value from $10k to $6.2 Million �o f. ii INTERMOUNTAIN SLURRY SEAL, INC. LIST OF AFFILIATES -< We define "Affiliate" as our Parent Company (Granite Construction Incorporated) and any direct consolidated subsidiary of our Parent Company. Address: P.O. Box 50085 Watsonville, CA 95077-5085 Granite Construction Incorporated - Parent GILC, Incorporated - Subsidiary Granite Construction Northeast, Inc. - Subsidiary Granite Construction Company - Subsidiary Granite Construction International - Subsidiary Granite Federal, Inc. - Subsidiary Granite Land Company - Subsidiary Kenny Construction Company - Subsidiary Pozzolan Products Company - Subsidiary Names Operated Under Bear River Constructors and Intermountain Slurry Seal, Inc. merged 12/21/1999 and were then named ISS, Inc. Then changed their name on 05/24/2000 to their current name of Intermountain Slurry Seal, Inc. because of name duplication. s Updated January 2015 Appendix A6 f City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Contracto riginal Signature) Josh Bowen, Project Manager Contractor (Print) CONTRACTOR'S BUSINESS NAME: Intermountain Slu Seal Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 520 North 400 West North Salt Lake, UT 84054 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 15-12250-TF, Micro -Surfacing Pate Intentionally Left Blank SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 8 Offeror's Initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: .(03 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 1 certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. — C\,zj� 1drish RnwRn-- Sign Project Manager 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 $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the flan named below, certify that neither this firm nor Its principals are suspended or debarred by a Federal agency. COMPANY NAME: Intermountain Slurp y Seal., Inc. FEDERAL TAX ID or SOCIAL SECURITY No. a7-0307259 Signature of Company Printed name of company official signing above: Josh Bowen, Project Manager Date Signed: A M 02 2015 Page Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. +�n�ra c_ t1�t,r r[{l i-vB4o�K Pavrc,%,5:ar MA itXidbd 2. 0 0 3. 0 0 4. 0 0 5. 0 0 6. 0 0 7. a 0 S. 0 a 9. 0 0 10. 0 0 11. 0 0 12. 0 0 13. 0 a 14. 0 0 15. 0 0 16. 0 0 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Intermountain Slurry Seal, Inc. (PRINT NAME 0MCOMPANY) RFP 15-12250-TF, Micro -Surfacing Pa,ae Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS .i Minority Owned Company Name Location Services Provided Yes No L AwoQuAQ&T tint�.�wu�r�o i-�(dB�alt�Trt-pA✓EwaP rMAeK�.�raf ❑ ¢____ 2. o ❑ 3. 4. 5. ° ° 6. ° ❑ 7. ° ° 8. ° ° 4. ° ° 1 Q. ❑ ❑ 11. ❑ ❑ 12. o ❑ 13. ° ° 14. ° ° 15. ° ° 16. ❑ ° SUBMITTED BY: Intermountain Slurry Seal, Inc. (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 15-12250-TF, Micro -Surfacing Page Intentionally Left Blank [ j PAYMENT BOND i , J Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE Bond Nos.: 82382542 Federal (CONTRACTS MORE THAN $50,000) 106157667 Travelers 929607098 CNA Intermountain 09171137 F&D KNOW ALL MEN BY THESE PRESENTS, that Slurry Seal, Inc. (hereinafter called the Principal(s), asPrinrpipal(g)§=and Federal Insurance Company** *`*Travelers Casualty and Surety Company, The Continental Insurance Company, Fidelity anti Deposit Company of Maryland, Jointly and Severally Liable (hereinafter,v'alled the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), 3n the amount of Three Million Fourteen Thousand Fifty -Seven Dollars ($3 014 05 lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adrriinistrators, 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 10 day of May, 2015; to RFP 15-12250-TF, Micro -Surfacing 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. NUVW,' TH ,AFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay` All claimanis supplying labor and material to him or a subcontractor in the prosecution of the work prow ded.for i t 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, this 27th day of May the said Principal (s) and Surety (s) have signed and sealed this instrument 2015. `Illee�o Federal Insurance Company** Surety *By. (Title) Ashley Stinson, Attorney -in -Fact �%%% It :� ��� Q®T� • '•.,: Intermountain Slurry Seal, Inc. Name) (Company • �, • By Kathleen Schreckengost '®O,• pQ a,:O® (Printe Name) (Signature Vice President (Title) Executed in 5 Counterparts No Text A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Santa Cruz ) On May 27, 2015 before me, Tobi Stonich, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h d and official seal. TOBI SlONICH Commission # 2087928 Q "a m Notary Public - California n ®' Santa Cruz County My Comm. Expires Oct 28, 2018 Signature (Seal) ch, Notary Public The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates CT Corporation 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. Federal Insurance Company** Surety * By: (Title) Ashley Stinson, Attorney -in -Fact Approved as City of * N i ele an officer of the Surety Company there must be on file a certified extract from the by-laws sho thison has authority to sign such obligation. If signed by an Attorney in Fact, we must have co ofer orney for our files. K A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County Of Santa Cruz ) On May 27, 2015 before me, Tobi Stonich, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. TOBI sTONICH -4 Commission # 2087928 Notary Public - California z Santa Cruz County a Signature (Seal) My Comm. Expires Oct 28, 2018 ch, Notary Public STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN as Principal(s), and THESE PRESENTS, that (hereinafter called the Principal(s), (hereinafter called the Surety(s), s Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amoun of Three Million Fourteen Thousand Fifty -Seven Dollars ($3 014 057 lawful money of the United States f the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, s ccessors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has ent day of May, 2015, to RFP 15-12250-TF. into a certain written contract with the Obligee, dated the 14th 1 and said Principal under the law is required befor commencing the work provided for in said contract to t execute a bond in the amount of said contract which ontract 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 T. OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him r 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 le4th herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (se signed and sealed this instrument this day of 2015. \ Surety *By: (Title) (C mpany Name) By: (Printe Name) (Signature (Title) 1 The undersigned surety company represents that it is duly qualified to do busi ess in Texas, and hereby ° designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of sch suretyship. * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an officer of the Sur Company there must be on file a certified extract from the by-laws showing that this person has authori o sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for oures. 2 PERFORMANCE BOND 1 Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE Bond Nos.: (CONTRACTS MORE THAN $100,000) 10615766 Federal 6157667 Travelers 929607098 CNA Intermountain 09171137 F&D KNOW ALL MEN BY THESE PRESENTS, that Slurry Seal, Inc. (hereinafter called the Principal(s), as Principal(s), and Federal Insurance Company** **TrA'elPrs' CYsualty and Surety Company, The Continental Insurance Company, Fidelity and DepQgit Company of Maryland, Jointly and Severally Liable (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 Three Million Fourteen Thousand Fifty -Seven Dollars ($3 014 057 lawful mean' ey of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heizs, adrr�inis�rators, 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 14th day of Wi' 2015, tbiMt 15-12250-TF, Micro -Surfacing 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 pperform 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 2 7thday of May 2015. Federal Insurance Company** Surety * By. - (Title) Ashley Stinson, Attorney -in -Fact Intermountain Slurry Seal, Inc. (Company Name) By: Kathleen Schreckengost (Printed Name oe (Signa e) Vice President (Title) Executed in 5 Counterparts : . ..� a,z : » :%.\ 3\ «� 2 � >� \ g * ��� « %� \ :d�.���l4y, � \ \!®� ` % «� \� � � � >��� } � � /\ 3� > aSJ9° A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County Of Santa Cruz ) On May 27, 2015 before me, Tobi Stonich, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Tosl STONiCH Commission # 2087928 Z. Notary Public - California z Santa Cruz County D My Comm. Expires Oct 28, 2018 Signature ILI A (Seal) ch, Notary Public The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates CT corporation 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. Federal Insurance Company** Surety *By: (Title) Ashley Stinson, Attorney -in -Fact Approved City of Ullil, LO * N f gne te an officer of the Surety Company, there must be on file a certified extract from the by-laws sho t thirsonhas authority to sign such obligation. If signed by an Attorney in Fact, we must have co r) er o ornev for our files. Pa A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Santa Cruz ) On May 27, 2015 before me, Tobi Stonich, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. roll STONICH Commission # 2087928 z .`� Notary Public - California n Santa Cruz County My Comm. Expires Oct 28, 2018 Signature (Seal) Tobi �t�riich, Notary Public Chubb POWER Federal Insurance Company Attn: Surety Department Ic Surety OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07062 Know All by These Presents, That FEDERAL INSURANCE COMPANY an Indiana Corporation, VIGILANT INSURANCE COMPANY, a Now York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin CO ration, do each hereby Constitute and appoint Jfgishe Desaf, John D. Gilliland, Catherine Gustayson, Kathleen Sdiredtengost, Ashley Stinson and Lillian Tse of Watsonville, Calffonda------------------------------- each as their true and lawful Attorney- In- Fad to exaxda under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety dmoon or otherwise, bonds and undellakinps and other writings obligatory in the nature thereof (other than bail bonds) given or a mouled to the course of busirwss on behalf GRANITE CONSTRUCTION INCORPORATED and all Subsidiaries alone or in joint venture as principal, In oonnectlon with bids, proposals or oonbads to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorney- Irr, Fad in 9% Company's Warne and on its behall as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby corder ed shall. upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, . Nhave each INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY heach executed an d these presents aril of fixed their oorporate seals on this 18 day of July, 2014. � 'A I 154)00LU�6& Dawn M. ChfoMs, Assistant Secretary . Norris, Jr., Vice P STATE OF NEW JERSEY l "y ss. County of Somerset On this le day of July, 2014 before me, a Notary Publicc of New Jassy. penonaly, carve Dawn M. Chloroa. to me known to be Assistant Semettay of FEDERAL INSURANCE COMPANY, VIQLANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloms, being by me duly, sworrk did depose and say Mret she is Assistant Secretary of FEDERAL INSURANCE COMPANY. VGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate scale thereof, that the seals affixed to the foregoing Power of Ailomey are such corporals seals and were tfhere10 affixed by authority of fte By- Laws of said Companies: and that she signed said Power of Attorney as Assistant Secretary of sold Companies by like authotly; and that aft is soquainted with David B. Norris, Jr., and knows him to be Vioe President of said Companies: and that the signature of David S. Norris, Jr.. subscribed to said Power of Aftomey is In the goWns handwriting of David B. Norris. Jr., and was therein subscribed by auf "of said By- Laws and In s presence. KATHERINE J. ADELMR Notarial Seat NOTARY PUBLIC OF NEW JERSEY liOTAR No. 2310M scores � Carrnlsdon Ekpffat July 1% 2019 pt18LIG factory Public JE CERTIFICATION Extract from the By- EDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company. either by the Chairman or the President or a Vice President or an Assistant lice President, Jointly with the Secretary or an Assistant Secretary, under fuck respective designations. The signature of such oMioera may be engraved, printed or Btihogrephed. The signature of each of the rottowing officers: Chairman. President, any Vice President. any AssWant Vice President, any Secretary. any Assistant Secretary and the seal of the Company may be affixed by facaknile to any power of attorney or to any eertlEcals relating thereto appointing Assistant Secretaries or Attorneys- in- Fad for purposes only of executing and attesting bords and undertakings and other wvrftirtgs obligatory in the nature thereof, and any such power of atlorney or owlifloaie bearing such faeeimgo signstum or facalmNe seal shall be vaMd and binding upon ate Company Worry such poorer to executed and certlied by such facsimile signature and facslmlle seat shall be valid "binding upon the Company with respect to any bond or undertaking to wfhI0 it is attached.' I. Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companiesl do hereby certify that (i) the foregoing extract of the By- taws of the Companies Is We and correct, rip the Companies are duly tioensed mold authorized to tranasd surety business in erg 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department: further, Federal and Vigilant are rcensed in the U.S. Vrgin Islands, and Federal is licensed In American Senhoe, Guam. Puerto Rico. and each of the ProvUrca of Canada except Prince Edward Island: and (ill) the toregoing Power of Aftmey Is true, correct and in fug foroe and effect Given under my hand and seals of said Companies at warren, NJ this May 27, 2015 THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VEFUFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS Form 15-10- 01548- U IRev. 05.13) CORP NON -CONSENT TRAVELERSJ Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In -Fact No. 228138 POWER OF ATTORNEY St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint John D. 611111and, J/g/sha Desa/, Kathleen &*realrengost, Catherine Gustayson, Ashley Stinson, and Lillian Tse of the City of Watsonville, State of California, their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power ofAttomey is limited to bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof for Granite Construction Incorporated and all subsidiaries and affiliates, alone or In Joint venture. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 26th day of June, 2014. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company SEAL co : Ole State of Connecticut By: City of Hartford ss. Robert L. Raney, Senior Vice President On this the 26th day of June, 2014, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. gip i!T My Commission expires the 30th day of June, 2016. * �Y w" r- AOA� 0 Marie C. Tetreault, Notary Public Page 1 of 2 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this May 27, 2015 Kevin E. Hughes, Assistant Secretary } To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact as at wwmtravelersbond com, Please refer to the Attorney4n-Fact number, the above -named individuals and the details of the bond to which the power s-atteched. Page 2 of 2 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That The Continental Insurance Company, a Pennsylvania insurance company, is a duly organized and existing insurance company having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint John D Gilliland, Jigisha Desai, Kathleen Schreckengost, Catherine Gustayson, Ashley Stinson, Lillian Tse, Individually of San Francisco, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Board of Directors of the insurance company. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 10th day of December, 2014. The Continental Insurance Company 7-.- Paul T. Bruflat Afice President State of South Dakota, County of Minnehaha, ss: On this 1 Oth day of December, 2014, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instrument; that he knows the seal of said insurance company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company. J. MOHR �NOTARYPUBTA SMAR PUBW My Commission Expires June 23, 2015 J. mow Notary Public CERTIFICATE I, D. Bult, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance company printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance company this May 27, 2015 .......... The Continental Insurance Company Cti'• l� ,�• ���''•de""D. Bult Assistant Secretary Form F6850-4/2012 Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company at a meeting held on May 10, 1995. "RESOLVED: That any Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution becoming effective. This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execution power of attorneys on behalf of The Continental Insurance Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251h day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures'), Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by Geoffrey Delisio, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jigisha DESAI, Catherine GUSTAVSON, Cynthia P. JOHNSON, Kathleen SCHRECKENGOST, John D. GILLILAND, Ashley STINSON and Lillian TSE, each its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, issued on behalf of Granite Construction Incorporated, Watsonville, California and all subsidiaries alone or in a joint venture and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1st day of March, A.D. 2013. �► J� ocio'�i BSAL ` w By: Vice President — Geoffrey Delisio Assistant Secretary — Gerald F. Haley State of Maryland County of Baltimore On this 1st day of March, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Geoffrey Delisio, Vice President and Gerald F. Haley, Assistant Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. rrrrb IHp By: Constance A. Dunn - Notary Public My Commission Expires: July 14, 2015 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, This May 27, 2015 Thomas O. McClellan, Vice President co 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 as Principal(s), and (hereinafter called the Principal(s), (hereinafter called the Surety(s), as Surety ), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Willion Fourteen Thousand Fifty -Seven Dollars ($3 014 057 lawful money of the United States for the pa ent whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successor and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered day of May, 2015, to RFP 15-12250-TF, Mi certain written contract with the Obligee, dated the 14ch and said Principal under the law is required before co encing the work provided for in said contract to execute a bond in the amount of said contract which con act 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 BLIGATION 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 e ect. PROVIDED, HOWEVER, that this bond is executed pur uant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond hall be determined in accordance with the provisions of said article to the same extent as if it were copied at le gth herein. IN WITNESS WHEREOF, the said Principal (s) and Surety ` sS have signed and sealed this instrument this _ day of , 2015. \ Surety * By. (Title) (Company Name) By: rinted Name) (Si ure) (Title) 1 The undersigned surety company represents that it is duly q lified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be Aad in matters arising out of such suretyship. Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety C showing that this person has authority to sign copy of power of attorney for our files. Surety *By: (Title) ny, there must be on file a certified extract from the by-laws obligation. If signed by an Attorney in Fact, we must have CERTIFICATE OF INSURANCE Pate Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with f the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policv noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY _ Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ G All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ E Non -Owned Autos I GARAGE LIABILITY 10 Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ 0 BUILDER'S RISK 11 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY D Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ L Included Statutory Limits Partners/Executive 11 Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) I0 The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto/General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSE N4IENT 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 SHALT, 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 be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it E_ contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Pate Intentionally Left Blank CONTRACT Paiie Intentionally Left Blank Contract 12250 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 14'b day of Mav, 2015 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 Intermountain Slurry Seal, Inc. of the City of North Salt Lake, County of Davis and the State of Utah hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 15-12250-TF Micro -Surfacing and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Intermountain Slurry Seal, Inc.'s proposal dated April 2, 2015 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. �� 11► ► ► e �` �s % PAN st U,5 CONTRACTOR: Intermountain Slurry S V01?4T ;pt-*'�TTY OF LUBBOCK, TE All -'(OWNER): N r O r 23,1982 '' 4= Glen ertson Mayor Y: P ED NA E: KathieSchrecken �% TITLE: Vice Preside _ Rebn:Laei�, - A — ca Garza, City,8ecretary COMPLETE ADDRESS: APIKOVEDAM CONTENT: Company Intermountain Address 520 North 400 City, State, Zip North Salt ATTEST: Slurry Seal, Inc. West Lake, UT 8*654 w, ad , Assistant Secretary ]//VVoodTranVin, P.E�rector of Public Works Is Contract 12250 ' STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 141h day of May, 2015 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 Intermountain Slurry Seal, Inc. of the City of North Salt Lake, County of Davis and the State of Utah hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 15-12250-TF Micro -Surfacing and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Intermountain Slurry Seal, Inc.'s proposal dated April 2, 2015 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Intermountain Slurry Seal, Inc. CITY OF LUBBOCK, TEXAS (OWNER): By: PRINTED NAME: TITLE: COMPLETE ADDRESS: Company Address City, State, Zip ATTEST: Corporate Secretary Glen C. Robertson, Mayor ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: L. Wood Franklin, P.E., Director of Public Works APPROVED AS TO FORM: John Grace, Assistant City Attorney Page Intentionally Left Blank f'i GENERAL CONDITIONS OF THE AGREEMENT Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Intermountain Slurry Seal, Inc., who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative L. Wood Franklin P.E. Director of Public Works, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, 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 Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or , words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work 2 L.. contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor; as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access ' for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and I shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether n _ 3 A g Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in r the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, f. alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work i in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than FIVE CALENDAR days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. r-1 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE " The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A 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. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment B. Owner's and Contractor's Protective Liability Insurance. — 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 r E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. 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 $1,000,000. 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 on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and no later than seven days after receipt b the Contractor, a new certificate of coverage (b) Y P Y g showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (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 F. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (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: 11 i a certificate of coverage, prior to that person beginning work on the project, so () g P P g g P J the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity --- of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: `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 j 12 coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION 13 .1 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 t save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a j particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the 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 Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,204.28 PER DAY, not as a 14 penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its . a. work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty.= (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or 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 15 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. t 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS 16 On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. 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 but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, 17 attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 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, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. 18 After receivingsaid notice of abandonment or non-compliance , the Contractor shall not remove from the work P 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 i 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 become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor - and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such (' property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the 19 1 ... 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 t from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority I ) to direct, supervise, and control its own employees and to determine the method of the performance of the work ! 1 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. t 20 k J 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper - performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full €; 21 q .. F, amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 0#1 DAVIS-BACON WAGE DETERNIINATIONS Page Intentionally Left Blank EXHIBIT A General Decision Number: TX150007 01/02/2015 TX7 Superseded General Decision Number: TX20140007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Trion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01 /02/2015 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures .................. $ 13.52 LABORER Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........................ $ 13.46 Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less ........................$ 12.28 Loader/Backhoe..............$ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average a rate g includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates 1' under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour 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 Page Intentionally Left Blank EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. Page Intentionally Left Blank SPECIAL CONDITIONS Pa2e Intentionally Left Blank SPECIAL CONDITIONS TIME AND ORDER FOR COMPLETION The micro -surfacing process covered by the contract documents shall be fully completed within 100 (ONE HUNDRED) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. A. The Micro -Surfacing, with locations and materials as designated by the City's representative, shall not begin before May 12, 2015 and shall be completed no later than August 19, 2015. The Contractor may begin as soon as they receive the Notice to Proceed, and proceed until all designated locations are completed. B. The repairs shall be completed in 100 consecutive calendar days. The Contractor shall pay to the owner $1,204.28 per day for each calendar day after that until completion as liquidated damages. No credit will be given for bad weather days or other delays. In the event it is determined by the City that the progress of the work is not satisfactory, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 2. CHANGES IN THE WORK The Street Department may make changes in the scope of the work required to be performed by the Contractor under the Contract or making additions thereto, or by omitting work there from, without involving the Contract, and without relieving or releasing the Contractor from any of his obligations under the contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise Except for the purpose of affording protection against any emergency endangering health, life, limb or property, the Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the improvements or supply additional labor, services or materials beyond that actually required for the execution of the contract, unless in pursuance of a written order from the local Public Agency authorizing the Contractor to proceed with the change. No claim for an adjustment of the contract price will be valid unless so ordered. If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a Supplement Schedule of Unit Prices) the Street Department may order the Contractor to proceed with desired changes in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit prices specified in the contract; provided that in case of a unit price contract the net value of all changes does not increase or decrease the original total amount shown in the Agreement by more than twenty-five (25%) percent. 3. SUPERINTENDENCE The Contractor's Superintendent and/or his assistants will not be allowed to serve two functions simultaneously, such operating machinery and acting as Superintendent at the same time. The Contractor's Superintendent must be free of individual responsibilities to enable him to give the entire project his constant attention to facilitate the progress thereof. The Contractor's Superintendent will be responsible for establishing grade control on concrete removal and replacement. 4. PROSECUTION OF WORK The Contractor will, before starting any work on any street, erect barricades and signs, or provide sufficient flagmen, as approved by the Street Superintendent, to give notice to vehicular traffic. During the construction the Contractor is to close to traffic streets, as approved by the Street Superintendent. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6 P.M. to 6 A.M., except during the construction of the curb and gutter for which the driveways and/or alleys shall remain closed not more than 4 days including 72 hours for curing. The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such barricades and warnings, as approved by the Street Superintendent, necessary to give notice to vehicular and pedestrian traffic of any and all obstructions and insofar as possible keep the streets and/or alleys on which work is being done in a passable condition. During the time the concrete is curing in the alleys and until it can be opened to traffic, the t ' Contractor shall maintain warning signs on barricades with lights at each end of the block until the alley can be opened to traffic. The flagmen will be required to wear vests and use the type of flag as shown on flagging detail sheet in specifications. All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent red -orange flags at least 16" x 16" in size. These flags shall be mounted high enough on the equipment so that they will be visible to all traffic meeting or passing the equipment. Before work is started on any street it will be the responsibility of the Contractor to notify each property owner that has a car or cars parked in their driveways or garages so that each owner might have the opportunity to move their cars. The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in advance, in order that businesses may have time to adjust their plans. On all thoroughfares and collectors, the Contractor and the City's Representatives will work with each of the businesses, hospitals, schools, etc., so that only part of the driveways into their parking lots will be closed. At no time will any parking lot be completely closed, without prior approval from the Owner's Representative, unless the work is being accomplished at night and the businesses are closed. The Contractor shall be responsible for notifying affected businesses of the proposed work and the projected schedule for completion of this work. Immediately after each re -construction the Contractor shall clean, remove any paving materials from gutters, rubbish and temporary structures from the street, restore in an acceptable manner all property, both public and private which has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as part of the cost of the various items of the work involved, and no direct compensation will be made for this work. The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES for Streets and Highways. Part VI. 5. BARRICADES AND DANGER WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices for handling traffic control as indicated in the plans or as directed by the Street Superintendent. All barricades, warning signs, barriers, cone s,lights,signals and other such type devices shall conform to details shown on the plans and as indicated in the Texas Manual on Uniform Traffic Control Devices. The Contractor may provide special signs not covered by plans to protect the traveling public against special conditions or hazards, provided however, that such signs are first approved by the Street Superintendent. Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices and evident thereof shall be removed by the Contractor. 6. MAINTENANCE OF DETOURS The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public travel in accordance with the Traffic Control Plan and these specifications. There shall be maintained in passable condition, such temporary roads and structures as may be necessary to accommodate public travel. Temporary approaches and crossings of intersecting highways shall be provided and maintained in a safe and passable condition by the Contractor at his entire expense. 7. PUBLIC SAFETY AND CONVENIENCE Ingress and egress to private property shall be provided as specified in the plans or as directed by the Street Superintendent. The Contractor shall plan and execute his operations in a manner that will cause the minimum interference with traffic. The Contractor shall secure the Street Superintendent's approval of his proposed plan of operation, sequence of work, and methods of providing for the safe passage of traffic before it is placed into operation. 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 therein to correct the 1 unsatisfactory conditions. At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as not to interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such points an for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and-"% 2 It.� as directed by the Street Superintendent. Flaggers shall be English speaking, courteous, well informed, physically and mentally able to effectually perform their duties in safeguarding and directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on duty. When directing traffic, flaggers shall use standard attire, flags and signals and follow the flagging procedures set forth in the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. 8. REMOVING OBSTRUCTIONS The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc., prior to building. It shall be the Contractor's responsibility to remove these obstructions at the direction of the Street Superintendent, except that the utility companies will move their equipment at no cost to the Contractor. The Contractor will receive no compensation for delay caused by the Utility Companies in relocating or removing their equipment. 9. TEST OF MATERIALS The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for approval of materials, mix designs, adequacy of procedures, etc. The results of such testing shall be evaluated and final approval -. given by the Street Superintendent. A. CONCRETE MATERIALS Before Concrete materials can be used on any street, a current mix design (not older than 30 days) with test reports will be submitted to the Street Superintendent for approval. During the construction period, concrete tests that fail will require the location to be cored at the contractor's expense. If the concrete cores fail, the concrete work will be removed and replaced at no additional cost to the City of Lubbock. B. HOT MIX The Contractor, or supplier of such materials, shall submit a mix design to the City Pavement Management office, at least thirty (30) days prior to the reconstruction, a mix design it shall include, but not limited to crushed face counts, Flakiness Index tests, and magnesium sulfate(soundness) tests. The gradation requirements shall be that as necessary to meet the gradation requirements of Item 6.3 (HMAC Mix Design Requirements). The crushed face count, Flakiness Index, and Magnesium Sulfate requirements shall meet those established in City of Lubbock Standard Paving Specifications, Item number 6.4. 10. SUBCONTRACTOR The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement shall contain such information as the Owner may require. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner and said subcontractor will look exclusively to contractor for any payments due subcontractor. 11. UNDERGROUND UTILITIES The Contractor's attention is directed to the fact that pipelines and other underground installations as may be shown on the plans have been taken from the best available information. There may be other pipelines or installations. The Contractor shall hold harmless the City from any and all suits or claims resulting from damage by his operations to any pipeline or underground installation. It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in the limits of street construction have been properly backfilled, compacted, and the top 6" inches backfilled with 2-sack flowable [ fill. It is not the intent to require the Contractor to provide for the utility cut repair but for the individual utility company making the cut to provide their own repairs. In the case of a City underground installation, the Contractor may be required, at the Street Superintendent's option, to repair the cut with 2-sack flowable fill at the unit price bid. 12. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment 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. 13. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy and defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from date of final acceptance of the project. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 14. LABOR The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of Labor, and must not pay less than the rate legally prescribed or as set forth herein, whichever is higher. Payment for time worked over forty -hours per week shall be made at one and one-half (1-1/2) times the above prevailing rates. Payment for time worked on legal holidays shall be paid at one and one-half (1-1/2) times the regular governing per diem wage rates. Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar day, under the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No. 201 of the 47th Legislature shall be paid on the basis of eight (8) hours constituting a day's work. 15. NOTIFICATION OF CITIZENS All citizens shall be notified by door hangers a minimum of 24 hours and a maximum of 48 hours in advance of the Micro -Surfacing being placed on their street. The door hangers shall contain the following information on them. The company doing the work as well as a contact name and number. The contact person shall be a on site contact that is familiar with the project, and shall be capable of dealing with citizens in a cordial manner. The door hanger shall contain a time frame in which the work shall take place Example: 8 AM to 7 PM. The door hanger shall lay out exactly what the citizens should expect, and shall let them know how long access to their home could be affected. Example: During this time access to your driveway could be limited or blocked for 1 to 2 hours. If your vehicle is in your driveway we can usually get you out in 20 to 30 minutes. Citizens shall be asked not to park their cars in the street during construction. The dates on the door hanger can have multiple dates but shall not exceed three working days. If this schedule is not met then the contractor will be required to hang door knockers again with a more accurate schedule. The door hangers shall also allude to unexpected equipment problems or unexpected weather problems. The door hangers shall be submitted to the City of Lubbock Street Superintendent for approval. 16. HOURS OF OPERATION Operating hours will be Monday through Saturday as outlined in this section of these specifications unless other wise directed by the Street Superintendent. Hours of operation shall be: Major Thoroughfare's 7pm to lam, Residential Areas lam to 7pm. Night work will be permitted only on our major thoroughfares and shall conform to the following. The micro -Surfacing shall be traffic ready by 7 AM, all traffic control devices and barricades shall be removed from the roadway by 7 A.M. SECTION 10 MICRO -SURFACING All materials and Construction applications shall conform to TxDOT Specifications Item# 350.There shall be no deviation from these specifications unless so directed by the Street Superintendent. 10.1 MATERIALS Cationic Polymer -Modified Asphalt Emulsion. Provide CSS-1P in accordance with TxDOT item 300.2.1) `Emulsified Asphalt." Mineral Aggregates provide a crushed aggregate from a single source meeting the requirements of following. Furnish aggregate with a minimum TxDOT "A" surface classification. Include the amount of mineral filler added to the mix determining the total minus No. 200 sieve aggregate fraction. Aggregate Gradation Requirement (Washed) Sieve Size Cumulative % Retained 1 /2 Inch 0 3/8 Inch 0-1 #4 6-14 #8 35-55 # 16 54-75 #30 65-85 #50 75-90 #100 82-93 #200 85-95 Aggregate Quality Magnesium Sulfate Soundness, max. TxDOT test method Tex-411-A 30% (5 cycle) Sand equivalent, %, min TxDOT test method Tex-203-F 70% Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. The Contractor shall adjust the mix design to attenuate the usage of Lime. Water shall be potable and free of harmful soluble salts. Use approved additives as recommended by the emulsion manufacture in the emulsion mix or in any of the component materials when necessary to adjust mix time in the field. 10.2 EQUIPMENT All equipment shall be kept in good working conditions no leaks. Any equipment that shows signs of leaks shall be fixed immediately, and shall not be used until such leaks are fixed. The mixing machine shall be a self-propelled micro -surfacing mixing machine. It shall have self - loading devices to promote continuous laying operation. It shall have sufficient storage capacity ,. for mixture materials, individual volume or weight controls that will proportion each material to be added to the mixture. A water pressure system and nozzle -type spray bar immediately ahead of the spreader box and capable of spraying the roadway for the width of the spreader box. Scales used for weighing materials and emulsion must be calibrated, and meet the requirements of TxDOT Item# 520. 10.3 ELECTRONIC MONITORING SYSTEM The mirosurfacing machine shall be equipped with an electronic monitoring system that consists of pulse sensors measuring material delivery rates, a radar gun to monitor distance traveled, a programmable mirco controller, an operators display/input board and an on -board printer. This system shall be capable of monitoring and display of application rates and totals used for aggregate, emulsion, fines, water and additive. It shall also 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. The system shall be capable of printing a hard copy report on demand which displays the date, weight of aggregate, emulsion, and fines used since last reset. It shall also display the number of gallons of additive, and gallons of water used since last reset. It shall also display the emulsion to aggregate, fines to aggregate, additive to aggregate, and water to aggregate ratio. A computer generated report providing statistics for the full work day shall be provided with each hand calculated daily run sheet. The system shall be accurate to within half 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 or cul-de-sac areas. 10.4 RUTTING ON MAJOR THOROUGHFARES AND COLLECTOR STREETS Shallow ruts that are less than'/" in depth may be covered by a full width scratch box utilizing a steel primary strike off plate. Ruts that are between'/z" to 1" in depth shall be filled independently with a fixed width spreader box no more than 6' wide. The rut filling box shall have a steel primary strike -off plate that is the same width as the spreader box. Ruts that are in excess of 1" in depth shall be filled with a 5' 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 will be used by the contractor to ensure that material has proper time to dry between applications to promote bonding between the original pavement, and the Micro -Surfacing. Maximum micro -surfacing thickness applied as rut filling should not exceed 1" for each pass required to restore pavement to original profile. 10.5 ASPHALT MILLING AT CONCRETE INTERSECTIONS 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 a depth as to allow a smooth transition between the concrete, and the completed Micro -Surfacing. 10.6 CONSTRUCTION Produce, transport, and place micro surfacing. Ensure that the finished surface has a uniform texture and the micro surface mat is fully adhered to the existing road surface. All materials that are to be stockpiled shall be protected from dust and other contamination. Mineral filler shall be ~ stored in a manner that will keep it dry and free from contamination. All asphalt materials shall be kept free from contamination Micro -Surfacing shall not be placed until the air temperature is at least 50 degrees F and rising as determined by the National Weather Service continuous broadcast, 748-1071 selection 2. The placement of Micro -Surfacing shall be stopped when the air temperature is 60 degrees F and falling, or when impending weather is approaching. No Micro -Surfacing shall be placed until the surface of the road way is at least 50 degrees F. The existing road surface shall be thoroughly clean and swept by a vacuum sweeper free of all vegetation, loose aggregate, and soil. Remove existing raised pavement markers, and any thermoplastic type marking. When existing surface conditions require, provide a water spray immediately ahead of the spreader box. Apply water at a rate that dampens the entire surface without any free -flowing water ahead of the spreader box. The placing of the micro -surface shall be spread uniformly at a rate of no less than 25 pounds per square yard and no more than 30 pounds per square yard or, as directed. The spreader box shall be kept clean to minimize clumps. Set and maintain the skis on the spreader box as to prevent chatter in the finished mat. Adjust the rear seal to provide the desired spread. Adjust the secondary strike -off to provide the desired surface texture. The finished mat shall be kept protected from traffic until it has cured and traffic will not harm it. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in 1 hour. Other locations with turning traffic shall be protected for longer periods of time. Special care shall be taken by the contractor to ensure that all manholes, and water valves are sufficiently protected from the Micro -Surfacing process by the use of a plastic membrane covering each water valve, or manhole cover. The contractor shall be responsible for uncovering each water valve, and manhole cover after the microsurfacing has been applied to the road surface. 10.7 SCRACTH COURSE All "Scratch Course" applications shall be performed utilizing a steel primary strike off plate. This will allow the bottom, or "scratch Course" to mitigate any irregularities, and have a more uniform profile for the finish course to be applied on. 10.8 FINISHED SURFACE The finished surface shall be uniformed in texture and free from excessive scratch marks, tears, and other surface irregularities. All scratch marks, tears, and other surface irregularities shall be fixed by the contractor at no additional cost to the City of Lubbock. All longitudinal joints shall be placed on lane lines unless otherwise directed by the Street Superintendent. All joints shall be uniform in appearance and shall match when placed against another joint. Edges should be uniform and neat in appearance. All ruts, utility cuts, and depressions in the surface shall be filled in a separate pass from the final pass. 10.9 HOURS OF OPERATION Operating hours will be Monday through Saturday as outlined in this section of these specifications unless other wise directed by the Street Superintendent. Hours of operation shall be: Major Thoroughfare's 7pm to lam, Residential Areas lam to 7pm. Night work will be permitted only on our major thoroughfares and shall conform to the following. The mircosurfacing shall be traffic ready by 7 AM, all traffic control devices and barricades shall be removed from the roadway by 7 AM. 10.10 MEASUREMENT Mircosurfacing will be measured by the ton of composite microsurfacing mixture. The composite micro surfacing mixture is defined as the asphalt emulsion, aggregate, and mineral filler. 10.11 PAYMENT The work performed and materials furnished in accordance with this item and measured as provided under 14.10. This price is full compensation for preparing the existing surface including furnishing, hauling, preparing, and placing materials, and equipment, labor, tools, and incidentals. No additional payment shall be made when the micro surfacing is placed at a heavier rate I SPECIFICATIONS I Page Intentionally Left Blank City of Lubbock Public Works Engineering Minimum Design Standards and Specifications Department of Public Works Engineering City of Lubbock, Texas May 1, 2014 These Standards and Specifications 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. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications Approval of plans shall not relieve the Engineer or Developer of any responsibility for deviation from any City, State or other Governing Requirements nor for errors or omissions in plans and specifications. April 7, 2014 Subject: City of Lubbock Public Works Engineering Minimum Design Standards & Specifications To whom it may concern: This letter is to advise of the release of the 2014 annual update to the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. Over the past year the City of Lubbock Engineering staff has been working with vendors, manufacturers, engineering firms and the development community to update and improve the 2013 edition. The Public Works Engineering Department will be reviewing plans and making comments according to these standards for any proposed infrastructure beginning May 1, 2014. Therefore any plans received by this department dated on or after May 1.2014 will be reviewed under these newly adopted design and construction standards. This manual is available in digital format on the City of Lubbock website. Please feel free to contact me if you have any questions Sincerely, L. )Yoranklin, P.E. City ngmeer City of Lubbock 1625 13' Street Lubbock, Texas 79401 (806) 775-2343 II LVAIFRTESIGNSTANDARDS &SPECEnCATIONS2013WDOPnONLETTER &MAJOR CHANGES LISMDOFnONI.E'I'IIItDOC Design Standards and Specifications Table of Contents SECTION1......................................................................................................................................... 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION..........................................................1 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 SECTION2....................................................................................................................................... 11 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS.................................................11 2.1 Plan Submittal Requirements.....................................................................................................11 2.2 Plan Details..............................................................................................................................13 SECTION3.......................................................................................................................................15 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS..............................................................15 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...................................................................................................21 3.12 Lift Station................................................................................................................................21 SECTION4....................................................................................................................................... 23 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS......................................................... 23 4.1 Plan Submittal Requirements.....................................................................................................23 4.2 Plan Details..............................................................................................................................25 SECTION5....................................................................................................................................... 27 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION ................................................ 27 5.1 General....................................................................................................................................27 5.2 Plan Requirements....................................................................................................................27 5.3 Plan Approval...........................................................................................................................27 5.4 Inspection................................................................................................................................27 5.5 Specifications............................................................................................................................27 5.6 Materials of Construction...........................................................................................................27 5.7 Methods of Construction............................................................................................................36 5.8 Pneumatic Testing for Tapping Sleeves......................................................................................43 5.9 Hydrostatic Pressure Testing......................................................................................................43 5.10 Sterilization and Bacteriological Testing......................................................................................44 Design Standards and Specifications Table of Contents 5.11 Restoration and Clean Up..........................................................................................................45 5.12 Warranty and Acceptance..........................................................................................................45 SECTION6.......................................................................................................................................47 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION ............................... 47 6.1 General....................................................................................................................................47 6.2 Plan Requirements....................................................................................................................47 6.3 Plan Approval...........................................................................................................................47 6.4 Inspection................................................................................................................................47 6.5 Specifications............................................................................................................................47 6.6 Materials of Construction...........................................................................................................48 6.7 Methods of Construction............................................................................................................52 6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes .61 6.9 Lift Station................................................................................................................................67 6.10 Restoration and Clean Up..........................................................................................................68 6.11 Warranty and Acceptance..........................................................................................................69 SECTION7....................................................................................................................................... 71 APPROVED MATERIALS AND MANUFACTURERS LIST..................................................................... 71 7.1 Introduction.............................................................................................................................. 71 7.2 Product Submittal Procedures....................................................................................................71 7.3 Evaluation Process....................................................................................................................72 7.4 Approval Process......................................................................................................................72 7.5 Water System...........................................................................................................................74 7.6 Sanitary Sewer System..............................................................................................................81 7.7 Water and Sanitary Sewer Systems............................................................................................86 SECTION8...................................................................................................................................... 87 StandardSpecifications for streets and drainage construction...................................................... 87 8.1 General....................................................................................................................................87 8.2 Design Standards......................................................................................................................87 8.3 Testing and Inspection..............................................................................................................88 8.4 Notification of Property Owners.................................................................................................89 8.5 Protection of Utilities and Irrigation Systems...............................................................................89 8.6 Water for Construction..............................................................................................................89 8.7 Concrete..................................................................................................................................90 8.8 Subgrade and Base...................................................................................................................99 8.9 Hot Mix Asphalt Concrete Surface(HMAC)................................................................................104 8.10 Micro-Surfacing.......................................................................................................................111 8.11 Storm Sewer...........................................................................................................................115 8.12 Fences...................................................................................................................................120 8.13 Salvage of Asphalt Paving........................................................................................................121 8.14 Traffic Control.........................................................................................................................121 8.15 Prosecution of the Work and Working Days..............................................................................122 8.16 Measurement and Payment.....................................................................................................123 8.17 Restoration and Clean Up........................................................................................................126 8.18 Certificate of Completion and Warranty ....................................................................................126 SECTION9.....................................................................................................................................129 CHECK LIST FOR STREETs AND DRAINAGE CONSTRUCTION PLANS............................................129 9.1 Plan Submittal Requirements...................................................................................................129 9.2 Plan Details............................................................................................................................131 SECTION 10 TYPICAL DETAILS OF CONSTRUCTION..................................................................132 10.1 General Details.......................................................................................................................132 10.2 Water Details..........................................................................................................................122 10.3 Sewer Details..........................................................................................................................136 10.4 Street and Drainage Details.....................................................................................................146 10.5 Appendix................................................................................................................................163 Design Standards and Specifications ffWater Standards l SECTION 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION 1.1 General 1.1.01 All water distribution system design shall be in accordance with the requirements of TCEQ Chapter 290, AWWA Standards, City of Lubbock Water System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Water Distribution. 1.2 Design Flow 1.2.01 The design of the water distribution system shall be based on the following: A. Design flow for residential use: Peak Hourly Demand 1,000 gpcd Maximum Daily Demand 650 gpcd Average Daily Demand 240 gpcd Capita per Household (Single Family) 3.2 persons Capita per Household(Multi-family) 2.5 persons i. Domestic water service shall be provided from an alley or easement. ii. Lines in alleys or easements shall be adequate to provide for a maximum size water meter of 1-1/2 inches per lot for each 75 feet of frontage. iii. Property owner may acquire a maximum domestic water tap and meter of 1-1/2 inches or the equivalent in two meters per lot for each 75 feet of frontage. iv. Minimum size water tap and meter shall be one inch. B. Design flow for fire protection: 1- and 2-Family Residential 1,000 Other Than 1- and 2-Family Residential 1 500-8 000 i. Fire protection service shall be provided from a street right-of-way or comparable easement. ii. Flow may be from more than one fire hydrant, provided the additional hydrants are accessible to any possible fire location. iii. Fire protection must comply with Fire Marshall's Office regulations, and in no case be less than currently adopted International Fire Code requirements. iv. Additional infrastructure may be required to provide fire protection service when existing water distribution lines are inadequate. kSection 1 1 Design Standards and Specifications Water Standards r C. Design flow for development other than residential use shall be based on the following or as ' directed by the Chief Water Utilities Engineer: Restaurant 18 Without cafeteria or showers 18 School I With cafeteria: no showers 24 Without cafeteria restrooms or showers 6 Youth With restrooms; no cafeteria or showers 24 camp With restrooms and showers; no cafeteria 30 With restrooms showers and cafeteria 42 Office building 18 Hospital (Der bed) 720 Factories exclusive of industrialprocesses) 24 Recreational Parks 6 Swimming pools 12 Country clubs 120 Airport(per passenger) 6 Self-service laundry 60 Service station convenience store 12 i. Peak hourly demand for other than residential flows shall be 2.5 times the average daily demand. 1.3 Design Pressure 1.3.01 Distribution system shall have a maximum operating pressure of 150 pounds per square inch (psi) and a minimum operating pressure of 40 psi. 1.3.02 Distribution system shall maintain a 20 psi residual pressure during required fire flow and a 40 psi residual pressure during peak hourly demand. 1.4 Hydraulic Design 1.4.01 Distribution mains shall be designed to have a maximum velocity of 10 feet per second. 1.4.02 Distribution mains shall be designed using a Hazen -Williams friction coefficient "C" equal to 140. 1.5 Typical Layout 1.5.01 Unless approved otherwise by the Chief Water Utilities Engineer, water distribution mains shall be located: A. In north -south alleys or streets, 5 feet west of centerline. B. In east -west alleys or streets, 5 feet north of centerline. 1.5.02 Water mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the Chief Water Utilities Engineer. 2 Section 1 Design Standards and Specifications Water Standards B. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. 1.5.03 Where a water distribution main crosses a street, the crossing shall be made at as near to perpendicular as possible. 1.5.04 Valves shall be installed at each junction such that no more than one connecting leg is unvalved. A. At street intersections, valves shall be located at right-of-way lines unless flanged fittings are required. B. At alley intersections with thoroughfare streets, valves shall be located at right-of-way lines of the alleys. C. Where possible, valves in streets should be designed to fall outside of wheel paths. 1.5.05 Water mains shall be designed as looped systems. 1.5.06 Minimum radius of curvature and maximum deflection angle of pipe joints shall be restricted to 80% of manufacturer's recommendation, after which the use of horizontal or vertical bends will be required. 1.5.07 In all instances water mains shall extend to the extremities of the platted property or the subdivision served, and further when required to tie into existing mains adjacent to the development. 1.6 Bedding and Cover 1.6.01 Water distribution mains shall ordinarily have a minimum of 4 feet of cover from top of pipe to finished ground surface. 1.6.02 All water lines shall be laid as horizontal as possible, avoiding excessive numbers of high or low points. 1.6.03 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Water Main Construction but in all cases shall be not less than manufacturer recommendations. 1.7 Relation to Sanitary Sewer Mains and Appurtenances 1.7.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 1.7.02 Water lines shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed sanitary sewer lines or appurtenances. A. Where the 9 foot separation distance cannot be achieved, the following criteria shall apply: i. New waterline installation —parallel lines: a. Where a new potable waterline parallels an existing, non -pressure or pressure rated sanitary sewer main and the Design Engineer is able to determine that the existing sanitary sewer main is not leaking: Section i 3 Design Standards and Specifications Water Standards (1) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. (2) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. b. Where a new potable waterline parallels an existing, non -pressure or pressure rated sanitary sewer main and it cannot be determined by the Design Engineer if the existing line is leaking: (1) The existing sanitary sewer main shall be replaced with at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. c. Where a new potable waterline parallels a new sanitary sewer main: (1) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. ii. New waterline installation —crossing lines: a. Where a new potable waterline crosses over an existing, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. b. Where a new potable waterline crosses over an existing, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. 4 Section 1 t Design Standards and Specifications �- Water Standards c. Where a new potable waterline crosses over a new, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be g maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. d. Where a new potable waterline crosses over a new, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (3) One segment of the waterline pipe shall be centered over the sanitary sewer line such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the center line of the sanitary sewer main. (4) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (5) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. e. When a new potable waterline crosses under a sanitary sewer main: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) The waterline shall be encased in an 18-foot or longer section of pipe or be constructed of ductile iron or steel pipe with mechanical or welded joints as appropriate. (3) The encasing pipe shall be centered on the sewer line and shall be at least 2 nominal pipe diameters larger than the water line. (4) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (5) Each end of the casing shall be sealed with watertight non -shrink cement grout or a manufactured watertight seal. (6) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. Section 1 5 Design Standards and Specifications Water Standards B. Waterline and sanitary sewer manhole or cleanout separation: i. The separation distance from a potable waterline to a sanitary sewer manhole or cleanout shall be a minimum of 9 feet. ii. Where the 9-foot separation distance cannot be achieved: a. The waterline shall be encased in an 18-foot or longer section of pipe or constructed of ductile iron or steel pipe with mechanical or welded joints as appropriate. b. The encasing pipe shall be centered on the sewer line or manhole and shall be at least 2 nominal pipe diameters larger than the water line. c. The carrier pipe shall be supported at 5-foot or less intervals with spacers. d. Each end of the casing shall be sealed with watertight non -shrink cement grout or a manufactured watertight seal. C. Location of fire hydrants i. Fire hydrants shall not be installed within 9 feet vertically or horizontally of any sanitary sewer main, manhole or service line regardless of construction. D. Location of potable or raw water supply or suction lines i. Suction mains to pumping equipment shall not cross sanitary sewer mains or sanitary sewer service lines. ii. Raw water supply lines shall not be installed within 5 feet of any tile or concrete sanitary sewer main or sanitary sewer service line. E. Proximity of septic tank drain fields i. Waterlines shall not be installed closer than 20 feet to septic tank drain fields. 1.7.03 Water and sewer lines shall be installed in separate trenches. 1.7.04 For other instances not covered in these design standards, consult current TCEQ regulations. 1.8 Pipe Size and Spacing 1.8.01 Distribution mains shall be located and sized in accordance with the current City of Lubbock Water System Master Plan and current TCEQ rules: 16-inch or larger Section Line mile 10- or 12-inch Half -Section Line 1 2 mile 6- or 8-inch Eighth -Section Line 660 feet 1.8.02 The standard pipe sizes that shall be used are 4-, 6-, 8-, 10-, 12-, 16-, 20- and 24-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock water distribution system, unless approved by the Chief Water Utilities Engineer. 1.9 Pipe Materials 1.9.01 All pipe used in the City of Lubbock water distribution system shall be Cement -lined Ductile Iron, C900 PVC, C905 PVC, C301 Prestressed -Concrete Steel Cylinder Pressure or Concrete Bar -wrapped Steel Cylinder Pressure Pipe. 1.9.02 See City of Lubbock Standard Specifications for Water Main Construction for details on materials and methods of construction. 6 Section 1 Design Standards and Specifications Water Standards 1.10 Methods of Connection 1.10.01 Tapping Sleeves A. Tapping sleeves with tapping valves shall be used whenever possible for connections to existing mains in order to avoid interruption of water service. B. Maximum tap size shall be no larger than one standard size smaller than the main to be tapped. C. Size -on -size taps shall not be allowed without prior approval by the Chief Water Utilities Engineer. D. Using a tapping sleeve of one standard size smaller than the main to be tapped and immediately increasing the pipe to a larger size shall not be allowed without prior approval by the Chief Water Utilities Engineer. 1.10.02 Cut -in Tees A. When it is necessary for a size -on -size connection and interruption of water service is not an issue, a cut -in tee with valve shall be used. B. Cut -in tees shall not be used without prior approval by the Chief Water Utilities Engineer. 1.11 Flanged Outlets 1.11.01 All side outlets for valve attachments on lines 16-inches and larger shall be flanged. 1.12 Valve Spacing 1.12.01 Valves shall be provided in the distribution system so that no single accident, break or repair will necessitate shutting down a length of pipe greater than 600 feet. A. On distribution mains 12-inch diameter and smaller, valves shall be located at each tee, cross or other junction. B. Valves shall be installed at each junction such that no more than one connecting leg is unvalved. 1.12.02 On 16-inch arterial mains, valves shall be spaced no greater than 800 feet as the arterial feeder main traverses undeveloped land or is not intersected by other distribution mains. 1.12.03 Transmission mains 20-inch diameter and larger shall be equipped with valves at one-half mile intervals unless intersected by arterial mains or other distribution mains, or it is determined that more valves are required. 1.13 Fire Protection Requirements 1.13.01 Fire protection must comply with Fire Marshall's Office regulations, and in no case be less than currently adopted International Fire Code requirements. A. Each building in the city limits shall be within 500 feet of a fire hydrant, as measured by lay - of -hose length. 1.13.02 In all cases, the following criteria shall be adhered to: A. Fire hydrant leads shall be minimum 6-inch diameter, sole purpose and shall not exceed 150 feet in length. The entire length of the lead shall be mechanically restrained. Section 1 7 Design Standards and Specifications Water Standards B. Private fire protection lines and hydrant leads shall connect at the main with a gate valve or tapping valve of at least equal size to the fire protection line. C. A fire hydrant is required within 200 feet of a Fire Department Connection. D. Fire lines from public mains to buildings shall be installed by a state certified fire sprinkler firm and tested to Fire Marshall's Office requirements. E. Fire hydrants shall be located at intersections wherever possible. L Consult Section C-104 of the International Fire Code for requirements on hydrants that may obstruct access during fire fighting operations. F. A hydrant shall be placed at the throat or beginning of each cul-de-sac at the intersecting street. L Additional fire hydrants may be required based on length of cul-de-sac. ii. Fire hydrants placed at the bulb end of cul-de-sacs should be avoided. G. On divided highways hydrants shall be placed on each side of the highway wherever possible. H. Fire hydrants shall be installed with the 4-inch nozzle facing the required access way or street. I. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet is 18 inches above the ground. J. Fire hydrants shall be placed so that they are readily visible from the street and shall be no closer than 2 feet nor further than 5 feet from back of curb. K. A reflective, blue, raised pavement marker shall be placed at the center of the required access way or street for any new fire hydrant installation, in line with the 4-inch nozzle. L. No bushes, ground cover over 6 inches in height, or other obstructions shall be placed within a 5 foot radius in all directions of a hydrant or fire department connection. M. Where fire hydrants are vulnerable to vehicular damage, appropriate crash posts shall be provided. i. No obstructions shall exist within a 3-foot working area of each fire hydrant. ii. Crash posts shall be 4-inch, cement -filled pipe with a minimum of 3 feet above finished grade and 2 feet of pipe anchored in concrete below grade. N. Fire hydrants shall be in operation before framing is started or combustibles are stored on any construction site. O. Streets and fire access roadways shall be able to support fire apparatus in wet weather before framing is started or combustibles are stored on any construction site. P. Fire hydrant shall be installed with flange 0.2 to 0.4 foot above finished grade. 1.14 Easements 8 1.14.01 When it is determined not to be feasible to construct a public water distribution main in a street or alley, the installation may be made in a dedicated easement or right-of-way. 1.14.02 The minimum width of an easement or right-of-way for a public water distribution main is 10 feet exclusive, 20 feet if shared with a public sanitary sewer main or other utilities or if depth of water distribution main is greater than 10 feet. 1.14.03 Easements will not be allowed between residential lots unless they are in combination with a drainage easement or with prior approval from the Chief Water Utilities Engineering. Section i C� Design Standards and Specifications fWater Standards ` 1.14.04 When a fire hydrant is to be installed on private property, an easement shall be dedicated which provides a minimum of 5 feet clearance in all directions from the center of the fire hydrant. 1.15 Soil Analysis 1.15.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed water distribution main, recommended methods of dewatering for water distribution main construction, and the recommended methods of backfilling and compacting to be used. 1.16 Pipe Restraints and Reaction Blocking 1.16.01 The size of required pipe restraints and reaction blocks shall be determined by the Design Engineer for the project based on the allowable soil pressure and the anticipated working pressure plus water hammer of the line. 1.16.02 For restrained joint lengths required, refer to Appendix A as derived from EBAA Iron, Inc. 1.17 Tunneling, lacking and Boring 1.17.01 Tunneling, jacking and boring are methods used for water line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities Engineer. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe. D. Casing pipe thickness shall be: 1.17.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the Chief Water Utilities Engineer. 1.17.03 Annular space between casing or uncased pipe and bored hole shall be injection grouted. 1.18 Dead-end Mains 1.18.01 A dead-end main is defined as a length of water line greater than 150 feet with no looped connection. Section 1 1.18.02 Dead-end mains shall not be allowed unless approved by the Chief Water Utilities Engineer. 9 Design Standards and Specifications Water Standards 1.18.03 Where dead-end mains are necessary as a stage in the growth of the system, they shall be designed so that: A. The system may be periodically flushed by use of a blow -off valve or fire hydrant, or B. A temporary looped connection is installed. 1.19 Abandonment of Water Mains 10 1.19.01 When a water line is to be abandoned, allowances shall be made so that existing and new water mains may be in service simultaneously, thereby providing a means for transferring customer's service from the old main to the new main with minimal interruption. 1.19.02 If the construction of a proposed main necessitates the abandoning of the existing main prior to the new main's placement into service, provisions for a temporary water main with services must be addressed. 1.19.03 On mains to be abandoned, the designer shall note locations of cut and plug as close as possible to the main that remains in service. 1.19.04 Fire hydrants, valves and other fittings located on mains to be abandoned shall be removed and delivered to the City of Lubbock Water Utilities Department. Section 1 i Design Standards and Specifications Water Check List SECTION 2 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS 2.1 Plan Submittal Requirements 2.1.01 All water main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Water Distribution prior to submittal to the Water Utilities Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. 2.1.02 Plan Review A. The Design Engineer shall submit two sets of water main construction plans to the Chief Water Utilities Engineer for review and comment. B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 8 sets of plans shall be provided for final approval for construction. i. If a fire hydrant or fire protection service is specified for installation, 2 additional sets of water plans shall be submitted with the construction sets (10 total). ii. If the proposed infrastructure is intended to serve a commercial structure, 1 additional set of water plans shall be submitted with the construction sets (9 or 11 total). iii. If additional approved plan sets are required by the Design Engineer, the appropriate amount of additional plans shall be provided at this time. iv. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be logged into the City's GIS data base and distributed as follows: i. Two (2) sets will be returned to the Engineer. ii. Six (6) sets will be distributed to the City's inspectors and support staff. iii. Where applicable, 2 sets will be delivered to the Fire Marshall's Office. iv. Where applicable, 1 set will be delivered to the Building Inspection Department. E. The Design Engineer shall notify TCEQ in writing prior to the start of construction. i. A copy of the TCEQ notification letter shall be submitted to the Water Utilities Engineering Department. F. Final construction plans should not be submitted for Water Utilities Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 2.1.03 Pro Rata Estimate and Fees A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. Section 2 11 i.., Design Standards and Specifications Water Check List d. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 2.1.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Water Utilities Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Water Utilities Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 2.1.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Water Utilities Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings" certified by the Design Engineer shall be presented to the Water Utilities Engineering Department within 30 days of completion of the construction. i. Record Drawings shall include locations of all valves, valve vaults, fire hydrants, bends and tees or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the Water Utilities Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. 2.1.06 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the Chief Water Utilities Engineer for a Certificate of Acceptance of Utility Construction. i. Water distribution system improvements shall not be put online or brought into service without written approval by the Water Utilities Engineering Department. ii. A newly constructed system will not be accepted until the supplying, adjacent system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Water Utilities Engineering Department. iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed water system will not be released by the Water Utilities Engineering Department until said system has been brought into service. 12 Section 2-� Design Standards and Specifications g Water Check List 2.2 Plan Details 2.2.01 Plan Format A. Standard drawing size shall be 24-inch by 36-inch. 2.2.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Chief Water Utilities Engineer: (806) 775-2342 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Statement: "All work shall be performed in accordance with the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Water Mains (Bold) a. Stationing b. Size c. Length d. Material and Type of Joints e. Location Dimensions f. Fittings g. Tees h. Crosses i. Reducers j. Bends k. Plugs I. Blow -offs m. Thrust Blocks n. Valves o. Fire Hydrants Section 2 13 Design Standards and Specifications Water Check List vii. Existing Utility s Lines (Gray) with Location and Depth According to the Following Standard: WATER LINE SANITARY SEWER LINE G...- ..,G-- G.__v._._ GAS LINE r— FOC— FOC FIBER OPTIC CABLE CATV---CNTV— GABLE TELEVISION STORM WATER LINE: U©E m_ �- UOE , --- UNDER GROUND ELECTRIC OHE---m— OHE— OVER HEAD ELECTRIC __. UGT--- UGT M UNDER GROUND TELEPHONE . OHT— OHT— OVER HEAD TELEPHONE Ts— Ts TRAFFIC SIGNAL LINE C. Profile (required for water lines greater than 12-inch diameter) i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Proposed Water Main Control Elevation and Grades D. Plan, Profile and Complete Details for Off -Site Transmission Mains, Pump Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Thrust Block and Joint Restraint Tables iii. Fire Hydrant Detail iv. Tapping Details v. Air Valve Detail vi. Blow -off Detail vii. Crossing Detail F. Overall Layout Sheet - If Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Water Line Sizes and Material v. Valves vi. Fire Hydrants vii. Connections to Existing System 14 Section 2 -' Design Standards and Specifications [ Sewer Standards I SECTION 3 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS 3.1 General 3.1.01 All sanitary sewer system design shall be in accordance with the requirements of TCEQ Chapter 217, AWWA Standards, City of Lubbock Sewer System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Sanitary Sewers. 3.2 Design Flow 3.2.01 The design of the sanitary sewer system shall be based on the following: A. For sewers in new developments sewer main lines and lift stations shall be designed for the estimated future population to be served plus adequate allowance for future institutional and commercial flows. B. Minimum flow capacity for sizing of sewers for peak flow conditions shall not be less than the following: Average Daily Flow 100 d Peak Factor, 2-hour flow <0.5 MGD 5 - Peak Factor, 2-hour flow >0.5 MGD 4 Capita per Household (Single Family) 3.2 persons Capita per Household(Multi-family) 2.5 persons C. Minimum residential population density shall be figured on a basis of 6 houses per acre, and 70 percent of total land area developed as residential, unless detailed analysis of the area to be served indicates differently. D. Design flow for development other than residential use shall be based on the following or as directed by the Chief Water Utilities Engineer: Trailer Park — transient 2.5 persons/trailer 50 Mobile Home Park 3 persons/trailer 75 School with cafeteria With showers 20 Without showers 15 Recreational Parks Day Use 5 Overni ht Use 30 Commercial Industrial Building 20 Motel 50 Restaurant Per meal served 5 Hospital Per bed 200 Nursing Home Per bed 100 Section 3 is Design Standards and Specifications Sewer Standards 3.3 Hydraulic Design 3.3.01 The minimum velocity at the design flow rate shall be 2.0 feet per second. 3.3.02 Maximum allowable velocity shall be 10 feet per second. 3.3.03 Manning's coefficient for design purposes shall be n=0.013 for PVC pipe. 3.3.04 Manhole inverts shall be designed in such a manner that the energy gradient is consistently falling in the direction of flow. 3.4 Design Details 3.4.01 Sewer Pipe A. The standard pipe sizes that shall be used are 6-, 8-, 10-, 12-, 15-, 18- and 21-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock sanitary sewer system, unless approved by the Chief Water Utilities Engineer. B. The following slopes shall apply to sanitary sewer mains: 6 inch 0.60 12.35 8 inch 0.40 8.40 10 inch 0.28 6.23 12 inch 0.22 4.88 15 inch 0.15 3.62 18 inch 0.12 2.83 C. Sewer main lines shall be straight between manholes both in line and grade. D. All sewer main lines shall terminate in a manhole. i. Cleanouts on sewer main lines shall not be permitted without written approval of the Chief Water Utilities Engineer. 3.4.02 Manholes A. Manholes shall be a minimum of 48-inch diameter and shall be provided at every change in direction, grade, or connection with other sewer main lines. B. Manhole spacing and depth shall be as follows: 15 inches or smaller 0-16 Ft. 48 in. 500 Ft. 15 inches or smaller Over 16 Ft. 60 in. 500 Ft. Over 15 inches All depths 60 in. 800 Ft. C. Manholes greater than 16 feet deep or serving pipes larger than 15 inches shall be 60-inch diameter and include a protective coating system per the Approved Materials List. D. Connections at manholes shall be designed such that the crowns of connecting pipes are equal elevation if possible. E. Force mains shall discharge directly into a manhole through a 900 downspout connection. 16 Section 3 �l Design Standards and Specifications Sewer Standards a; F. Manholes receiving force main discharge shall include a protective coating system per the r Approved Materials List. I G. Minimum elevation difference across manhole inverts shall be as follows: H. Drop manholes shall be provided for sewer main lines entering a manhole at an elevation 24 inches or more above the manhole invert. L Drop connections on new manholes shall be constructed with an exterior or "outside" drop system. ii. Drop connections on existing manholes shall be constructed with an interior or "inside" drop system. I. Where the difference in elevation is less than 24 inches, the invert shall be filleted to prevent solids deposition. J. Manholes shall be stubbed out with suitable size pipe wherever future extension of the sewer is anticipated. i. Stub -outs shall extend beyond the edge of existing or proposed paving. K. Inflow Prevention Devices (IPDs) shall be specified on all new manhole installations. 3.4.03 Service Connections A. Tees or wyes shall be provided in sewer main lines for service connections at each lot or building site. B. Service connections shall ordinarily be located 5.0 feet south or east of the centerline of the lot. C. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. D. Minimum size service connections shall be 4 inch diameter. E. Maximum size service connection shall be no larger than one standard size smaller than the main to be tapped. F. Size -on -size service connections are not allowed. G. Gravity sewer taps shall connect to sewer main lines at or above the spring line. H. No gravity service lines shall discharge directly into a manhole. I. Service connections shall not be installed within 5 feet of the outside wall of a manhole. 3.5 Typical Section 3 3.5.01 Unless approved otherwise by the Chief Water Utilities Engineer, sanitary sewer mains shall be located: A. In north -south alleys or streets, 5 feet east of the centerline. B. In east -west alleys or streets, 5 feet south of the centerline. 17 Design Standards and Specifications Sewer Standards 3.5.02 Sanitary sewer mains to provide service connections shall be located within an alley or ° easement. A. Service connections shall not be allowed within street right-of-way without written approval of the Chief Water Utilities Engineer. B. Service connections shall not be deeper than 12 foot without prior written approval from the } Chief Water Utilities Engineer. 3.5.03 Where a sanitary sewer main crosses a street, the crossing shall be made at as near to perpendicular as possible. 3.5.04 Manholes shall be located as to provide access for maintenance crews and equipment. A. Where possible, manholes in streets should be designed to fall outside of wheel paths. B. Where possible, manholes in alleys should be designed to fall at the projected intersection of perpendicular lot lines. 3.5.05 In all instances sanitary sewer mains shall extend to the extremities of the platted property or the subdivision served. 3.6 Bedding and Cover 3.6.01 Sewer mains shall ordinarily have a minimum of 4 feet of cover from top of pipe to finished ground surface. A. Where less than 5 feet of elevation difference between the finished lot grade at building line and the top of the sewer main is provided, the plans shall indicate that the lot is served by a "shallow sewer" and appropriate elevation information shall be given. B. Where a sewer main has less than 4 feet of cover, provisions shall be made to protect the pipe from impact loading when located in a street or alley. C. Maximum sanitary sewer depth in alleys shall be 12 feet unless approved by the Water Utilities Engineering Department. 3.6.02 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Sanitary Sewer Main Construction but in all cases shall be not less than manufacturer recommendations. 3.7 Relation to Water Mains 18 3.7.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 3.7.02 Sewers shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed water mains. A. Where the 9-foot separation distance cannot be achieved, the following guidelines shall apply: i. New sanitary sewer installation — parallel lines: a. Where a new sanitary sewer main parallels a water line: (1) The sewer shall be constructed of ductile iron or PVC meeting ASTM specifications with a pressure rating for both the pipe and joints of 150 psi. (2) The vertical separation shall be a minimum of 2 feet and the horizontal separation shall be a minimum of 4 feet between outside diameters. Section 3 Design Standards and Specifications [ Sewer Standards (3) The sewer shall be located below the water line. ii. New sanitary sewer installation — crossing lines: a. Where a sanitary sewer crosses under a water line and the sewer is constructed of ductile iron or PVC with a minimum pressure rating of 150 psi: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the ' centerline of the water line. Section 3 (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. b. Where a sanitary sewer crosses under a water line and the sewer is constructed of ABS truss pipe, similar semi -rigid plastic composite pipe, clay pipe or concrete pipe with gasketed joints (Non -pressure rated pipe): (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. c. Where a sanitary sewer crosses over a water line: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) All portions of the sewer within 9 feet of the water line shall be encased in a joint of 150 psi pressure class pipe at least 18 feet long and 2 nominal sizes larger than the new conveyance. (3) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (4) The encasement pipe should be centered on the crossing and each end sealed with watertight non -shrink cement grout or a manufactured watertight seal. (5) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. B. Sanitary sewer manhole and clean out separation from water i. Manholes and clean outs must be installed so as to provide a minimum of 9 feet of outside to outside clearance from an existing or proposed water line. 19 al i Design Standards and Specifications Sewer Standards ii. Where the 9-foot separation distance cannot be achieved, an encasement pipe as described in subparagraph (c.) above may be used for the water line. 3.7.03 Water and sewer lines shall be installed in separate trenches. 3.7.04 For other instances not covered in these design standards, consult current TCEQ regulations. 3.8 Abandonment of Sewer Mains and Manholes 3.8.01 When a sewer system is to be abandoned the Design Engineer shall ensure that all existing mains and service connections are properly plugged or transferred to the new system prior to decommissioning of the existing system. 3.8.02 Sewer Mains A. If a line to be abandoned terminates in a manhole that will remain in service, the existing main to be decommissioned shall be plugged from within the manhole and clearly marked on the plans. i. Cutting and plugging of existing lines directly outside of manholes should be avoided. B. If a portion of a line is to be abandoned a manhole must be installed on the new terminus of the portion of line to remain in service. 3.8.03 Sewer Manholes A. Manholes may be decommissioned by either of the following methods or as approved by the Chief Water Utilities Engineer: i. Complete removal of the manhole structure including ring, lid, cone, riser sections, base and all appurtenances. The excavation shall be backfilled with compacted native material or flowable fill. ii. Remove cone, ring and lid sections and backfill to top of remaining structure with flowable fill. Remaining excavation shall be backfilled with compacted native material or flowable fill. 3.9 Easements 3.9.01 When it is determined not to be feasible to construct a public sanitary sewer line in a street or alley, the installation may be made in a dedicated easement or right-of-way. 3.9.02 The minimum width of easement or right-of-way for a public sanitary sewer is 10 feet exclusive, 20 feet if shared with a public water main or other utilities or if depth of sewer main is greater than 10 feet. 3.10 Soil Analysis 20 3.10.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed sewer, recommended methods of dewatering for sewer main construction, and the recommended methods of backfilling and compacting to be used. Section 3 Design Standards and Specifications Sewer Standards 3.11 Tunneling,Jacking and Boring 9 9 3.11.01 Tunneling, jacking and boring are methods used for sewer line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the Chief Water Utilities Engineer. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe and must allow for the required casing spacers. D. Casing pipe thickness shall be: <16 inches 3 8 inch >:16 inches 1 2 inch E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. i. Only purpose-built centralizers may be used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. 3.11.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the Chief Water Utilities Engineer. 3.11.03 Annular space between casing or uncased pipe and bored hole shall be injection grouted. 3.12 Lift Station ISection 3 3.12.01 A thorough engineering analysis must be performed on physical and economic factors to determine if a lift station is required. A. A preliminary engineering report will be required to list all factors including TCEQ regulations as outlined in the Standard Specifications for Sanitary Sewer Construction. B. The Chief Water Utilities Engineer will review the preliminary report and reserves the right to determine if there is merit to require a lift station. C. After approval of the preliminary report design shall follow the Standard Specifications for Sanitary Sewer Main Construction. D. Design of a lift station facility shall take into consideration the entire drainage basin. E. The review and approval process for lift station design could be subject to addition rules and requirements more comprehensive than those listed in these specifications. 21 Design Standards and Specifications Sewer Standards i? i 22 Section 3 `' Design Standards and Specifications Sewer Check List SECTION 4 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS 4.1 Plan Submittal Requirements 4.1.01 All sanitary sewer main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Sanitary Sewer prior to submittal to the Water Utilities Engineering Department for approval. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. 4.1.02 Plan Review A. The design Engineer shall submit two sets of sanitary sewer main construction plans to the Chief Water Utilities Engineer for review and comment. B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 8 sets of plans shall be provided for final approval for construction. i. If the proposed infrastructure is intended to serve a commercial structure, 1 additional set of sanitary sewer plans shall be submitted with the construction sets (9 total). ii. If additional approved plan sets are required by the Design Engineer, the appropriate amount of additional plans shall be provided at this time. iii. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be logged into the City's GIS data base and distributed as follows: i. Two (2) sets will be returned to the Engineer. ii. Six (6) sets will be distributed to the City's inspectors and support staff. iii. Where applicable, 1 set will be delivered to the Building Inspection Department. E. The Design Engineer shall notify TCEQ in writing prior to the start of construction. i. A copy of the TCEQ notification letter shall be submitted to the Water Utilities Engineering Department. F. Final construction plans should not be submitted for Water Utilities Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 4.1.03 Pro Rata Estimate and Fees A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. Section 4 23 Design Standards and Specifications Sewer Check List C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 4.1.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Water Utilities Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Water Utilities Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 4.1.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Water Utilities Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings", certified by the Design Engineer, shall be presented to the Water Utilities Engineering Department within 30 days of completion of the construction. i. Record Drawings shall include locations of all lift stations, manholes or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the Water Utilities Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. 4.1.06 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the Chief Water Utilities Engineer for a Certificate of Acceptance of Utility Construction. i. Sanitary sewer system improvements shall not be put online or brought into service without written approval by the Water Utilities Engineering Department. ii. A newly constructed system will not be accepted until the receiving, downstream system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Water Utilities Department. iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed system will not be released by the Water Utilities Engineering Department until said system has been brought into service. 24 Section 4 4, Design Standards and Specifications Sewer Check List 4.2 Plan Details 4.2.01 Plan Format A. Standard drawing size shall be 24-inch by 36-inch. 4.2.02 The following details shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Chief Water Utilities Engineer: (806) 775-2342 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Statement: "All work shall be performed in accordance with the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Sanitary Sewer Mains (Bold) a. Stationing b. Size c. Materials d. Gradients e. Length between Manholes f. Proposed Manholes g. Elevation of Inverts In And Out Of Manhole h. Elevation of Manhole Rim i. Location Control Dimensions j. Manhole Stub -Outs k. Proposed Future Extensions I. Proposed Service Connections or Stub -Ins m. Standard Bedding Cross -Section n. Proposed Concrete Encasement o. Proposed Cut -Off Walls Section 4 25 r' Design Standards and Specifications Sewer Check List vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: WATERLINE ___ - . S— s —s_ -- �____- SANITARY SEWER LINE :..:m..:_,m: G--...._G._.__. G.-..— GAS LINE FOC— Foc— FIBER OPTIC GABLE CAW—CATV— CABLE TELEVISION STORM WA MR LINE UGE,._._:::::: UGE _.- UNDER GROUND ELECTRIC OHE-- OHE----- OVER HEAD ELECTRIC UGT----- UGT --._ ._.._ UNDER GROUND TELEPHONE OHT—OHT— OVER HEAD TELEPHONE -Ts-Ts TRAFFIC SIGNAL LINE C. Profile i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Existing Manhole Invert and Rim Elevations D. Plan, Profile and Complete Details for Off -Site Force or Gravity Mains, Lift Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Standard Manhole Detail iii. Drop Manhole Details iv. Tapping Details F. Overall Layout Sheet - If Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Sewer Line Sizes and Material v. Manholes vi. Connections to Existing System i 26 Section 4 is Design Standards and Specifications Water Specifications SECTION 5 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.1 General 5.1.01 All water main construction within the City of Lubbock water system or for future connections to the City of Lubbock water system shall be accomplished in accordance with the requirements of these specifications. 5.2 Plan Requirements 5.2.01 Water main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 5.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Water Distribution and shall show all information called for on the City of Lubbock Check List for Water Distribution Construction Plans. 5.3 Plan Approval 5.4 5.3.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 5.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours prior to the planned construction is to commence and also before starting up when construction is interrupted for any reason. 5.4.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 5.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, by written notice, may order that portion of construction in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 5.5 Specifications 5.5.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 5.6 Materials of Construction 5.6.01 Water Pipe A. All pipe used in the City of Lubbock water distribution system shall be C900 PVC, C905 PVC, C906 High Density Polyethylene (HDPE), Cement -lined Ductile Iron, C301 Prestressed - Section 5 27 Design Standards and Specifications Water Specifications Concrete Steel Cylinder Pressure Pipe or C303 Concrete Bar -wrapped Steel Cylinder Pressure Pipe and shall conform to the Approved Materials List. 28 B. The following are approved materials for water main construction: i. PVC Pipe a. Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with AWWA C900 or C905 specifications and shall be minimum DR-18, Pressure Class 235 PSI. b. Pipe shall be furnished with bell and spigot joint with rubber gasket joint conforming to the above specification. c. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. d. Water pipe shall be blue. ii. High Density Polyethylene (HDPE) a. HDPE pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of the latest revision of AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 PSI. b. Use of HDPE pipe must be preapproved by the Chief Water Utilities Engineer in writing prior to use within the City of Lubbock service area. iii. Cement -lined Ductile Iron Pipe a. Ductile iron pipe shall conform to AWWA C150 — ANSI A21.50 and AWWA C151 — ANSI A21.51. b. All ductile iron pipe shall be cement lined in accordance with AWWA C104 - ANSI A21.4 specifications. The external surface shall be mated with an asphalt base paint. c. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. d. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. e. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C111 - ANSI A21.11 or its latest revision. f. Flanged joints shall conform to AWWA C115 —ANSI A21.15 iv. Concrete Cylinder Pipe a. Pre -stressed Concrete Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C301. b. Concrete Bar -wrapped Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C303. c. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi longitudinally and helically. d. The joints of the pre -tensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303. e. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pre -tensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to ASTM C150 and C77. (2) Sand for the mortar shall conform to ASTM C33 for fine aggregate. f. The exterior joints on pre -tensioned concrete cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be 9 inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. Section 5 Section 5 Design Standards and Specifications Water Specifications 5.6.02 Service Saddles A. 1-inch and 2-inch Service Connection i. Service connections shall be made through an approved service saddle. a. Service saddles shall be manufactured to conform to ASTM A240 Type 304 stainless steel. b. Service saddles shall be 4-bolt, double band type. c. Service saddle shall be fusion bonded epoxy or nylon coated. d. 1-inch service saddles shall have AWWA Tapered (CS/CC) threaded connection. e. 2-inch service saddles shall have iron pipe sized (IPS) threaded connection. 5.6.03 Tapping Sleeves A. 4-inch through 12-inch Main Line Connection i. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. ii. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. iii. Bolts and hex nuts shall be stainless steel. B. 16-inch through 24-inch Main Line Connection i. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. Tapping sleeves shall be capable of withstanding a working pressure of 200 psi. ii. Flanges shall be fabricated from steel plate conforming to ASTM Standard Designation A36 or A285, Grade C. iii. Dimensions shall conform to AWWA Standard C207, "Steel Pipe Flanges," Class D. a. Flanges shall be machined to a flat face with finish of 250 micro -inches or machined to a flat surface with a serrated finished in accordance with AWWA Standard C-207, "Steel Pipe Flanges." b. Machined face shall be recessed for tapping valves in accordance with the MSS Standard SP-60. iv. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. v. Bolts and hex nuts shall be stainless steel. C. Testing Outlet i. A 3/4-inch NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a 3/4-inch square head pipe plug. D. Painting L All surfaces of the saddle shall be clean, dry, and free from grease and dirt before painting. ii. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall be given a shop coat of a two-part thermosetting epoxy. Face of flanges shall be shop coated with a rust preventive compound. iii. Bolts and nuts shall be shipped bare, no paint or protective coating. 29 Design Standards and Specifications Water Specifications V, 5.6.04 Ductile Iron Fittings 30 A. Fittings shall be mechanical joint or rubber gasket AWWA Class D bell with transition gasket for the type of pipe used. B. All fittings shall be lined with cement or coal tar and coated with an asphaltic paint. C. Fittings shall conform to AWWA C104, AWWA C110 and AWWA C111 latest revision. 5.6.05 Double Disc Gate Valves A. Double disc gate valves 12-inch and smaller shall be parallel seat, ductile iron body and bronze mounted throughout. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C500 standards. 5.6.06 Resilient Seat Gate Valves A. Resilient seat gate valves 12-inch and smaller shall be ductile iron. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C509 or C515 standards. 5.6.07 Butterfly Valves A. Butterfly valves 16-inch and larger shall be ductile iron and may be either short body or long body lengths. i. Butterfly valves shall be installed in a concrete valve vault and shall be equipped with a hand wheel, a 2-inch square operating nut, a locking device and a position indicator. ii. Valve shall open by turning to the left (counter -clockwise). iii. Valves shall be designed for positive stop in the closed position. iv. Valve shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. v. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. vi. Valves shall comply with the latest revision of AWWA C504 for Class 150B. B. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type to be approved by Water Utilities Engineering Department. 5.6.08 Pressure Regulating Valves A. The function of a pressure regulating valve is to reduce an existing high pressure to a pre - adjusted lower downstream pressure for varying rates of flow without causing shock or water hammer on the system. i. The pressure reducing valve shall be hydraulically operated with a free floating guided piston having a seat diameter equal to the size of the valve. ii. A pilot valve for controlling operation of the main valve shall be a single seated, diaphragm operated and spring loaded type. Section 5 Design Standards and Specifications Water Specifications iii. Pilot valve shall be attached to the main valve with piping and isolation valves so arranged for easy access in making adjustments and also for its removal from the main valve while the main valve is under pressure. iv. Needle valve shall be all bronze and included with the main valve to control the speed of piston travel. v. An indicator rod shall be furnished as an integral part of the valve to show the position of the piston within the valve body. vi. The valve shall be designed to provide an access opening in the valve body for removing the piston and other internal parts without removing the main valve body r' y from the line. B. The valve shall be fully bronze -mounted and all packing shall have either leather or rubber seals to provide tight closure and prevent metal to metal friction. i. Valves shall be ductile iron body. ii. Bronze casting or parts for internal trim shall conform to ASTM B62. C. All valves shall be furnished with flanged ends sized and drilled in accordance with ANSI B16.1, Class 125. i. Flanges and covers shall conform to ASTM A126, Class B. ii. Flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA C207. D. Pressure regulating valves shall be capable of withstanding an operating pressure of 150 psi. E. Body of the pressure reducing valve shall be given a hydrostatic test of 50% more than the operating pressure specified herein. A second test of check seating of the cylinder shall be made at the operating pressure. F. All surfaces of the valve shall be clean, dry, and free from grease and dirt before painting. i. Ductile iron surfaces, except the machined face of the flange, shall be evenly coated with a suitable primer to inhibit rust, or a black asphalt varnish in accordance with Federal Specification TT-V-51e. ii. The face of flanges shall be shop coated with a rust preventive compound. G. Pressure regulating valves shall be installed in an approved concrete valve vault. 5.6.09 2-inch Combination Air and Vacuum Release Valves A. The function of a combination air and vacuum release valve is to allow air to escape during pipeline filling and to enter during draining of the pipeline. Valve shall close water tight when liquid enters the valve. The valve shall also be capable of releasing small pockets of trapped air after the pipeline is filled and under pressure. i. Combination air and vacuum release valves shall be shop assembled and shipped as a complete unit ready for field installation. ii. The combination air valve shall be the single body type. iii. The valve body and cover shall be designed to operate under a maximum working pressure of 150 psi. iv. Material shall be one of the following: a. Valve body (1) Cast Iron - ASTM A48-CIass 35 (2) Cast Steel - ASTM A27 GR U60-30 (3) Ductile Iron - ASTM A536 GR 65-45-12 (4) Bosses for tapping pipe threads shall be cast integrally with each valve body and cover. Section 5 31 t I c Design Standards and Specifications Water Specifications b. Float shall be stainless steel. c. All other internal parts shall be fabricated from bronze. d. Valve seat shall be fabricated from oil resistant synthetic rubber. j v. The diameter of the large orifice of the combination air valve shall be 2 inches and the small orifice diameter shall be 3/32 inch. vi. Inlet shall be 2 inches in diameter with tapered iron pipe thread conforming to AWWA C800. B. Guard Valve and Connecting Pipe i. Guard valve to be used with air valve shall be bronze ball valve with female iron pipe thread ends. ii. Connections between the air valve and the guard valve shall be made using brass nipples with tapered iron pipe threads conforming to AWWA Standard C800. C. All components shall be capable of withstanding an operating pressure of 150 psi. D. Each shop assembled valve shall be given a hydrostatic test of 2 times the rated operating pressure. During the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. E. All surfaces of the valve shall be clean, dry and free from grease before painting. Exterior and interior surfaces except the stainless steel trim and the seating surface of the flange face shall be evenly coated with a suitable primer, or a black asphalt varnish in accordance with Federal Specification TT-V51 C or Military Specification C-450-C, Type II. 5.6.10 Swing Check Valves A. Swing check valves shall be manufactured in accordance with AWWA Standard C508, "Swing - Check Valves for Ordinary Waterworks Service", with the following additional requirements or exceptions. B. All valves shall be iron body, fully bronze -mounted, metal to metal seating with a swing -type disc. i. Valves installed in vaults shall be in a horizontal position with exterior lever and adjustable spring or weight operation. ii. Valves which are buried shall be installed in a horizontal position and shall be gravity operated with no external levers or weights. C. Swing check valves shall be capable of withstanding an operating pressure of 150 psi. D. Bolts and hex nuts used for attaching top cap to the body shall be the manufacturer's standard, either fabricated from a low -alloy steel for corrosion resistance or electroplated with zinc or cadmium. i. The hot -dip process in accordance with ASTM A135 is not acceptable for the threaded portions of the bolts and nuts. E. Flat gasket, either ring type or full faced type, required at the body and cap connection, shall be fabricated from compressed asbestos sheet with a rubber compound binder. i. Use of a homogeneous rubber or vegetable fiber sheets is not acceptable. F. All check valves shall be furnished with flanged ends. The size and drilling shall be in accordance with ANSI B16.1 Class 125; flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA Standard C207. G. All surfaces of the valve shall be clean, dry and free from grease before painting. 32 Section 5 Design Standards and Specifications F Water Specifications i. All ferrous surfaces, exterior and interior, except the seating surfaces of flange faces, shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT-V-51e. ii. Flange faces shall be shop coated with a rust preventive compound. 5.6.11 Blowoffs A. Temporary or permanent blowoffs may be fabricated from 2-inch pipe with a 2-inch gate valve. B. Valve to be iron bodied bronze mounted with 2-inch square operating nut complete with valve box. C. Valve and valve box shall be as specified in the Approved Materials List. 5.6.12 Fire Hydrants A. Fire hydrants shall be standard AWWA C502 hydrants, iron body, bronze mounted throughout including drain seat ring, and shall be designed for a working pressure of 150 psi. B. Fire hydrants shall be traffic model type and shall have a 5-1/4 inch valve opening, two 2-1/2 inch hose nozzles, one 4-inch steamer nozzle with 4 threads per inch and a crest to crest dimension of 4.995 inches, and shall open by turning counter -clockwise. C. Hydrants shall be for 6-inch mechanical joint connection and shall be 4-1/2 foot bury unless otherwise shown on plans. D. When required, a single fire hydrant extension section shall be used to bring the fire hydrant to the appropriate elevation. No more than one extension will be allowed per installation. E. Operating nuts shall be 1-1/2 inch pentagons measured to a point. F. Hydrants shall be painted orange. G. Fire hydrants that are not yet in service or have been taken out of service shall be covered completely and securely with black plastic wrap or bags. H. Hydrants shall meet the requirements as detailed in the Approved Materials List. 5.6.13 Valve Boxes, Vaults, Frames and Covers A. Valve boxes for 12-inch or smaller valves shall be as specified in the Approved Materials List. i. The boxes shall be designed to fit over a section of 6-inch C900 PVC pipe which will be used as an extension from the top of the valve. ii. Top of valve box shall be set flush with surrounding finished grade. iii. Valve boxes set in HMAC or brick pavement shall have a 2-foot square by 6-inch thick reinforced concrete collar. iv. Valve box shall be heavy cast iron. v. Valve box shall have a heavy cast iron cover marked "Water Valve". _ 3 vi. Valve box shall have a flange type base approximately 2 inches larger in diameter than the outside diameter of the barrel of the box. y B. Valve vaults for butterfly valves and gate valves 16-inches and larger shall be poured concrete or pre -cast construction. i. Valve vaults shall be constructed with the dimensions as called for on the plans or as approved by the Chief Water Utilities Engineer. ii. Valve vault cover opening shall be centered over operating nut. LSection 5 33 Design Standards and Specifications Water Specifications C. Manhole frames and covers shall be of good quality gray iron casting of a pattern similar to that shown on the plans and with a clear opening of not less than 30 inches. i. Frame and cover shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. ii. Cover shall be furnished with lifting ring cast into the cover in such manner as to prevent leaking through. iii. The cover shall be marked "City of Lubbock Water". iv. Frame and cover shall be as specified in the Approved Materials List. 5.6.14 A. I. Boring Encasement Pipe Encasement pipe shall be smooth steel pipe conforming to the following: <16 inches 3 8 inch >_16 inches 1 2 inch Boring encasement steel pipe shall have welded joints. 5.6.15 Concrete A. Proportioning of the constituents of the concrete shall produce a dense and workable mixture and the designed mix shall be approved by the Engineer before any concrete is placed. i. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: i. Concrete for manhole bases, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. ii. Concrete for pipe cradling, thrust blocking or fittings and other non -reinforced concrete shall contain not more than 9 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. C. Concrete shall be made with Portland cement which conforms to "Standard Specifications and Test for Portland Cement", ASTM C150. D. Concrete aggregates shall consist of natural washed and screened sand, and washed and screened gravel or clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. i. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use. E. Water used in mixing concrete shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. F. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. G. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50. i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. ii. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. 34 Section 5 Design Standards and Specifications Water Specifications ` H. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. i. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. k Section 5 ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. a. Wire ties will not be permitted. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. I. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 5.6.16 Bedding, Embedment and Backfill A. Water Pipe 12-inch diameter and smaller i. Bedding and embedment shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 1-inch diameter. ii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. B. Water Pipe 16-inch diameter and larger i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 3/8-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: Retained on 1" Sieve 0 Retained on 1 2" Sieve 0-20 Retained on 3 8" Sieve 15-40 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 95-100 35 �I Design Standards and Specifications Water Specifications a. Embedment shall extend to 12 inches above top of pipe. iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. C. Compaction i. Bedding, embedment and backfill shall be compacted to 95% Modified Proctor Density by approved mechanical means. a. Compaction shall be in maximum 6-inch compacted lifts. ii. Water jetting will not be allowed. 5.6.17 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. i. Utility ditches in existing paved streets shall be backfilled with flowable fill from the top of the embedment material to the paving surface, as specified in City of Lubbock Ordinance. ii. 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. 5.7 Methods of Construction 5.7.01 Scope A. The work covered by this section consists of constructing water distribution mains and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and joining pipe; installation of pipe, valves, valve boxes, and fittings; cradling, blocking and anchorage; bedding, embedment and backfilling; and other related work. 5.7.02 Quality Standards ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort AWWA C600 ANSI Installation of Ductile Iron Mains and Their Appurtenances Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C900 Fittings, 4-inch through 12-inch for Water Transmission and Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C905 Fittings, 14-inch through 48-inch for Water Transmission and Distribution AWWA M23 Polyvinyl Chloride PVC Pipe Design and Installation ACPA Concrete Pipe Installation Manual (Published by American Concrete Pipe Association ASTM C891 Installation of Underground Pre -cast Utility Structures 5.7.03 Materials A. The Contractor shall install water distribution pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the Chief Water Utilities Engineer. 36 Section 5 Design Standards and Specifications Water Specifications B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 5.7.04 Storm Water Pollution Prevention Plan (SWPPP) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Storm Water Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 5.7.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas i. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. d C. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. iii. Asphalt Paving a. Asphalt surfaces shall be saw cut along each side of the trench ahead of the trenching machine and the paving and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by saw cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be saw cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of not less than 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. Section 5 37 i' i Design Standards and Specifications Water Specifications 5.7.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: i. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. i. If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 5.7.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. i. 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. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. iii. 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. iv. The contractor shall be responsible for reporting monthly water usage. v. All water used shall be in accordance with City Ordinance, all water shall be used within City Limits. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention device is installed. 38 Section 5 Design Standards and Specifications Water Specifications -' 5.7.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. A contractor shall not be allowed to disrupt water service without permission from the Water Utilities Engineering Department. i. When a service disruption is planned, the Contractor shall notify the Water Utilities Engineering Department a minimum of 48 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of any utilities when broken or otherwise damaged because of carelessness on their part. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. 5.7.09 Excavation and Trenching A. Minimum width of the trench shall be the outside diameter of the pipe plus 12 inches. B. Maximum width of the trench shall be the outside diameter of the pipe plus 18 inches. i. The Chief Water Utilities Engineer shall review instances where trench widths are required to be greater than the maximum allowable due to installation techniques or shoring. C. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. D. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. E. In order to obtain a true, even grade, the trench shall be fine -graded. __. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The (( depth of the fine grading material shall not exceed 3 inches. 1_ Section 5 39 Design Standards and Specifications Water Specifications m" ii. Where the trench is excavated in excess of 3 inches below grade, the bedding material shall be compacted to 95% Modified Proctor Density. iii. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 40 5.7.10 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps L All service taps on existing mains shall be installed by City personnel or a City - designated contractor. C. Main Line Taps i. All taps on existing mains in service shall comply with current TCEQ requirements. ii. Persons installing main line taps shall hold a Class "C" or higher TCEQ Water Operator's License. iii. A person holding a Class "D" TCEQ Water Operator's License may install main line taps only if they are in direct communication with a person holding a Class "C" or higher TCEQ Water Operator's License. iv. City Inspector must be present for any tap being installed on an existing main. D. Valve Operating Procedures i. Contractors shall not operate valves within the existing City of Lubbock water distribution system. ii. Operation of valves shall be done by authorized City of Lubbock personnel only. iii. Contractors shall arrange opening or closing of valves by notifying the Water Utilities Engineering Department at least 24-hours prior to needing a valve operated. 5.7.11 Pipe Installation A. Pipe, fittings, valves and other accessories shall be inspected, handled, laid and joined in the manner herein specified. B. Pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their own expense. C. Pipe, fittings, valves, and other accessories shall be handled in accordance with manufacturer's specifications. Before lowering into the trench the pipe, fittings, valves and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. b. Contractor shall remove and replace such defective material at their own expense. ii. All pipe, fittings, valves and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. Section 5 Design Standards and Specifications Water Specifications iii. Under no circumstance shall pipe, valves, fittings, accessories or tools be dropped directly into the trench. D. All foreign matter shall be removed from the inside of the pipe, bells, spigots or parks of the pipe used in forming the joint before the pipe is lowered into the trench; i. Pipe shall be kept clean by approved means during and after laying. ii. The open end of the pipe in the trench shall be plugged when pipe is not being laid. E. Pipe shall be laid to the alignment as established on the approved plans. i. Where grade is being maintained as shown on the plans, the use of batter boards or laser beam will be required to fine grade the trench. ii. Whenever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are required, the allowable angle of curvature shall be 80% of the manufacturer's maximum recommended curvature. iii. Deflection at each joint shall not exceed 80% of the manufacturer's maximum recommended deflection. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. i. Pipe shall be laid with bells facing in the direction of laying. a. For lines on appreciable slopes, the Engineer may specify the pipe to be installed with the bell ends facing up grade. ii. Bell, spigot and gasket of pipe to be laid shall be wiped clean prior to jointing. iii. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iv. Jointing shall be completed for all pipe laid each day. a. At the times when pipe laying is not in progress, the open ends of pipe shall be properly plugged and sealed to prevent contamination. b. No trench water shall be permitted to enter the pipe. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. 5.7.12 Trace wire for nonmetallic pipe installation A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. i. Trace wire shall be 14 gauge minimum solid copper with thermoplastic insulation recommended for direct bury. ii. Trace wire shall be secured to the pipe as required to insure that the wire remains directly on top of the pipe. iii. Trace wire shall be securely bonded together at all wire joints with wire connectors that are watertight and provide for electrical continuity. iv. Trace wire shall be made accessible at water valve boxes, water meter boxes and fire hydrants. a. Trace wire shall not be placed inside valve box risers. b. Trace wire shall be installed such that no less than 6 inches but no more than 12 inches of wire remain accessible. Section 5 41 Design Standards and Specifications Water Specifications 5.7.13 Detectable Marking Tape A. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "Caution: Buried Water Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 5.7.14 Setting Valves, Valve Boxes and Fittings A. Valves and fittings shall be set at the locations shown on the approved plans. B. Valves and fittings shall be adequately blocked for thrust with concrete or mechanically restrained. i. Refer to thrust blocking details or Appendix A — Restrained Joint Lengths. 5.7.15 Cradling, Blocking and Anchorage A. Contractor will be required to install concrete pipe cradle at all valve vaults and properly block or mechanically restrain all fittings including tees, bends and valves. B. Where concrete cradling or blocking is used, concrete shall conform to the concrete specifications. C. Before placing the concrete, all loose earth shall be removed from the trench. D. Concrete shall be placed in the trench by the use of chutes extending to within 3 feet of the bottom of the trench and shall be deposited uniformly on each side of the pipe in such a manner as to not disturb the grade and alignment of the pipe. E. Blocking shall be placed between solid ground and the fitting to be anchored. The area of bearing on pipe and on the ground in each instance shall be that required by the Engineer. F. Blocking shall be placed so that the joints of all pipe and fittings are accessible for repair. G. Soil bearing value for thrust blocking shall be as recommended by the Engineer based on soil analysis of the site. In the absence of such recommendation, the allowable soil bearing value shall not exceed 2,500 pounds per square foot. 5.7.16 Backfilling A. Backfilling of all trenches and excavations shall comply with the current City of Lubbock Street Ordinance. B. After the trench has been backfilled, the disturbed area shall be cleared of all rocks larger than 1-1/2 inches in diameter and leveled so that the surface will have the same slope and appearance as it possessed before construction. �a C. All surplus material shall be loaded and legally disposed of at the Contractor's expense at an approved location. ' D. Contractor shall compact backfill and clean up as close behind the pipe laying and backfilling as possible. E. Following completion of backfill and cleanup, the Contractor shall maintain the street and trench surfaces in a satisfactory manner until final acceptance of the work. i. Maintenance shall include blading, filling depressions caused by settlement, sprinkling to settle dust, brooming and other work required to keep the streets and disturbed areas in satisfactory condition as determined by the Chief Water Utilities Engineer. 42 Section 5 -' f_ { Design Standards and Specifications Water Specifications ii. The Contractor shall maintain and be responsible for all paving cuts until such time as repairs can be completed. 5.8 Pneumatic Testing for Tapping Sleeves 5.8.01 Upon completion of tapping sleeve installation, the tapping sleeve shall be subjected to a pneumatic pressure test according to the most recent City of Lubbock requirements. 5.8.02 Pneumatic Pressure Test A. Contractor shall be responsible for performing a pneumatic pressure test witnessed by a City Inspector. i. Tapping sleeve shall be pressurized through 3/4-inch NPT port at a minimum test pressure of 50 psi. ii. Duration of the pressure test shall be a minimum of 10 minutes or as directed by the City Inspector. 5.9 Hydrostatic Pressure Testi Section 5 5.9.01 Upon completion of pipe installation, the line shall be subjected to a hydrostatic pressure test and leakage test according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. 5.9.02 Hydrostatic Pressure Test A. Contractor shall be responsible for performing a hydrostatic pressure test witnessed by a City Inspector. L Minimum test pressure shall be 100 psi or 150% of static operating pressure, whichever is greater. ii. Duration of each pressure test shall be a minimum of 2 hours or as directed by the Chief Water Utilities Engineer. B. Hydrostatic Test Procedure i. Each valved section of pipe shall be slowly filled with water. ii. As the line is being filled, all air shall be expelled from the pipe. a. Taps shall be made, if necessary, at points of highest elevation. b. Taps shall be tightly plugged upon satisfactory completion of the test. iii. Pressure shall be applied and maintained by means of a pump connected to the pipe in a manner satisfactory to the City Inspector. iv. The pump, pipe connection, and all necessary apparatus except meters shall be furnished by the Contractor. v. Contractor shall furnish all necessary labor for connecting the pump, meter, and gages. vi. Water for filling and making tests may be obtained at a location designated by the Water Utilities Engineering Department. a. No charge will be made for the first 2 pipe volumes of water. b. Contractor will be charged for water used in subsequent tests at the current rate of bulk usage. vii. The line shall be carefully checked at regular intervals for breaks or leaks. viii. Any joints showing appreciable leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced at the Contractor's own expense. ix. The test shall be repeated until satisfactory results are obtained. 43 Design Standards and Specifications Water Specifications C. Leakage Test i. For pipe of 12-inch diameter or smaller, no leakage or pressure drop shall be , allowed over a two hour period at the test pressure. ii. For 16-inch diameter or larger, the allowable leakage pipe rg g (gallons per hour) shall not be greater than: L _ ND J 7400 L = Gallons per Hour N = Number of Joints D = Nominal Pipe Diameter (in.) P = Test Pressure (PSI) iii. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test period, when the various sections of the lines are under pressure. iv. If individual sections show leakage greater than the limits specified above, the Contractor shall locate and repair the defective portions at their own expense. 5.10 Sterilization and Bacteriological Testing 44 5.10.01 Upon completion of pipe installation, the line shall be sterilized and tested according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. A. Contractor shall furnish all labor, equipment and material necessary for the chlorination and testing of the new pipe lines which shall be sterilized before being placed into service. B. Sterilization Procedure i. Contractor shall verify that all valves adjacent to test section are closed. a. Valves shall be operated in accordance with the current City of Lubbock valve operating procedures. ii. Lines shall be sterilized by the application of an approved chlorinating agent. iii. Chlorinating agent may be liquid chlorine, liquid chlorine gas -water mixture, or a calcium hypochlorite solution, which shall be fed into the lines through a suitable solution -feed device or other methods approved by the Chief Water Utilities Engineer. iv. All newly installed pipes and related products must conform to American National Standards Institute / National Sanitation Foundation (ANSI/NSF) Standard 61 and must be certified by an organization accredited by ANSI, including chlorine for disinfection. v. Chlorinating agent shall be applied at or near the point from which the line is being filled, and through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. vi. Water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly. vii. Rate of application of the chlorinating agent shall be at least 50 parts per million. viii. Chlorinated water shall be retained in the pipe lines for a period of not less than 24 hours. C. Testing/Sampling Procedure i. The sampling riser shall be located at the farthest point possible from the chlorination point. a. The riser shall be above ground and equipped with a faucet for control of flow during sampling. Section 5 Design Standards and Specifications Water Specifications 9' ii. Samples shall be taken by City of Lubbock Inspectors from the line and will be tested for bacteriologic growth at a City of Lubbock certified laboratory. a. Samples will be taken twice in a 48 hour period not less than 24 hours apart. b. Initial samples may only be taken on Monday, Tuesday or Wednesday prior to 2:00 p.m. D. Chlorinated water used for sterilization shall be legally disposed of per current TCEQ or other applicable regulations. i. A temporary blow off may be required to achieve adequate flushing flow rates. ii. Under no circumstances shall chlorinated water used for sterilization be released directly into the storm drain system or a body of water. iii. All flushing must conform with the City of Lubbock Storm Water Permit and SWP3 Best Practices. 5.11 Restoration and Clean 5.11.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Chief Water Utilities Engineer. 5.11.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 5.11.03 Topsoil material shall be replaced to pre -construction conditions or better. 5.11.04 All rubbish, unused materials and other non-native materials shall be removed from the jobsite. 5.11.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief Water Utilities Engineer. 5.12 Warranty and Acceptance 5.12.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with = the engineering plans and the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 1 year from the written Certificate of Completion. - Section 5 45 Design Standards and Specifications Water Specifications iM 46 Section 5 H Design Standards and Specifications Sewer Specifications SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.1 General 6.1.01 All sanitary sewer main construction within the City of Lubbock sanitary sewerage system or for future connections to the City of Lubbock sanitary sewerage system shall be accomplished in accordance with the requirements of these specifications. 6.2 Plan Reauirements 6.2.01 Sanitary sewer main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Engineering Department. 6.2.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Sanitary Sewer and shall show all information called for on the City of Lubbock Check List for Sanitary Sewer Construction Plans. 6.3 Plan 6.3.01 The Water Utilities Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 6.4 Inspection 6.4.01 Engineer and/or Contractor shall notify the Water Utilities Engineering Department 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. 6.4.02 All work shall be inspected by a representative of the Water Utilities Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 6.4.03 Whenever any portion of these specifications is violated, the Chief Water Utilities Engineer, by written notice, may order that portion of construction which is in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 6.5 Specifications 6.5.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. l Section 6 47 i� Design Standards and Specifications Sewer Specifications 6.6 Materials of Construction 6.6.01 Sewer Pipe A. All pipe used in the City of Lubbock sanitary sewer collection system shall be SDR 35 PVC, SDR 26 PVC, PVC Corrugated Sewer Pipe with Smooth Interior, High Density Polyethylene (HDPE), Ductile Iron, Steel Reinforced Polymer Concrete or Polypropylene Corrugated Single Wall or Dual Wall Pipe and shall conform to the Approved Materials List. B. PVC Pipe - Gravity Flow i. Gravity flow PVC pipe and fittings shall conform to the requirements of ASTM F679 and D3034 for SDR 35 sewer pipe. ii. The pipe shall be jointed with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. Standard joint length shall be 14 or 20 feet f one inch. iv. Gravity flow PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. v. The minimum pipe stiffness factor shall be 46 psi. vi. Gravity flow sewer pipe shall be green. C. PVC Pipe - Pressure Rated i. Pressure rated PVC sewer pipe and fittings shall conform to the requirements of ASTM D2241 for SDR 26 sewer pipe. ii. The pipe shall be joined with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. Pressure rated PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. iv. Standard joint length shall be 14 or 20 feet t one inch. v. Pressure rated sewer pipe shall be green. D. PVC Pipe - Spiral Wound i. Spiral wound PVC pipe and fittings shall conform to the requirements of the latest revision of ASTM F794 for large diameter ribbed gravity sewer pipe. ii. Spiral wound PVC pipe shall be installed in accordance with the manufacture's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. iii. The minimum pipe stiffness factor shall be 46 psi. E. High Density Polyethylene Pipe i. The pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of ASTM F894. ii. Rubber gaskets shall comply in all respects with the physical requirements specified in the non -pressure requirements of ASTM Specifications C443. iii. Polyethylene pipe shall be installed in accordance with the manufacturer's recommendations. } 48 Section 6-� I'l Design Standards and Specifications �Sewer Specifications � F. Ductile Iron Pipe i. Ductile iron pipe shall conform to ANSI/ASTM specifications A746 for Ductile Iron Sewer Pipe. a. Pipe and fittings shall have a 30-mil thickness epoxy lining on the interior. b. Pipe and fittings shall have an exterior coating of coal tar pitch conforming to requirements of Federal Specifications WW-P-421. ii. Joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when otherwise shown on the plans and where connecting to flanged fittings, and shall conform to the base specifications to which the pipe is manufactured. iii. Fittings shall be AWWA Standard Class "D" bell and spigot type or an approved gasket joint for the particular type of pipe used and designed for the pressures of the pipe (` except as shown on the plans. Section 6 G. Steel Reinforced Polymer Concrete Pipe i. Steel Reinforced Polymer Concrete Pipe and fittings shall conform to ASTM C76, D6783 and A615 and all other applicable standards. ii. Steel Reinforced Polymer Concrete Pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. H. Polypropylene Corrugated Dual Wall and Triple Wall Pipe i. Polypropylene Corrugated Dual Wall Pipe and fittings shall conform to ASTM F2736. ii. Polypropylene Corrugated Triple Wall Pipe and fittings shall conform to ASTM F2764. iii. Polypropylene Corrugated Dual Wall and Triple Wall Pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. 6.6.02 Pre -cast Reinforced Concrete Manholes A. Manhole barrel, cone, and extension sections shall be constructed of pre -cast concrete. i. Manhole products shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. ii. No grouting shall be applied to the edges or inside surfaces of manholes during the manufacturing process. iii. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. B. Manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: ASTM C-33 Aggregates ASTM C-150 Cement ASTM C-39 Sampling Specimens ASTM C-185 Reinforcing ASTM C-144 Sand and Mortar C. Pre -cast Concrete Manhole Sections i. Pre -cast concrete manhole sections shall conform to ASTM C478 specifications. ii. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. iii. Coarse aggregate shall consist of 95% crushed limestone. iv. Manholes shall be designed to withstand H-20 AASHTO loading. 49 .i Design Standards and Specifications Sewer Specifications v. Manholes shall have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside wall of manhole. D. Joints Other Than Grade Rings i. Joints other than grade rings shall be tongue and groove or an equivalent male and female type joint. ii. Joints shall be effectively joined with water -tight sealant to prevent leakage and infiltration. Sealant shall comply with the Approved Materials List. E. Cones and Grade Rings i. Cones and grade rings shall maintain a clear 30-inch opening. ii. Grade rings shall be reinforced with the same percentage of steel as risers and tops and shall also meet ASTM C478 specifications. 6.6.03 Inflow Prevention Device cIPD ' ) A. All new manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. i B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. D. IPDs shall be equipped with ventilation valves or holes. i. Release of water through vent valves or holes shall not exceed 5 gallons per 24 hour period. ii. Vent valves or holes shall vent sewer gas at one p.s.i. or less. E. IPDs shall comply with the Approved roved Materials List. P 6.6.04 Manhole Frames and Cover A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM Designation A48, having a clear opening of not less than 30 inches. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Cover shall be furnished with lifting ring or pick bar cast into the cover in such a manner as to prevent water leaking through. D. Frame and cover shall have a weight of not less than 275 pounds, shall include lettering "City of Lubbock, Texas Sanitary Sewer" and shall comply with the Approved Materials List. 6.6.05 Concrete A. Proportioning of the constituents of the concrete shall be such as to produce a dense and workable mixture, and the designed mix shall be approved by the Engineer before any concrete is placed. i. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: L Concrete for manholes, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. 50 Section 6 �- Design Standards and Specifications Sewer Specifications ii. Concrete for pipe cradling, blocking of fittings, manhole inverts and other non - reinforced concrete shall contain not more than 9.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. C. Concrete to be used in manhole bases, sections, cones, grade rings and inverts shall be made with Portland cement which conforms to "Standard Specifications and Test for Portland Cement", ASTM C150. D. Concrete coarse aggregates shall consist of natural washed and screened sand, and clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. i. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the Chief Water Utilities Engineer before use. E. Sand to be used in cement mortar shall conform to ASTM C144 specifications. F. Water used in mixing concrete or mortar shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. G. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. H. Reinforcing steel used in concrete shall be deformed bars conforming to "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50. i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. ii. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. I. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. i. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. a. Wire ties will not be permitted. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. J. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). Section 6 51 Design Standards and Specifications Sewer Specifications i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 6.6.06 Bedding, Embedment and Backfill A. Sewer Pipe, All Diameters i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 1/2-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: Retained on 1" Sieve 0 Retained on 1 2" Sieve 0-20 Retained on 3 8" Sieve 15-30 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 90-100 a. Embedment shall extend to 12 inches above top of pipe. iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. 6.6.07 Flowable Fill A. Flowable fill shall consist of a mixture of Portland cement, pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. i. Utility ditches in existing paved streets shall be backfilled with compacted native material or flowable fill from the top of the embedment material to the paving surface as specified in the current City of Lubbock Streets Ordinance. ii. Alternatively, flowable fill can be used for full depth backfill in all utility ditches within the right-of-way. iii. 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 own expense. 6.7 Methods of Construction 6.7.01 Scope A. The work covered by this section consists of constructing gravity flow sanitary sewers, manholes and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and jointing pipe; installation of appurtenances; construction of pre -cast, pre -assembled or field assembled manholes; manhole bases; placement and assembly of manhole risers, cones, or tops; installation of manhole rings, covers and grade rings; bedding, embedment and backfilling; and other related work. 52 Section 6 --� 6.7.02 Quality Standards L, Section 6 Design Standards and Specifications Sewer Specifications Standard Test Methods for Laboratory Compaction ASTM D698 Characteristics of Soil Using Standard Effort ASTM A746 ANSI Ductile Iron Gravity Sewer Pipe AWWA C600 (ANSI) Installation of Ductile Iron Mains and Their Appurtenances AWWA M23 Polyvinyl Chloride PVC Pipe Design and Installation Recommended Practice for Polyvinyl Chloride (PVC) UNI B 5 Sewer Pipe ASTM C891 Installation of Underground Pre -cast Utility Structures____ 6.7.03 Materials A. The Contractor shall install sanitary sewer pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the Chief Water Utilities Engineer. B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 6.7.04 Storm Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Storm Water Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 6.7.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas i. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. 53 Design Standards and Specifications Sewer Specifications iii. Asphalt Paving a. Asphalt surface shall be cut along each side of the trench ahead of the trenching machine and the surfacing and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. 6.7.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: i. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. i. If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 6.7.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. i. 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. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. 1 iii. 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. iv. The contractor shall be responsible for reporting monthly water usage. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. 54 Section 6 Design Standards and Specifications Sewer Specifications C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 6.7.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for short periods of time, provided the Contractor obtains permission from the Water Utilities Engineering Department and from the owner of the premises being served by the utility. i. When a customer outage is planned, Contractor shall notify effected customer a i minimum of 24 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near ` electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. Section 6 H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on their part. J. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. 55 Design Standards and Specifications Sewer Specifications 6.7.09 Excavation and Trenching A. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: 4" thru 12" Pipe O.D. +12" Pipe O.D. +18" 15" thru 21" Pipe O.D. +18" Pipe O.D. +24" B. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. C. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. D. In order to obtain a true, even grade, the trench shall be fine -graded. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. ii. Where the trench is excavated in excess of 3 inches below grade, the material shall be compacted to 95% Modified Proctor Density or shall be replaced with approved bedding material. iii. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. E. Excavation for manholes, structures and other appurtenances shall be sufficient to provide clearances adequate for proper backfill and compacting on all sides. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 6.7.10 Dewatering A. All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. B. The method of dewatering shall provide for a dry foundation at the final grades of the excavation. C. Water shall be disposed of in accordance with current City of Lubbock Storm Water Engineering Department requirements and in a manner that does not inconvenience the public or result in a menace to public health. D. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is discontinued. E. Dewatering shall continue until such time as it is safe to allow the water to rise in the excavation. 6.7.11 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps i. Service taps on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. 56 Section 6 Design Standards and Specifications Sewer Specifications ii. Service taps on existing, in-service mains shall be installed by City personnel or a City - designated contractor. C. Main Line Connections i. Connections on existing mains shall comply with current TCEQ requirements. ii. Connection to existing main shall be by a new manhole constructed on the existing main or connection to an existing manhole. iii. City Inspector must be present for any connection being installed on an existing main. 6.7.12 Pipe Installation A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Gravity sanitary sewer pipe and other accessories shall be inspected, handled, laid and joined in the manner herein specified. i. Force mains shall be installed according to water pipe installation specifications and ~ current TCEQ requirements. C. Pipe and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their expense. Section 6 D. Pipe and accessories shall be handled in accordance with manufacturer's specifications. i. Before lowering into the trench, the pipe and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. ii. All pipe and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. iii. Under no circumstance shall pipe, accessories or tools be dropped directly into the trench. E. Pipe shall be laid to the alignment as established on the approved plans. i. Pipe shall be laid from lowest point to highest point. ii. Pipe shall be laid with spigots facing in the direction of flow. iii. Batter boards or laser beam will be required to fine grade the trench. iv. All foreign matter shall be removed from the inside of the pipe, bells, spigots, or parts of the pipe used in forming the joint before the pipe is lowered into the trench; a. Pipe shall be kept clean by approved means during and after laying. b. At the times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means. v. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the bottom of the trench and to allow ample space for properly jointing the pipe. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. i. Bell, spigot and gasket of pipe shall be wiped clean prior to joining. ii. Cutting of pipe for inserting accessories or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iii. If the pipe is disturbed from line and grade after being laid and jointed, the pipe shall be removed from trench, the joints cleaned and the pipe re-laid. 57 Design Standards and Specifications Sewer Specifications 58 iv. Jointing shall be completed for all pipe laid each day. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. vi. No trench water shall be permitted to enter the pipe. H. The Water Utilities Engineering Department shall be notified at least 24 hours in advance of when pipe is to be laid in any trench. i. No pipes shall be covered or authorized for cover until they have been inspected by the City's Inspector.-, 6.7.13 Detectable Marking Tape A. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for sewer mains shall be 3-inch, green in color and clearly labeled "Caution: Buried Sewer Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 6.7.14 Backfill around Pipe A. Bedding i. Bedding material shall be fine graded select sand or aggregate material conforming to the Materials of Construction section of these Specifications and shall be a minimum of 2 inches thick. B. Embedment i. Embedment, including haunching under pipe and to a point 12 inches above the top of the pipe shall be carefully placed and shall be graded embedment material conforming to the Materials of Construction section of these Specifications. C. Compaction i. Bedding and embedment shall be compacted to in accordance with pipe manufacturer's specifications and approved mechanical means. ii. Compaction shall be in maximum 6-inch compacted lifts. D. Backfill i. The remainder of the backfill shall conform to the current City of Lubbock Street Ordinance. ii. In unpaved streets and alleys or in agricultural or cultivated areas, backfill shall be compacted to a minimum of 90% Modified Proctor Density. iii. In paved streets, alleys or proposed paving, backfill shall be compacted to a minimum of 95% Modified Proctor Density. iv. Flowable fill may be substituted for compacted backfill. v. Special situations such as state highway or railroad crossings may be subject to more stringent requirements and shall be addressed on a case -by -case basis. vi. Water jetting will not be allowed. E. Following the completion of the backfilling, the Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. i. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the Section 6 M Design Standards and Specifications Sewer Specifications request of the Chief Water Utilities Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. } ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.7.15 Manhole Construction Section 6 A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Manholes and other accessories shall be inspected, handled, and installed in the manner herein specified. C. Manhole components and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their expense. D. Manhole Base i. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. ii. Concrete shall be minimum 3,000 psi. iii. Concrete placement shall conform to ACI and good construction practices. iv. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. v. Field poured concrete bases shall be reinforced. vi. Pre -cast reinforced concrete bases shall be of the size and shape detailed on the Plans. E. Manhole Inverts i. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent sewer section. ii. Changes in direction of flow shall be made with a smooth curve of as large radius as the size of the manhole will permit. iii. Changes in size and grade of the channels shall be made gradually and evenly. iv. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. v. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot or more than two inches per foot. F. Manhole Barrels i. Manhole barrels shall be assembled of pre -cast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. ii. Free drop inside the manhole shall not exceed 24 inches measured from the invert of the inlet pipe to the invert of the outlet pipe. a. Where the drop exceeds 24 inches, an approved drop manhole shall be required. iii. All 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 shall be cast into the riser or base section. b. Approved preformed flexible plastic sealing compounds are also acceptable, provided water tightness is achieved. 59 1 i a Design Standards and Specifications Sewer Specifications I G. Top or Cone Sections ` i. Cone shaped top sections shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. ii. On shallow lines where standard cone sections will not conform to specified elevations, flat top sections may be considered with prior approval of the Chief Water Utilities Engineer. 60 H. Grade Rings i. Grade rings shall be used for adjusting the top elevation. a. Grade rings shall be set to the elevations shown on the Plans or established by the City's Inspector. b. Each manhole shall have a minimum of 6 inches of grade adjustment. c. Total height of the grade rings shall not exceed 18-inches at any manhole. d. Non -shrink grout shall be placed around and under the rings to provide a seal and properly seat the rings at the required elevation. I. Manhole Frame and Cover i. Manhole frame and cover shall be set to the elevation shown on the plans. ii. Non -shrink grout shall be placed around and under the frame to provide a seal and properly seat the frame at the required elevation. J. Inflow Prevention Device (IPD) i. All newly installed manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. ii. IPDs shall be installed such that lifting strap is to the North. iii. IPDs shall comply with the Approved Materials List. K. Water Tightness i. Finished manholes are expected to be as watertight as the pipe system they are incorporated into. Infiltration or exfiltration shall not exceed the limits established in these specifications. ii. All connections between riser sections, bases and tops shall be sealed with an approved preformed flexible plastic joint sealing compound. iii. Application of primer and sealing compound shall be accomplished in conformance with the manufacturer's recommendations. iv. Grade of materials, quantity of materials and application temperatures shall conform to the manufacturer's recommendations. L. Protective Lining System i. When required for rehabilitation of an existing manhole, construction of a new 60-inch diameter manhole or construction of a manhole serving an 18-inch diameter or larger pipe, an approved protective lining or coating system shall be installed per manufacturer's instructions. Protective lining and coating systems shall conform to the Approved Materials List. M. Backfilling Around Manholes i. Backfilling around manholes shall conform to the requirements as specified for backfilling around pipe. ii. Embedment material shall be placed up to a point equal to that required for the adjacent pipe. N. Following the completion of the backfilling, the Contractor shall maintain the excavated surfaces in a satisfactory manner until final completion and acceptance of the work. Section 6 Design Standards and Specifications Sewer Specifications i. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the Chief Water Utilities Engineer and other work required to keep the streets and roads in satisfactory condition for traffic. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.7.16 Service Connections A. Service connections on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. B. Service connections on existing sewer mains shall be made by City of Lubbock Water Utility forces. C. Contractor shall place wyes and tees for service connections where required by the approved construction plans on new sewer mains. i. Wyes and tees shall be of like material as the sewer pipe. ii. Service lateral lines shall be installed to 2 feet inside adjacent property line at a typical depth of between 4 feet and 6 feet, or deeper when required. iii. Watertight plugs shall be installed in each branch pipe or stub. iv. Service locations shall be marked with a piece of two-inch by four -inch lumber extended from the end of the pipe to above ground level with the above -ground portion painted green. 6.8 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer PiDe and Manholes 1, Section 6 6.8.01 Scope A. The work covered by this section consists of the inspection, testing, approval and acceptance of gravity flow sanitary sewers and manholes and other appurtenances normally installed as part of this system. The work may include inspection, cleaning, leakage testing, deflection testing and television inspection of the interior of the finished sewer system. 6.8.02 Quality Standards A. The latest published revision of: ASTM C969 I Infiltration and Exfiltration Acceptance Testing of Installed Sewer Lines I ASTM C828 I Low Pressure Air Test of Sewer Lines I UNI B 6 I Recommended Practice for Low Pressure Air Testing of ASTM C1214 Standard Test Method for Concrete Pipe Sewer Lines by Negative Air Pressure (Vacuum) Test Method ASTM C1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill 6.8.03 Materials A. Water used for exfiltration tests shall be potable or as otherwise approved by the City Inspector. 61 Design Standards and Specifications Sewer Specifications B. Equipment for tests shall be of the type, quality and capacity to perform the operations required and shall be furnished by the Contractor. 62 C. All labor and materials, including water, shall be furnished at the Contractor's expense. 6.8.04 Inspection A. City Inspector shall inspect and approve all work accomplished. i. Testing shall be performed at the discretion of the City Inspector. B. It shall be the responsibility of the Contractor to coordinate inspection and testing with the Water Utilities Engineering Department. 6.8.05 Cleaning A. Contractor shall remove all foreign matter from the interior of the system prior to testing any section of sewer pipe. i. Chunks of concrete, mortar or other debris including dirt, small gravel, and grit shall be removed from the interior of the newly installed system. ii. Flushing debris into the downstream system shall not be allowed. B. Watertight plugs or other methods approved by the City Inspector shall be used to prevent dirt or debris from entering the system. C. After cleaning manholes, manhole cover shall be positioned to prevent dirt or debris from entering the system. Other means of preventing intrusion of dirt or debris may be employed if approved by the City Inspector. 6.8.06 Pipe Testing A. Contractor shall have the option of conducting a hydrostatic exfiltration test or a low-pressure air test. An infiltration test may also be required if the pipeline is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Exfiltration Test i. The sewer line being tested may be filled with water for a period long enough to allow water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours and not more than 72 hours. ii. Each section of the pipeline shall be tested between successive manholes or other structures. The lower end of the section shall be closed with a watertight device. The inlet end of the section to be tested shall be filled with water to a point 4 feet above the pipe invert at the centerline of the upper manhole or structure. a. If the ground water level is above the pipe invert, the water level in the upper manhole shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. iii. Allowable exfiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. Section 6 Design Standards and Specifications Sewer Specifications iv. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. v. Leakage shall be measured by checking the drop in the water level in the upper manhole or structure over a period of 4 hours. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce exfiltration leakage to an acceptable rate. vii. Contractor shall repeat the 4 hour exfiltration test after repairs are made until an acceptable leakage rate is attained. viii. Repairs required shall be at the Contractor's own expense. G. Low -Pressure Air Test i. Low-pressure air test shall be conducted in accordance to the provisions of UNI-13-6, "Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe," published by Uni-Bell Plastic Pipe Association. ii. Low pressure air shall be slowly introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average backpressure of the groundwater above the pipe. iii. The air supply shall be throttled to maintain that internal pressure for at least 2 minutes to permit the temperature of the entering air to equalize with the temperature of the pipe wall. iv. When temperatures have been equalized and the pressure stabilized at 4.0 psig, the air supply shall be shut off or disconnected. v. Time shall be recorded for the pressure inside the pipe to drop 4.0 psig to 3.0 psig. vi. Time shall not be less than that outlined in the following table: MONNIMMINIVEM 6 340 398 0.855 8 454 298 1.520 10 567 239 2.374 12 680 199 3.419 15 850 159 5.342 18 1020 133 7.693 21 1190 114 10.471 vii. City Inspector shall witness and verify results of the test. viii. The City Inspector may stop a test if no pressure drop loss has occurred during the thirst 25% of the calculated testing time. ix. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce leakage to an acceptable rate. x. Contractor shall repeat the low-pressure air test after repairs are made until an acceptable pressure drop for the test is attained. A. Repairs required shall be at the Contractor's expense. Section 6 63 r� Design Standards and Specifications Sewer Specifications ' H. Infiltration Test ' i. Infiltration tests are acceptable only if the pipeline is continuously subjected to an external hydrostatic head (ground water level) of at least 2 feet above the top of the pipe at the upstream manhole or structure. ii. Infiltration test shall be made by sealing the inlet and outlet ends of this pipeline and measuring the volume of water that infiltrates into the section being tested. j a. Flow measurement may be measured by collecting the discharge into a volumetric measuring container, weir or other approved method. iii. The test shall be continued over a period of at least 4 hours. Time shall be allowed to soak lines and manholes in advance of performing test. iv. Allowable infiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. v. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce the infiltration to an acceptable rate. vii. Contractor shall repeat the 4 hour infiltration test after repairs are made until an acceptable infiltration rate is attained. viii. All repairs required shall be at the Contractor's own expense. ix. Whenever the rate of infiltration is found to repeatedly exceed the prescribed amount, the Contractor shall be notified in writing. The Contractor may then be required to provide, at their own expense, video inspection of the interior of the conduit. The Contractor shall make appropriate repairs by methods approved by the Chief Water Utilities Engineer and shall continue to test the conduit until it is proven satisfactory. 6.8.07 Video Inspection A. Where determined to be necessary, the new sewer pipe shall be inspected by video camera prior to final acceptance. i. Initial video inspection shall be at the Contractor's own expense. B. Video equipment expressly designed for pipeline inspection purposes and operated by experienced and qualified personnel shall be pulled through the entire pipeline. i. Video equipment operator shall maintain a log of all inspections and note location, type and extent of any deficiencies. ii. Video equipment operator shall also photograph all deficiencies and not less than one "typical" location per each 500 feet of pipeline inspected. C. Contractor shall bear all costs incurred in correcting deficiencies found during the video inspection, including cost of additional video inspection required to verify correction of noted deficiencies. D. Video inspection conducted solely for the Contractor's benefit shall be at the Contractor's own expense. 6.8.08 Deflection Test A. Deflection tests shall be conducted in the presence of the City Inspector after the pipe has been installed and backfilled. i. The deflection test shall be conducted by pulling a mandrel (go no-go device) through the pipe. 64 Section 6 Design Standards and Specifications Sewer Specifications ' ii. The mandrel shall be designed and sized for each size and type of pipe and shall be at least 1.5 pipe diameters in length. iii. The mandrel shall be constructed with an odd number of runners placed parallel to the pipe centerline and equally spaced around the perimeter of the mandrel. iv. Test mandrel shall be furnished by the Contractor and approved by the City Inspector. v. Test equipment, calibration data and procedures shall be subject to the approval of the City Inspector. B. Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal diameter of the pipe. Pipe sections that restrict free passage of the mandrel shall be removed and replaced or excavated, re -bedded, backfilled and retested. C. All repairs, replacement, remedial work and retesting shall be performed by the Contractor at their own expense. D. Deflection test may be conducted concurrently with the video inspection of the pipe interior, • , subject to approval by the City Inspector. t 6.8.09 Manhole Testing A. Manholes shall be tested for leakage separately and independently of the sanitary sewer lines by vacuum testing, hydrostatic exfiltration testing or other methods approved by the City Inspector. An infiltration test may also be required if the manhole is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Vacuum Test i. All inlet and outlet pipes in the manhole shall be plugged with an airtight device. ii. All lift holes and exterior joints shall be plugged with a non -shrink grout. a. No grout shall be placed in horizontal joints prior to testing. iii. The manhole opening shall be sealed by a method approved by the City Inspector. iv. There must be a vacuum of 10 inches of mercury (4.91 psig) inside a manhole to perform a valid test. v. A test does not begin until after the vacuum pump is off. vi. The manhole passes the test if after 2.0 minutes and with all valves closed, the vacuum is at least 9 inches of mercury. vii. The Contractor shall have the option to repeat the vacuum test one time after repairs viii. If a vacuum test is failed twice, the manhole shall be repaired and an exfiltration test shall be performed. ix. All repairs required shall be at the Contractor's own expense. G. Exfiltration Test i. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. ii. The manhole being tested may be filled with water for a period long enough to allow water absorption into the manhole. The saturation period shall be a minimum of 4 hours and not more than 72 hours. Section 6 65 Design Standards and Specifications Sewer Specifications iii. Test shall be conducted with the manhole filled with water to the top of the cone section. iv. Allowable leakage shall not exceed 0.025 gallon/foot diameter/foot of manhole depth/hour over a 4 hour period. v. The Contractor shall repeat the exfiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. H. Infiltration Test i. Infiltration tests are acceptable only if the connecting conduit is continuously subjected to an external hydrostatic head (ground water level) at least 2 feet above the top of the conduit. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. ii. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The volume of water that infiltrates into the manhole during a 4 hour period shall be measured in a manner determined by the City Inspector. iii. The test shall be conducted after the manhole has been subjected to the maximum ground water level for at least 4 hours to thoroughly saturate the manhole wall. iv. The allowable infiltration shall not exceed 0.025 gallon/foot of diameter/foot of manhole depth/hour during a 4 hour test. v. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. 6.8.10 Approval A. Final approval of sewer lines and manholes shall be based on an inspection covering all items in this specification and other approved plans and material. The inspection shall be done in an appropriate manner by representatives of the Chief Water Utilities Engineer. B. Contractor shall remedy any defects in workmanship or materials revealed by inspection at their own expense. C. Final approval will be based on re -inspection of the sewer after the appropriate repairs and corrections are completed. 6.8.11 Acceptance A. Flow of any kind into the existing sanitary sewer collection system shall not be allowed until the new sewer lines and manholes has been satisfactorily completed and accepted for use by the Chief Water Utilities Engineer. B. Portions of the work completed may be placed in operation after all cleaning, testing and inspection requirements have been fulfilled. Such partial use or partial acceptance shall be subject to approval of the Chief Water Utilities Engineer. 66 Section 6 Design Standards and Specifications Sewer Specifications 6.9 Lift Station Section 6 6.9.01 Lift station design must conform to the most recent TCEQ design criteria. 6.9.02 Site Layout A. Lift station site location shall be approved by the Chief Water Utilities Engineer. B. Site shall be chosen to provide the least negative impact to surrounding existing and future development. C. The station site shall be located so it may serve as much of the entire sewer drainage basin as possible. This may require that the station be located off -site of the development. D. The station site shall be protected from the 100-year flood plain and shall be accessible during the 25-year storm event. E. Lift station site and associated access road shall be located in a dedicated right-of-way or permanent easement. i. Access road shall be a minimum 12-foot wide all-weather surface. ii. Additional staging and parking area shall be provided. iii. Station grounds shall be minimum 5-inch thick, aggregate road base material. F. Lift station site shall be fully enclosed by intruder -resistant fence and include a 14-foot vehicle gate and 3-foot man gate. Vehicle gate shall be situated such that pumps and equipment are accessible by service vehicles. G. Lift station shall have bypass capability. H. Lift station shall have lightning protection for all electronic components. I. Lift station site shall be illuminated by a security light system. J. Lift station shall be fitted with SCADA antennae. 6.9.03 Dry Well A. Dry well shall have separate, dedicated entrance with ladder. B. The dry well or valve vault shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum hatch. C. Provisions shall be made for water removal from the dry well. D. Dry well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. 6.9.04 Wet Well A. Wet wells must be enclosed by water -tight and gas -tight walls. B. Interior walls of wet wells shall be lined with a lining system per the Approved Materials List. C. Wet well shall have a maintenance hatch for servicing pumps and a separate, dedicated entrance. i. Dedicated entrance shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum safety hatch. ii. Maintenance hatch shall be an approved, double -door, lockable, 48-inch x 72-inch pedestrian -rated aluminum hatch or as required to adequately maintain the wet well pumps and components. 67 Design Standards and Specifications Sewer Specifications D. A gravity sewer pipe discharging to a wet well must be located so that the invert elevation is above the level of the system's "on" setting. E. All piping within wet well shall be PVC with flanged fittings. F. All interior components shall be stainless steel including nuts, bolts, other fasteners and all base plates. G. Each pump shall be fitted with minimum 25 feet of stainless steel lifting chain. H. Each pump shall be fitted with dual -rail stainless steel guide bar and upper guide bar brackets. I. Wet well shall have a sloped bottom toward the pump intake to avoid solids deposition. J. Wet well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. K. Piping associated with lift stations shall be approved gravity or pressure rated sewer pipe. 6.10 Restoration and Clean Up 68 6.10.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Chief Water Utilities Engineer. 6.10.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 6.10.03 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. 6.10.04 All rubbish, excess excavated materials, unused materials and other non-native materials shall be removed from the jobsite and legally disposed. 6.10.05 The right-of-way shall be left in a state of order and cleanliness as determined by the Chief Water Utilities Engineer. Section 6 Design Standards and Specifications Sewer Specifications 6.11 Warranty and Acceptance 6.11.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Section 6 Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 1 year from the written Certificate of Completion. 69 Design Standards and Specifications Sewer Specifications 70 Section 6 Design Standards and Specifications Approved Materials List SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7.1 Introduction 7.1.01 This section lists specific products and manufacturers that have been approved for use within the City of Lubbock water and sanitary sewer system. 7.1.02 This listing is intended to be used as a reference source for Water Utilities employees, design engineers, developers, contractors and vendors. 7.1.03 Materials produced by manufacturers not listed herein are not acceptable for use within the City's system. 7.1.04 Manufacturers interested in submitting products for evaluation and possible approval should submit a written request in accordance with the procedures listed below. 7.2 Product Submittal Procedures Section 7 7.2.01 Written requests should be sent to the attention of "Chief Water Utilities Engineer, City of Lubbock, PO Box 2000, Lubbock, Texas 79457". 7.2.02 Written requests shall include the following: A. A complete Application for New Product(s) (See Appendix A-1) B. Four (4) copies of the following documents: i. A list of all applicable standards regarding the product and certification (AWWA, ANSI, ASTM, etc.) ii. Adequate shop drawings and design information (brochures and other product information) iii. Location of the manufacturer's plant iv. Location of the nearest local distribution point and retail outlet v. A list of any special tools, fittings or methods of construction required for installation and/or maintenance vi. Spare parts and service availability information vii. A 5-year history of the product documenting its performance viii. Warranties ix. Product sample (where appropriate) x. User references, with contact person and telephone numbers (Specifically in the State of Texas) A. Life cycle costs (where appropriate) xii. A statement of why the approval of the product would be beneficial to City of Lubbock C. Applicant shall send a formal review meeting request to the Chief Water Utilities Engineer. D. All submissions shall be made at least 30 days prior to the meeting at which review is requested. 71 Design Standards and Specifications Approved Materials List 7.3 Evaluation Process 7.3.01 Product evaluation will be conducted by the Chief Water Utilities Engineer or their designee. A. Review shall include: i. Conformance with the City of Lubbock Minimum Design Standards and Specifications. ii. Comments made by contractors, engineers, developers, suppliers, etc. iii. Any other matters regarding the design, construction and implementation of the proposed product into the City of Lubbock water and sanitary sewer system. B. Applicant may be requested to make a brief presentation regarding the product. Representatives shall be knowledgeable on product use, locations, design and reference checks. The representative shall also have the authority to approve a trial run in City of Lubbock. 7.4 Approval Process 72 7.4.01 The decision of the Chief Water Utilities Engineer is final. 7.4.02 For each product that has been submitted, one of the following recommendations will be made: A. Approval for Use i. This approves a product for use throughout the City's service area. ii. The Chief Water Utilities Engineer may withdraw the Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. iii. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. B. Conditional Approval for Use i. This approves a product for use throughout the City's service area; however, the product will be reviewed periodically to ensure that no unforeseen installation or maintenance problems have risen and that quality assurance/quality control meet City Standards. ii. After a suitable period of field observation, this approval may be upgraded to Approval for Use status. The frequency of review and the length of field observation period will be determined by the Chief Water Utilities Engineer. iii. If, during the field observation period, problems with installation, operation or maintenance of the product are observed, the Chief Water Utilities Engineer may downgrade the status of the product to Disapproved for Use. iv. The Chief Water Utilities Engineer may withdraw the Conditional Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. v. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. C. Limited Approval for Use i. This approves a product for use only in certain sites or projects within the City's service area. The Chief Water Utilities Engineer will determine where the product can be used. ii. The product will be reviewed periodically to ensure that no unforeseen installation, operation or maintenance problems have arisen. Section 7 Design Standards and Specifications Approved Materials List iii. After a suitable period of field observation, this approval may be upgraded to Conditional Approval for Use or Approval for Use status. The frequency of review and the length of the field observation period will be determined by the Chief Water Utilities Engineer. iv. If, during the field observation period, problems with the installation, operation or maintenance of the product are observed, the Chief Water Utilities Engineer may downgrade the status of the product to Disapproved for Use. v. The Chief Water Utilities Engineer may withdraw the Limited Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. vi. All use of the product will be in conformance with manufacturer's specifications and good engineering practices. D. Disapproved for Use i. The product may not be used anywhere within the City's service area. ii. If a product has been given a Disapproved for Use status by the Chief Water Utilities Engineer, the product may not be resubmitted for review unless significant changes have been made to the product. iii. The Chief Water Utilities Engineer will not reconsider a product Disapproved for Use until at least twelve (12) months have passed from the date of disapproval. E. InsufFcient Information i. Not enough information was provided to evaluate the product. ii. Upon receipt of requested additional information, the Chief Water Utilities Engineer will reevaluate the product. iii. If, upon reevaluation, it is determined that not enough information was provided a Disapproved for Use status will be given. 7.4.03 Design Changes of Approved Products A. After the approval of a product, the manufacturer or their representative shall inform the Chief Water Utilities Engineer, in writing, of any modifications in design or material. Such changes may require further evaluation and approval. 7.4.04 Withdrawal of Approval A. The Chief Water Utilities Engineer may withdraw any approval as a result of a design change, field observation, testing, product failure, or other factors that, in the opinion Chief Water Utilities Engineer, warrant such withdrawal. Section 7 73 1 Design Standards and Specifications Approved Materials List 7.5 Water System 7.5.01 Water Pipe A. Polyvinyl Chloride (PVC) 4-inch to 24-inch i. AWWA C900 or C905; Minimum DR-18 ii. Manufacturers: a. CertainTeed (1) Certa-Lok b. Diamond Plastics c. JM Eagle (1) Blue Brute (2) Big Blue (3) Eagle Loc 900 d. North American Pipe e. Northern Pipe Products f. Pipelife Jetstream g. VinylPlex, Inc. B. High Density Polyethylene (HDPE) i. AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco C. Cement -lined Ductile Iron (DIP) - Push -On or Mechanical Joint i. AWWA C151 Minimum Thickness Class 50 ii. Manufacturers a. American Cast Iron Pipe b. Griffin Pipe Products c. McWane Pipe d. U.S. Pipe and Foundry D. Concrete Cylinder Pipe i. AWWA C301, Pre -stressed Concrete Steel Cylinder Pressure Pipe ii. AWWA C303, Concrete Bar -wrapped Steel Cylinder Pressure Pipe iii. Manufacturers: a. Hanson 7.5.02 Fittings: (Bends, Crosses, Tees and Offset Glands) A. Ductile Iron; Compact B. AWWA C110 and C-153 C. Manufacturers: i. American Cast Iron Pipe ii. Griffin Pipe Products iii. McWane Pipe 74 Section 7 Design Standards and Specifications Approved Materials List iv. Sigma Corporation v. Star Pipe Products, Inc. f' vi. Tyler Pipe and Foundry Utilities vii. U.S. Pipe and Foundry 7.5.03 Couplings (Transition or Straight), Non -Restrained A. Low -alloy or stainless steel bolts and nuts; outside finish: heat fused nylon coating or fusion bonded epoxy coating; standard length body. B. Manufacturers i. Dresser ii. Ford iii. JCM Industries iv. Romac v. Smith -Blair 7.5.04 Resilient Seat Gate Valves, 4-inch through 12-inch A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C509 and C515 C. Manufacturers i. American AVK ii. Clow iii. Darling iv. EJIW v. Mueller vi. M & H Model 3067 vii. United 7.5.05 Butterfly Valves —16-inch and Greater, with gearing if required by manufacturer A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C504 C. Manufacturers i. DeZurik ii. Mueller iii. M & H 7.5.06 Fire Hydrants A. AWWA C502 B. 5-1/4-inch valve opening; 2-1/2-inch hose nozzles; 4-inch steamer nozzle C. Factory painted orange D. Manufacturers i. American Darling Model B-84-B ii. American AVK iii. Clow Medallion Section 7 75 Design Standards and Specifications Approved Materials List iv. Mueller Centurion } v. M & H Style 129-09 T 7.5.07 Fire Hydrant Raised Pavement Marker .- A. Manufacturer . i. Stimsonite Model 80 7.5.08 Service Saddles A. Epoxy coated ductile iron body; Double band with SS bands and bolts B. AWWA C800 C. 1-inch i. Female AWWA Taper threads (CC or CS) ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair D. 2-inch a. i. Female iron pipe threads _J ii. Manufacturers a. Ford b. JCM Industries } c. Mueller d. Romac Industries, Inc. e. Smith -Blair 7.5.09 Corporation Stops A. Full Port Ball Valve B. AWWA C800 C. 1-inch_ i. Male AWWA Taper threads (CC or CS) by flared copper or compression ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller D. 2-inch i. Male iron pipe threads by flared copper or compression ii. Manufacturers 4 a. A. Y. McDonald b. Ford c. Mueller_.i - 76 Section 7 4 4 Design Standards and Specifications Approved Materials List 7.5.10 Service Tubing A. Copper Tubing i. ASTM B88 ii. Flared copper fittings ` iii. 1-inch a. Type K - Soft iv. 2-inch a. Type K - Hard B. Polyethylene Tubing (PET); 1-inch and 2-inch i. ASTM D2737 - Copper Tube Size (CTS), 200 PSI Minimum, Black or Blue ii. Quick joint type compression fittings iii. Manufacturers a. Endot — Endopure PE 4710 b. NuMex PE 4710 c. Silverline — Sil-O-Flex PE 3408 or 4710 d. Ultraline — Driscoplex 5100 Series PE 4710 7.5.11 Curb Stops A. Full Port Ball Valve B. AWWA C800 C. Curb stops shall include meter swivel nut (meter spud) connection on outlet side such that meter nut can be replaced without removing valve from operation. D. Reductions for smaller meter sizes shall be accomplished by use of appropriately sized iron pipe threaded brass bushing on outlet side of curb stop. E. 1-inch and 2-inch i. Flared copper or compression by female iron pipe threads with meter swivel nut. ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller 7.5.12 Compression Fittings A. Compression fittings shall be quick joint type. B. Manufacturers i. Mueller Insta-Tite Connection ii. Ford Ultra-Tite Connection 7.5.13 Mueller Meter Setters, 2-inch 1 A. Ball valve inlet and outlet, 15 inch height, Female iron pipe threads B. Manufacturers i. A. Y. McDonald ii. Ford iii. Mueller - ` Section 7 77 Design Standards and Specifications Approved Materials List 7.5.14 Tapping Sleeves A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange B. Epoxy coated with stainless steel bolts and nuts C. Manufacturers i. Ford FAST ii. JCM Industries #469 iii. Smith Blair #662 l iv. ROMAC #SST 7.5.15 Resilient Seat Wedge Tapping Valves A. AWWA C509 B. Manufacturers: i. American ii. Clow iii. EJIW iv. Mueller v. M & H vi. U. S. Pipe 7.5.16 Water Meter Boxes and Vaults A. Manufacturers i. Hi -Density Polyethylene Plastic Box a. Carson Industries Model 2200 ii. Heavy Duty HS-20 Rated a. EJIW b. Old Castle 7.5.17 Double Check, Double Detector Check and Reduced Pressure Principle Devices A. American Society of Sanitary Engineering Seal Approval B. Call City of Lubbock backflow coordinator at (806) 775-2589 for specific applications. C. Manufacturers-,� i. Ames ii. Febco iii. Watts iv. Wilkins 7.5.18 Backflow Preventer Box A. Polyester or Aluminum Enclosure, Heated and Insulated ASSE 1060 B. Manufacturers i. EZ Box Model HEZ ii. Hot Box iii. Safe-T-Cover 7.5.19 Air Release Valves I 78 Section 7 , Design Standards and Specifications Approved Materials List A. Manufacturers i. APCO ii. ARI iii. Crespin 7.5.20 Flushing Hydrants A. Manufacturers L Kupferle 7.5.21 Sampling Stations JV` A. Manufacturers i. Kupferle 7.5.22 Valve boxes A. Cast -Iron slip type B. Manufacturers i. EJIW ii. Sigma iii. Star Pipe - 7.5.23 Pipe Restraints A. ASTM F1674 B. Manufacturers i. EBAA Iron, Inc. ii. Ford .r iii. Romac iv. Sigma v. Smith -Blair _ vi. Star Pipe Products, Inc. vii. Tyler Union 7.5.24 Casing Spacers A. Manufacturers i. Advance Products ii. BMW iii. Cascade iv. CCI Pipeline V. Culpico vi. PSI 7.5.25 Precast Concrete Vaults, HS-20 Rated A. Manufacturers L Hanson Pipe and Products ii. Vaughn Concrete Products - Section 7 79 Design Standards and Specifications Approved Materials List 7.5.26 Waterline Marker i. Manufacturers a. Blackburn f b. Carsonite International 80 Section 7 Design Standards and Specifications Approved Materials List 7.6 Sanitary Sewer System 7.6.01 Gravity Sewer Pipe A. Polyvinyl Chloride (PVC) Pipe i. 6-inch thru 15-inch: ASTM D3034, Minimum Class SDR 35 ii. 18-inch thru 48-inch: ASTM F679, wall thickness T-1 iii. Fittings ASTM D1784 iv. Gaskets ASTM F477 v. Manufacturers a. Certainteed Corporation b. Diamond Plastics c. GPK (Fittings Only) d. Harco (Fittings Only) e. JM Eagle f. Multi Fittings (Fittings Only) g. National Pipe and Plastics Ever -Green Sewer Pipe h. North American Pipe ASTM D3034 i. Plastic Trend (Fittings Only) j. VINYL Plex (Fittings Only) B. PVC Corrugated Sewer Pipe with Smooth Interior i. ASTM F949, ASTM F794 ii. Manufacturer a. Diamond Plastics C. High Density Polyethylene (HDPE) i. ASTM F714 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco D. Ductile Iron (DIP) i. AWWA C151 Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation c. McWane d. U.S. Pipe and Foundry Company E. Steel Reinforced Polymer Concrete i. ASTM D6783 ii. Manufacturers a. U. S. Composite Pipe F. Polypropylene Corrugated Dual Wall and Triple Wall i. 12-inch thru 30-inch: ASTM F2736 ii. 30-inch thru 60-inch: ASTM F2764 Section 7 81 Design Standards and Specifications Approved Materials List iii. Manufacturer ' a. ADS Sanitite HP--, 7.6.02 Pressure Sewer Pipe A. Polyvinyl Chloride (PVC) i. AWWA C900 Minimum Class DR25 a. Manufacturers (1) Diamond Plastics .Y. (2) JM Eagle (3) North American Pipe ii. SDR26 Class 160 a. Manufacturers (1) Diamond Plastics (2) JM Eagle. (3) North American Pipe B. Ductile Iron (DIP) i. Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation 1 c. U. S. Pipe and Foundry Company C. High Density Polyethylene (HDPE) i. AWWA: C906, Minimum Pressure Class 160 A ii. Manufacturers a. Chevron b. JM Eagle" c. Plexco 1 7.6.03 Manholes A. Precast Concrete i. ASTM C478 ii. Manufacturers a. Hanson Building Products b. South Plains Concrete Products c. The Turner Company d. Vaughn Concrete Products B. Glass -Fiber -Reinforced Polyester Manholes, Wetwells and Manhole Liners i. ASTM D3753 ii. Manufacturer I a. LF Manufacturing b. Containment Solutions 7.6.04 Manhole Frames and Covers i A. ASTM A48, Class 35B, AASHTO M-306 82 Section 7 Design Standards and Specifications Approved Materials List B. Standard Solid Cover i. Manufacturers a. East Jordan Iron Works C. Watertight Frame and Cover CT i. Manufacturers a. East Jordan Iron Works b. Rexus 7.6.05 Manhole Coatings/Protective Lining System A. Manufacturers i. A-Lok - Dura Plate 100 PVC Liner ii. Raven 405 iii. Tnemec — Series 431 PermaShield 7.6.06 Gaskets and Flexible Manhole Connections A. Flexible cast -in -place seal or flexible boots installed with hydraulic pressure after manhole manufacture. Manhole openings shall be made by hole -formers inserted during manufacture. B. Manufacturers i. Press -Seal Gasket Corp. ii. A-Lok iii. International Precast Supply I iv. NPC 7.6.07 Internal Chimney Seals A. ASTM C923 B. Manufacturers i. Cretex ii. NPC 7.6.08 Manhole Joint Seals A. Sealant per ASTM C990 B. 0-ring gaskets meeting ASTM C443 and ASTM C1628. 7.6.09 Manhole Joint Wrap (in addition to 0-ring specified above) [ ' A. Manufacturers i. Ram Nek ii. ConSeal CS 102 7.6.10 Manhole Joint Sealers A. Butyl Mastic ., B. Manufacturers i. Ram Nek ii. ConSeal CS 102 Section 7 83 Design Standards and Specifications Approved Materials List ' 7.6.11 Inflow Prevention Device A. Non -Corrodible with self cleaning gas relief and vacuum relief valves j B. Manufacturers y i. L.F. Manufacturing Inc. - Rain Guard ii. No Flow -In Flow iii. The Man Pan iv. Southwestern Packing and Seals, Inc. - Rainstopper 7.6.12 Polyethylene Slope Adjusting Ring A. ASTM D1248 B. Manufacturers L Ladtech 7.6.13 Saddles A. Manufacturer L NDS 7.6.14 Cieanout Cover A. Manufacturer i. East Jordan Iron Works 7.6.15 Valves — Must Be Approved for Use in Wastewater Application A. Plug, Full Port i. Manufacturers a. DeZurik B. Resilient Seat Gate i. AWWA C509 ii. Manufacturers a. American Flow Control b. Clow c. M & H i d. Mueller e. U.S. Pipe C. Swing Check L Manufacturer a. Golden Anderson b. M&H c. Val-Matic 7.6.16 Backwater Valve for Manhole Vent �. ll 1 A. Manufacturer L Josam 84 Section 7 1-1 Design Standards and Specifications Approved Materials List 7.6.17 Lateral Backwater Valve A. Diaphram Operated Stainless Steel Knife Valve ASME Al 12.14.1 B. Manufacturer i. John Stephens ii. Plastic Trends iii. Smith Floodgate 7.6.18 Sewage Combination Air/Vacuum Valve A. Manufacturers i. APCO/Willamette ii. ARI iii. Golden Anderson Industries 7.6.19 Sanitary Sewer Marker A. Manufacturers i. Blackburn ii. Carsonite International 7.6.20 Wastewater Pumps A. Manufacturer i. Flygt N-Pump Section 7 85 Design Standards and Specifications Approved Materials List 7.7 Water and Sanitary Sewer Systems 7.7.01 Modular Wall Seal A. EPDM with stainless steel nuts and bolts B. Manufacturer i. Thunderline ii. Pipe Seal iii. Link Seal 7.7.02 Vault Doors A. Type K heavy duty aluminum double leaf door, H-20 rated B. Manufacturers i. Bilco ii. Halliday iii. USF Fabrication, Inc. 7.7.03 Tracer Wire A. 14-gauge B. Manufacturers i. Copperhead ii. Southwire 7.7.04 Marking Tape A. 3-inch width, Sewer — green, Water - blue B. Manufacturers i. Presco Prodcuts ii. Terra Tape 86 Section 7 Design Standards and Specifications Streets and Drainage Check List 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. Section 8 87 f� 1 Design Standards and Specifications Streets and Drainage Check List 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: 32 feet 0.52 feet 36 feet 0.58 feet 42 feet 0.67 feet 46 feet 0.73 feet 66 feet 1.03 feet 88 feet 1.18 feet i. The widths listed above refer to the total proposed future full width of street. ii. Where there is a difference in elevation between top of opposite street curbs, the crown elevation shall be adjusted such that the cross slopes are 2.0% minimum and 4.0% maximum. 8.2.03 Minimum Grades A. All street paving shall incorporate the following slopes unless otherwise indicated on plans, or as directed by the Engineer: Linear Curb and Gutter 0.20 Curb and Gutter in Cul-De-Sacs 0.30 Concrete Dips, Valley Gutters and Fillets 0.35 Concrete Alley Paving 0.20 Concrete Drainage Channel 0.20 Fall Around Curb Radii 0.80 B. Asphalt dips shall not be used in the place of concrete dips or valley gutters. 8.3 Testing and Inspection 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. The contractor shall provide at least a 2 hour notification to City Inspection Staff prior to any inspection services needed. B. In the event the City tests indicate out of specification materials, additional tests may be provided by the contractor at their own expense. C. 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. 88 Section 8 1_ Design Standards and Specifications Streets and Drainage Check List 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. 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. ` = Section 8 89 Design Standards and Specifications Streets and Drainage Check List C. Once an account is established and the deposit is paid, the contractor may pick up a meter i from the City Water Department at 600 Municipal Drive. 8.6.02 Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. 8.6.03 For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. B. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. 8.6.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. A. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. B. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. 8.6.05 In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 8.7 Concrete 8.7.01 These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters and fillets, alley paving, sidewalks, street paving, curb ramps, medians, and drainage improvements. A. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C94. B. The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during transit. C. Concrete shall have a temperature of less than 90 degrees at time of placement. Concrete above this temperature will be rejected and shall be removed from the job site. D. No more than eight yards of concrete shall be loaded in a Revolving Drum Agitator Truck and transported to the job site. Loads in excess of eight yards will be rejected and shall be removed from the job site. E. Add mixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. F. No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. G. All concrete shall have 5 percent, minus 1.5 percent to plus 3 percent, air entrainment in conformance with ASTM C260. H. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all -' concrete ingredients, including cement, aggregates, water, and admixtures. { 90 Section 8 - ' Design Standards and Specifications Streets and Drainage Check List 8.7.02 Classification A. The following City of Lubbock classes of concrete shall be used: A Curb and gutter, sidewalks, curb ramps, drainage channels, medians, inlet boxes headwalls 'unction boxes driveways, and retaining walls. B Valley gutters and fillets alley returns and alley paving. C Concrete street pavement. E IFast setting concrete pavement such as "Fast Track" Concrete Pavement or, other special design. 8.7.03 Thickness of Concrete Surfaces A. Concrete thoroughfare street paving shall have a minimum thickness of 8 inches. B. Concrete alley paving shall have a minimum thickness of 7-1/2 inches at edge and 5 Inches at flow line. i. No tolerance on minimum thickness will be allowed. ii. No additional compensation will be made to the contractor for thickness greater than specified. C. All other proposed concrete paving thickness shall be approved in writing by the City (` Engineer. Section 8 8.7.04 Drainage Easements A. All drainage easements shall have, at a minimum, a 10-foot wide concrete flow line to be constructed with the street and alley paving improvements. B. Drainage easements shall not be used as alleys or garbage collection easements. 8.7.05 Mix Design A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit the concrete mix design to the Engineer for approval. i. The following shall be submitted to the Engineer for review: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. (1) Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate test not to exceed 25 percent. b. Mix design based on water -cement ratio. c. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C78, made by an approved commercial testing laboratory. (1) Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. ii. The Engineer will approve or reject the mix design and materials based on these submittals. iii. Mix design approval shall be subject to additional testing during construction. 91 Design Standards and Specifications Streets and Drainage Check List B. Mix designs for various classes of concrete shall conform to the following: A 5.0 0.40 — 0.60 am= 5 B 5.5 0.40 — 0.60 5 C 6.0 0.35-0.45 3 D 4.5 0.40 — 0.60 5 E As Required forspecific cure time and strength. i. New mix designs shall be submitted annually, or when material properties or sources change. 8.7.06 Strength Requirements A. The various classes of concrete shall conform to the following minimum strengths in pounds per square inch (psi) as determined by the average of two test cylinders or beams: B. When cores are subsequently used to prove compressive strength where test cylinders indicate failures, the cores shall be tested in accordance with ACI C42. C. In such cases, the required compressive strength shall be increased by 10%. 8.7.07 Cement A. Cement shall be Type I, Type II, or Type I -II cements, conforming to ASTM C150 "Standard Specification for Portland Cement". B. The contractor shall notify the Engineer prior to any changes of the cement supplier or source during construction. The Engineer may require a new mix design if changes of supplier or source occur. 8.7.08 Aggregate A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C33. B. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, organic impurities, or other deleterious materials. C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136. 92 Section 8 E1 Design Standards and Specifications Streets and Drainage Check List i. The gradation for fine aggregate shall meet the following requirements: Section 8 Retained on 3 8" Sieve 0 Retained on No. 4 Sieve 0-5 Retained on No. 16 Sieve 20-55 Retained on No. 30 Sieve 45-75 Retained on No. 50 Sieve 70-90 Retained on No. 100 Sieve 98-100 D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to ASTM C136. i. The gradation for coarse aggregate shall meet the following requirements: Retained on 1-3/4" Sieve 0 Retained on 1-1 2" Sieve 0-5 Retained on 3 4" Sieve 10-40 Retained on 1 2" Sieve 40-75 Retained on No. 4 Sieve 95-100 E. Coarse aggregate for Class C or E concrete shall be crushed limestone (Brownwood type or equivalent). Crushed gravel will be allowed if on the TxDOT Quarterly Monitoring Program, or if specifically approved by the engineer. F. Aggregate Quality Requirements shall comply with the following requirements: Deleterious Material 2.0% Decantation 1.5% Flakiness Index 17 Magnesium Sulfate Soundness 25% G. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. i. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. ii. Stockpiles shall be built in layers of uniform thickness. iii. Equipment shall not be permitted to operate over the same lift repeatedly. 8.7.09 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. B. Flowable fill may be used for backfill in all utility ditches within the right of way, and other areas as specified. C. Flowable fill used for repair of utility ditches in existing paved streets shall be placed from the top of the utility line to the bottom of the paving surface. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the contractor at their expense. 93 i Design Standards and Specifications Streets and Drainage Check List 8.7.10 Water 94 A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26. 8.7.11 Admixtures A. Admixtures may be applied to the concrete mix design when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C494. Chemical admixtures shall not be used as a substitute for Cement. B. Mineral admixtures such as Class C Ash and Natural Pozzolans in conformance with ASTM C618 may be used with Types I, II, and III Portland Cement. C. When fly ash is permitted to be used, "cement" in relation to mix design shall be defined as "cement plus fly ash". i. Fly ash may constitute a maximum of 30 percent by weight of the cement. D. Add mixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. 8.7.12 Reinforcing Material A. All concrete shall incorporate reinforcement as follows: i. Curb and Gutter - None ii. Street Paving, Valley Gutters, and Drainage Channel — A minimum of #5 deformed steel bars 12 inches on center both ways or design approved in writing by the City Engineer. 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 #4 deformed bars 12 inches on center both ways. iv. Alley Returns - #4 deformed steel bars 12 inch on centers both ways or 6-inch x 6-inch - 6 gauge welded wire fabric. V. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber reinforcement, or as required by the City of Lubbock Building Official, or design approved in writing by the City Engineer. vi. Commercial driveways, including pedestrian crossing area — #3 deformed steel bars through the gutter section as indicated on the detail sheets and either 6-inch x 6-inch — 6 gauge welded wire fabric or #4 deformed bards 12 inches on center both ways. B. Steel i. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. 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. Section 8 l Design Standards and Specifications Streets and Drainage Check List v. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. Section 8 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. ii. Tooled contraction joints, cut 1/2 inch wide 2 inch deep, shall be placed as shown on Standard Detail 36-11. iii. Alley paving contraction joints shall be sealed with an elastomeric sealer. iv. Expansion joints shall include bituminous pre -molded expansion joint board. C. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. i. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. ii. Joints shall be saw cut within 12 hours of placement of the concrete paving. 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. i. 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. 95 Design Standards and Specifications Streets and Drainage Check List 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. 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". i. Fresh concrete is defined as less than 10 minutes after finishing B. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 8.7.15 Forms I � A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section A 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 -i 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. j 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. i 96 Section 8-' Design Standards and Specifications Streets and Drainage Check List 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. H. Forms for paving slabs may be used as a guide for screeding. I. Where longitudinal construction joints are required, the form shall be so constructed as to provide an approved load transfer mechanism in the face. 8.7.16 Placing and Finishing Concrete A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. i. Concrete shall be placed as close to its proper location as practical. ii. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. iii. 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. L 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. Section 8 97 Design Standards and Specifications Streets and Drainage Check List ' J. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to determine locations of ponding. i. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. K. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven, the City may require measurement of the ride quality using the TxDOT Surface Test Type B. i. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods acceptable to the Engineer. ii. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. L. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's own expense. 8.7.17 Tolerance in Elevation and Grade A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed and replaced at the correct elevations as indicated on the plans, unless curb and gutter surfaces drain with flood testing and approved in writing by the City Engineer or designated staff. 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 i. Pavement cuts for potholing purposes shall be circular cored holes or clean square cutouts. a. Cored holes in asphalt pavement shall be filled with cold -mix asphalt to match the depth of existing pavement. b. Cored holes in concrete pavement shall be filled with concrete to match the depth of existing pavement. c. Cutouts shall be repaired as specified in these specifications. 98 Section 8 11 C Design Standards and Specifications Streets and Drainage Check List ' 8.8 Subgrade and Base 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. B. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: ENNEffiffiffiffim 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 L 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. Section 8 99 Design Standards and Specifications Streets and Drainage Check List 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. 100 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. a. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. b. No payment will be made for rejected material or construction. 8.8.02 Flexible Base (Caliche) A. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay particles produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. L 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. ii. Lower strength materials, such as flowable fill, are not acceptable. iii. Crushed concrete shall be free of reinforcing steel and any objectionable material, and have a 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 as required to complete the entire project or subdivision. i. Each stockpile shall be dedicated, and identified as to the project or subdivision it is for. 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. Section 8 Design Standards and Specifications Streets and Drainage Check List E. Material Tests i. Flexible base material shall conform to the following requirements: �a. Sieve Analysis Section 8 Retained on 1-3 4" Sieve 0 Retained on 7 8" Sieve 10-35 Retained on 3 8" Sieve 30-50 Retained on No. 4 Sieve 45-65 Retained on No. 40 Sieve 70-85 b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit Max 35 Plasticity Index Min 3• Max 12 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. ii. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. iii. 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 101 Design Standards and Specifications Streets and Drainage Check List 102 a. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. b. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. viii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than 6 inches, or thickness otherwise specified by the engineer. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. a - 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. 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 flexbase 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 cement mixed hot in a mixing plant in accordance with these specifications. i. 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. L 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. 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. Section 8 Design Standards and Specifications Streets and Drainage Check List D. ASB Mix Design i. The contractor shall submit an ASB mix design less than one year old, prepared by a qualified lab, in compliance with these specifications using approved materials -' indicating gradation and optimum asphalt content. Section 8 ii. The aggregate mixture shall conform to the following master gradation: Passing 1" Sieve 98-100 Passing 3 4" Sieve 84-98 Passing 3 8" Sieve 60-80 Passinq No. 4 Sieve 40-60 Passing No. 8 Sieve 29-34 Passing No. 30 Sieve 13-28 Passing No. 50 Sieve 6-20 Passing No. 200 Sieve 2-7 a. Design produced Minimum VMA 13.0% 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: EMENNUMNERNEM 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 i. 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. vi. 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. 103 Design Standards and Specifications Streets and Drainage Check List 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 L 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. iii. ASB shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. iv. Contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure maximum compaction. v. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. G. Rejected ASB Material i. Rejected ASB 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. 8.9 Hot Mix Asphalt Concrete Surface (HMAC 8.9.01 Hot mix asphalt concrete surface shall consist of a uniform mixture of mineral aggregate (coarse aggregate, fine aggregate, mineral filler) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. 8.9.02 The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface material consistently in compliance with these specifications. No RAP material will be allowed in HMAC. 8.9.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving requirements of the platting process. Strip paving may be used only in special circumstances and must be approved by the City Council. If strip paving is used, the developer is still responsible for providing for the required permanent curb and gutter and paving. A. Unless otherwise specified, the materials and construction shall conform to TOOT Item 340 - Dense -Graded -Hot -Mix Asphalt (Method). 104 Section 8 ' a,, Section 8 Design Standards and Specifications Streets and Drainage Check List B. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. i. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex-203-F. ii. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex-224-F. iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either minimum 1% lime in accordance with DMS-6350, or liquid anti - stripping agent approved by the Engineer. a. Anti -stripping agents shall meet requirements of TXDOT Item 301 - Asphalt Anti - stripping Agents, and shall be added at the manufacturer's recommended dosage and temperature range. 8.9.04 A minimum of 2 cores per 600' block will be taken to determine thickness, and density of HMAC surfaces. 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. i. 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: 105 7 Design Standards and Specifications Streets and Drainage Check List ( 7 Passing 3 4" Sieve MEN= 95-100 Passing 3 8" Sieve 70-85 Passinq No. 4 Sieve 43-63 Passing No. 8 Sieve 32-44 Passing No. 30 Sieve 14-28 Passing No. 50 Sieve 7-21 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 14% (2) Plant Produced Minimum VMA 13% b. Type "D" Fine Graded Surface Course — Curb and gutter street widths of 36 feet or less and strip paved streets of any width: Passing 1 2" Sieve 98-100 Passing 3 8" Sieve 85-100 Passing No. 4 Sieve 50-70 Passinq No. 8 Sieve 35-46 Passing No. 30 Sieve 15-29 Passing No. 50 Sieve 7-20 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 15% (2) Plant Produced Minimum VMA 14% c. HMAC Type is in reference to the ultimate full width street, not half width. iv. Material passing the No. 40 sieve shall be known as "soil binder" and shall maximum linear shrinkage value of 5. v. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. vi. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. vii. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. 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. 106 Section 8 Design Standards and Specifications Streets and Drainage Check List 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 i. 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. 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. iii. 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. e. A maximum of 20% RAP will be allowed within the surface course, as included in the submitted design. 8.9.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for the mix design proposed to be run on that project. The JMF will be held to tolerances as outlined. B. Prime and Tack Coats Section 8 107 Design Standards and Specifications Streets and Drainage Check List 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 allowed, unless prior approval by City Inspection Staff. (2) Minimum thickness shall be no less than 2 mil. thickness. c. All contact surfaces of curb and gutter, structures, and joints shall be sprayed with a thin uniform tack coat. iii. The prime coat shall be MC 30, and shall be applied in accordance with TxDOT Item 310 Prime Coat. iv. The tack coat shall 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 Installation Requirements i. 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 f equipment off the right of way 30 minutes prior to sunset. iv. Air temperature requirements for placing HMAC shall be as follows: a. November 1 to April 1 (1) HMAC shall not be placed when the air temperature is below 55 degrees F and -i 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. i } (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 IJ 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, 4 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 L--; blowing dust. 108 Section 8— 1: Design Standards and Specifications Streets and Drainage Check List a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease production immediately. ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. a. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross - sections and grades shown on the associated plans. b. Wings of the laydown machine may not be dumped unless they are dumped after everyload. I 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. 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. Section 8 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. xvii.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 L HMAC surfaces shall be constructed to the following compacted thickness: 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. iii. 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. 109 Design Standards and Specifications Streets and Drainage Check List 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. xii. Prior to acceptance, the contractor shall apply sufficient water to all paving surfaces, asphalt and concrete, to determine location of ponding. a. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. xiii. Where the surface of T-1 or T-2 thoroughfare paving is noticeably uneven the City may require measurement of the ride quality using the TxDOT Surface Test Type B. a. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods I _i 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-1H, 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 i. Diesel shall not be used as a release agent. ii. Only approved agents (such as Black Magic or equivalent) will be used. iii. Diesel will not be permitted to be used on any tools or machinery that comes into contact with the HMAC. 8.9.08 Sampling of HMAC A. When sampling HMAC for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the contractor (at the contractor's request). B. A "referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. C. If the contractor's results differ from the City's results the referee will be utilized and it will be run at an independent laboratory at the expense of the contractor, at which time all tests are final. D. If the contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. IJ 110 Section 8 1 Design Standards and Specifications r Streets and Drainage Check List 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. i. 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. ii. In general that shall mean an approved reinforced concrete pavement design. 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 Section 8 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-113 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 TxDOT 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. 111 Design Standards and Specifications Streets and Drainage Check List 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 TxDOT Test Method Tex-411-A vi. Minimum Sand Equivalent shall be 70% based upon TxDOT Test Method Tex-203-F. F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. G. Contractor shall adjust the mix design to attenuate the usage of Lime. H. Water shall be potable and free of harmful soluble salts. 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. ii. Any equipment that shows signs of leaks shall be fixed immediately and shall not be used until such leaks are fixed. iii. The mixing machine shall be a self-propelled micro -surfacing mixing machine with self - loading devices to promote continuous laying operations. iv. Mixing machine shall have sufficient storage capacity for mixture materials with individual volume or weight controls that will proportion each material to be added to the mixture. v. Mixing machine shall have a water pressure system and nozzle -type spray bar immediately ahead of spreader box capable of spraying the roadway for the width of the spreader box. vi. Scales used for weighing materials and emulsion must be calibrated and meet the requirements of TxDOT Item # 520. 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 monitor distance traveled, and programmable micro -controller, and operators display/input board and an on -board printer. b. System shall be capable of monitoring and displaying application rates and use of aggregate, emulsion, fines, water and additives. c. System shall be capable of calculating and displaying ratios of emulsion to aggregate, fines to aggregate, additive to aggregate, water to aggregate, and application rate in pounds per square yard. l 112 Section 8-I Design Standards and Specifications Streets and Drainage Check List d. System shall be capable of printing a hard copy report on demand which displays the date, weight of aggregate, emulsion, fines, number of gallons of additive and gallons of water, and all of the above mentioned ratios since last reset. e. A computer -generated report providing statistics for the full work day shall be provided with each hand calculated daily run sheet. f. This system shall be accurate to within 1/2 of a percent of actual weights and measures for all parameters noted above. The system is not expected to calculate quantities and ratios for materials used in handwork and cul-de-sac areas. B. Air temperature requirements for placing micro -surfacing pavement shall be as follows: i. November 1 to April 1 a. Micro -surfacing shall not be placed when the air temperature is below 60 degrees F and failing. 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 rising. iii. Surface of roadway must be 60 degrees or higher prior to placing micro -surfacing pavement, as determined in the field. iv. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock, Texas. C. Placement of Micro -Surfacing i. The existing roadway surface shall be thoroughly clean and free of all vegetation, loose aggregate, and soil. ii. Existing raised pavement markers and thermoplastic markings shall be thoroughly removed. 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. vi. Set and maintain the skis on the spreader box as to prevent chatter in the finished mat. vii. Adjust the rear seal to provide the desired spread viii. 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. xi. 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. Section 8 113 i,. Design Standards and Specifications Streets and Drainage Check List xiii. The Contractor shall be responsible for uncovering each manhole, water valve, and i other structure after the micro -surfacing pavement has been applied to the roadway surface. D. Rutting on Major Thoroughfares and Collector Streets i. Shallow ruts that are less than 1/2 inch in depth may be covered by a full width scratch box utilizing a steel primary strike -off plate. ii. Ruts that are between 1/2 inch and 1 inch in depth shall be filled independently with a fixed width spreader box no more than 6 feet wide. The rut filling box shall have a steel primary strike -off plate that is the same width as the spreader box. 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 1 inch for each pass required to restore pavement to the original profile. E. Asphalt Milling at Concrete Intersections i. All thoroughfares and collector streets which have concrete intersections or where concrete valley gutters intersect the street shall have the asphalt surface milled to such a depth as to allow a smooth transition between concrete and the completed micro - surfacing pavement. F. Scratch Course L 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. iii. 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: L 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. 114 Section 8 Design Standards and Specifications 8.11 Storm Sewer Streets and Drainage Check List ' 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 Section 8 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. 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 i. 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: 115 Design Standards and Specifications Streets and Drainage Check List 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. 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. xi. 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 1 l 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. 116 Section 8 -} } I { Design Standards and Specifications [ ' Streets and Drainage Check List 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 conform with Plate SS-2. 8.11.05 Methods of Construction A. All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. B. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. C. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the 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 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. iii. 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. vii. 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. Section 8 117 Design Standards and Specifications Streets and Drainage Check List j x. The width of the trench shall provide adequate working room for installation joining p q 9 ,J 9 and proper compaction along both sides of the pipe. a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: 118 Less than 18" Pi a O.D. +12" p Pi e O.D. +18" 18" thru 36" Pipe O.D. +18" Pipe O.D. +24" 37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30" b. The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation of the pipe. c. Excavation in paved areas shall be confined to a minimum practical width. 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. xii. 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. d. Bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfilling operations. e. The cost of the bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe. xiii. Surface water shall be prevented from entering the excavation. xiv. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. xv. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. E. Pipe Installation i. Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. ii. Contractor's method for lowering pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. iii. The Engineer shall inspect all pipe before it is placed in the trench. iv. Any section that is damaged by handling or is defective to a degree which, in the opinion of the Engineer, will materially affect the function and service of the pipe shall be rejected and removed from the job site. v. Installing pipe in the finished trench shall be started at the lowest point and laid upgrade. a. For tongue and groove pipe, the grooved end shall be laid upgrade. vi. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. vii. The pipe shall be protected from water during placing and until the concrete, for cast - in -place pipe, or the mortar, for joints of precast or cast in place pipe, has thoroughly set. Section 8 Design Standards and Specifications Streets and Drainage Check List a. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. viii. Pipe shall not be laid or installed on frozen ground. ix. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re -installed without additional compensation. x. Mortar shall be used for caulking and filling between the pipe and the drainage structures. xi. Mortar that is not used within 45 minutes after water has been added shall be f t discarded. a. Retempering of mortar shall not be permitted. xii. Pipe joints for precast concrete pipe shall be of the tongue and groove type. xiii. Joints shall be made water tight by means of a preformed bituminous gasket. a. Gaskets shall be installed as recommended by the pipe manufacturer. xiv. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. xv. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. xvi. Concrete placement shall conform to ACI and good construction practices. xvii.Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. xviii. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. xix. Manholes shall be constructed to ASTM C-891 standards. xx. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. F. Backfilling i. All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the Engineer. ii. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 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. Section 8 119 Design Standards and Specifications Streets and Drainage Check List 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 2 inches below the asphalt surface. a. The pipe shall be restrained so that during the pour the pipe shall not be displaced. v. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. a. Any damaged construction shall be removed and replaced at the Contractor's own expense. 8.11.06 Trench Protection A. Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and local requirements. B. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. i. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. ii. The Contractor shall be responsible for complying with all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. iii. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. iv. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items. v. The contractor shall provide detailed drawings for proposed trench safety systems. a. The drawings shall identify where each system is proposed for use and type of system to be used. vi. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. vii. If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. viii.If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. ix. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. 8.12 Fences 120 x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: a. Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. b. Aluminum — Type 6061-T6, thickness as required. c. Wood in Contact with Earth — Pressure treated woods. d. Wood not in Contact with Earth — Soft or hardwood as required. 8.12.01 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. Section 8 t Design Standards and Specifications Streets and Drainage Check List 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 Section 8 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. 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. 121 Design Standards and Specifications Streets and Drainage Check List 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 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. C. If the Engineer determines that it is necessary and appropriate to work after dark or before daylight, the contractor shall provide adequate lighting as required to allow prosecution of the work equivalent to that in daylight hours. 8.15.02 Working Days Definition A. City contracted paving projects will be based on working days allowed. i. No requests for extensions of time will be considered. B. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. i. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer. ii. For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the contract working time. iii. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. C. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is unable to begin work on that date due to factors beyond their control as determined by the Engineer. i. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. D. The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. i. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. 122 Section 8 Design Standards and Specifications Streets and Drainage Check List ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of the protest. 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 1 to January 2. B. The City of Lubbock observes specific holidays, and City staff is not required to work those days. i. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. ii. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. 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. iv. If City personnel are available, the Engineer may approve the request. 8.16 Measurement and Payment 8.16.01 The unit price bid for all bid items shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. A. Cost of work or materials shown on the plans or called for in the specifications and for which no bid item is indicated shall be considered subsidiary to the various bid items. i. No separate payment shall be made for such subsidiary work or materials. B. Payment will not be made for any item that is not complete, including all associated incidental work. C. All of the items covered by these standard specifications may not be included in a particular project. D. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 8.16.02 Separate Curb and Gutter A. Measurement will be made of the linear feet of separate curb and gutter actually constructed. B. Separate curb and gutter will be paid for at the unit price bid per linear foot. C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall be used only if specifically indicated on plans or bid documents. Section 8 123 Design Standards and Specifications Streets and Drainage Check List ,' D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and fillets, drainage channel, or wheelchair ramp will be considered to be subsidiary to those items, and no separate payment will be made for such curb. 8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Alley Paving, and Valley Gutters and Fillets A. Measurement will be made of the area, in square feet, of flat slab actually constructed. B. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. C. Curb on sidewalks, driveways, alley returns, alley paving and valley gutters and fillets shall be included in the area measured for the slab and will not be paid for as a separate item as curb and gutter. 8.16.04 Curb Ramps (Handicap Ramps) A. Measurement will be made of the area, in square feet, of curb ramp actually constructed, including surface treatments and top surface area of any curb above the slab. B. Landings, wings, and ramps will be paid for per square foot as 4 inch thick sidewalk. C. Curb ramps will be paid for at the unit price bid per square foot. No separate payment will be made for curb as part of a ramp. 8.16.05 Concrete Drainage Channel A. Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any curb above the slab. B. Drainage channel will be paid for at the unit price bid per square foot. 8.16.06 Retaining Walls A. Retaining wall will be considered as that portion of concrete construction which constitutes a separate reinforced structural member for soil retention, extending above and below a surface slab. B. Measurement will be made of the linear feet of retaining wall actually constructed. C. Retaining wall will be paid for at the unit price bid per linear foot. 8.16.07 Concrete Median A. Measurement will be made of the area, in square feet, of median actually constructed. B. Median will be paid for at the unit price bid per square foot. 8.16.08 Concrete Street Paving A. Measurement will be made of the area, in square yards, of concrete street paving actually constructed. B. Concrete street paving will be paid for at the unit price bid per square yard. 8.16.09 Sawing and Sealing of Joints in Concrete Street Paving A. Measurement will be made of the linear feet of sawed and sealed joints actually constructed. B. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. 8.16.10 Curb and Gutter Removal A. Measurement will be made of the linear feet of curb and gutter actually removed. 124 Section 8 Design Standards and Specifications Streets and Drainage Check List B. Payment will be made at the unit price bid per linear foot of curb and gutter removed. 3, C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. D. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. 8.16.11 Concrete Slab Removal and Disposal A. Measurement will be made of the area in square feet of concrete slab actually removed and legally disposed of. B. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. C. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal and disposal. D. Payment will be made at the unit price bid per square foot of concrete slab removed and disposed of. 8.16.12 1-1/2 Sack Flowable Fill A. Quantities of 1-1/2 sack flowable fill will be determined from tickets provided by the drivers of the delivery trucks. B. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack flowable fill. 8.16.13 Asphalt Paving A. Measurement will be made of the area, in square yards, of asphalt paving actually constructed. B. The unit price bid shall include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work C. Payment will be made at the unit price bid per square yard of asphalt paving. 8.16.14 Asphalt Paving Repair A. Measurement will be made of the area, in square yards, of in place asphalt paving repair. B. The unit price bid shall include removal of existing surface materials, furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, tack and prime coats, compaction, and all incidentals necessary to complete the work. C. Payment will be made at the unit price bid per square yard of paving repair. 8.16.15 Micro -Surfacing A. Micro -surfacing will be measured by the ton of composite micro -surfacing mixture used, defined as the asphalt emulsion, aggregate, and mineral filler. B. The unit price bid shall include surface preparation, furnishing, hauling, preparing, and placing materials, and all required equipment, labor, tools and incidentals necessary to complete the work. C. Payment will be made at the unit price per ton of composite micro -surfacing mixture used. Section 8 125 I Design Standards and Specifications Streets and Drainage Check List i 8.16.16 Excavation and Grading Outside Limits of Construction A. Volume of excavation or fill, in cubic yards, will be determined by average end area method. B. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades established by the Engineer. C. No separate payment will be made for disposing of excess material. D. Payment will be made at the unit price bid per cubic yard of completed excavation or fill. 8.16.17 Ditch Grading and Unpaved Street Surface Grading A. Measurement will be made of the linear feet of ditch or street grading. B. No separate payment will be made for disposing of excess material. C. Payment will be made at the unit price bid per linear foot of completed ditch or street grading 8.16.18 Traffic Control A. Set up and maintenance of traffic control plans indicated as a bid item in the contract will be paid for on a per day basis for each day the control plan devices are required to be in place. B. If no bid item for traffic control is included in the contract it shall be considered to be subsidiary to bid items, and no separate payment shall be made for traffic control. 8.16.19 Mobilization A. Contractor mobilization indicated as a bid item in the contract shall be paid for as a lump sum B. If no separate bid item for mobilization is included in the contract it shall be considered subsidiary to contract bid items, and no separate payment shall be made for mobilization. 8.17 Restoration and Clean Up 8.17.01 After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. 8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and turf or landscaping disturbed outside the defined construction area. 8.18 Certificate of Completion and Warranty 126 8.18.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. Section 8 Design Standards and Specifications Streets and Drainage Check List C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the written Certificate of Completion. ` _, Section 8 127 Design Standards and Specifications Streets and Drainage Check List r 128 Section 8 d j t 'i Design Standards and Specifications ( Streets and Drainage Check List l SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.1 Plan Submittal Requirements Section 9 9.1.01 All street and drainage improvements construction plans shall be checked for conformance with City of Lubbock Standard Specifications for Street and Drainage Construction prior to submittal to the Public Works Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in the plans and specifications. 9.1.02 Plan Review A. The Design Engineer shall submit two sets of construction plans to the City Engineer for review and comment. B. Upon completion of review, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 2 full size and 6 half size sets of plans shall be provided for final approval for construction. i. If additional approved plan sets are required by the Design Engineer, the appropriate amount shall be provided at this time. ii. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be distributed as follows: i. One (1) full size set will be secured in the City's records. ii. One (1) full size and 6 half size sets will be distributed to the City's inspectors and support staff. iii. Where applicable, additional sets will be provided to the Design Engineer. E. Final construction plans should not be submitted for Public Works Engineering Department approval for work that will not be installed within 1 year of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 9.1.03 Construction Cost Estimate and Fees A. Two (2) sets of preliminary Cost Estimates shall be submitted for review at the time of plan review submittal. i. The preliminary Estimate shall be based upon reasonable estimates for the work as established by the Design Engineer. B. Two (2) sets of final Cost Estimates shall be submitted for review and reference at the time that a contract is awarded for the work. i. The final Cost Estimate shall be based upon actual contract values. C. Plan Review Fees in the amount of 0.5% of the final Estimate amount (minimum $50) shall be submitted prior to construction. D. Inspection and Testing Fees in the appropriate amount of the final Cost Estimate amount (minimum $125) shall be submitted prior to construction. 129 Design Standards and Specifications Streets and Drainage Check List E. Inspection and Testing Fees shall be based on the following requirements; ayya,, Up to $20,000 4.0 0.04 20 001 - $25,000 3.75 0.0375 25 001 - $30,000 3.5 0.035 30 001 - $40,000 3.25 0.0325 40 001 - $50,000 3.0 0.03 50 001 - $75,000 2.5 0.025 75 001 - $150,000 2.0 0.02 Greater than $150,000 1.5 0.015 9.1.04 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Public Works Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specification, as determined by the City Inspector, a written approval must be obtained from the City Engineer. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 9.1.05 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions, grades, elevations and additional information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Public Works Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Reproducible Mylar "Record Drawings", certified by the Design Engineer and the City of Lubbock Public Works Engineering Department, shall be presented to the City within 30 days of completion of the construction. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then reproducible Mylar Record Drawings shall be presented to the City of Lubbock Public Works Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Streets and Drainage Improvements. 9.IL. 06 Acceptance A. Upon completion of construction, satisfactory tests, completion of punch list items, and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer for a Certificate of Acceptance of Streets and Drainage Improvements. .,� 130 Section 9 �-. Design Standards and Specifications Streets and Drainage Check List 9.2 Plan Details 9.2.01 Plan Format A. All drawings shall be no larger than 24-inch by 36-inch in size. 9.2.02 The following information shall be shown on the plans: A. General L Title Block (lower right hand corner preferred) ii. Scale a. Horizontal 1"=20' or 1"=50' b. Vertical 1"=1' (preferred) or 1"=2' (maximum) iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. Legal Description of Property Being Improved viii. Drawings Number (s) ix. Statement: "All work shall be performed in accordance with the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks and USGS Datum ii. North Arrow iii. ROW Lines, Property Lines and Lot Numbers iv. Street Names and Easements with Width Dimensions v. Existing Curbs and Paving (Gray) vi. Proposed Curbs and Paving (Bold) vii. Spot Elevations on Radii, Dips, Grade Breaks, and Ditches viii. Location and Direction of Dips ix. Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.) C. Profile i. Existing Ground Surface at Curb Lines (Gray) ii. Existing Gutters or Flow Lines (Gray) iii. Proposed Gutters or Flow Lines (Bold) iv. Stationing with Profiles Indexed to Plan View v. Intermediate Station Numbers and Elevations at Points of Grade Change and Radii vi. Ditch Grades vii. Existing and Proposed Utilities Where Crossed D. Detail Sheet - As Required E. Overall Layout Sheet — As Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names Section 9 131 Design Standards and Specifications Construction Details C '' 10.2 Water Details Section 10 135 FINISHED GRADE SURFACE NOTES: 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 2. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY OF LUBBOCK STREETS ORDINANCE. WATER LINE TRENCH DETAIL rt� City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-1 CONCRET THRUST BLOCK THRUST BLOCK SIZING CHART DI& INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 1 64 20 n 14 104 30 149 CAP OR PLUG ON PRESSURE SIDE CCR ONETE THRUST BLOCK - - - ANCHORAGE FOR CROSS ANCHORAGE FOR PLUG REMOVE PIPE SECTION, TRIM AND REPLACE FOLLOWING INSTALLATION METAL OF PLUGS PLATE LINE TO BE -- -- =-;' ----- LINE TO REMAIN ABANDONED IN SERVICE CONCRETE BLOCKING PLUG W/EARS TYPICAL 2,500 PSI CONCRETE CUT & PLUG N.T.S. CONCRETE THRUST BLOCK I TEE I ANCHORAGE FOR TEE N.T.S. THRUST BLOCK SIZING CHART DIA, INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 1 37 16 53 18 64 20 77 104 0 149 THRUST BLOCK SLUNG CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 1 64 0 77 24 104 0 149 NOTES: THRUST BLOCK SIZING CHART DI& INCHES TEES CROSS R PLUGS CF 4 3 6 6 8 15 10 27 2 37 16 53 18 64 20 77 24 104 149 1. FOR BLIND TEE INSTALL ONE JOINT OF PIPE WITH PLUG AND TREAT AS A DEAD END LINE. 2. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 3. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 4. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AW WA & PIPE MANUFACTURER SPECIFICATIONS REVISED CONCRETE City of DEC. 2012 THRUST BLOCKING Lubbock DRAWING NUMBER 4 TEXAS W_2 CONCRETE THRUST BLOCK — -- -- 11.25° BEND ANCHORAGE FOR A 11.25° BEND THRUST BLOCK SKIING CHART DIJAL lim2lo INCHES CF 4 1 1 1 2 6 8 10 12 3 4 16 1 4 20 5 7 0 10 N.T.S. THRUST BLOCK SDSNG CHART DM AS° INCHES CF 4 1 6 2 8 4 CONCRETE 10 7 THRUST 1 15 — -' BLOCK 16 21 18 25 450 BEND 20 30 24 40 30 58 ANCHORAGE FOR A 450 BEND rr r• �r .Yk-11�9=tl�i� VERTICAL BEND N.T.S. CONCRETE THRUST BLOCKING THRUST BLOCK SIB CHART DI& 22.50 INCHES CF 4 1 6 1 8 2 CONCRETE THRUST — 3 BLOCK 12 8 16 11 — — 18 13 20 16 22.5° BEND 24 21 30 30 ANCHORAGE FOR A 22.5° BEND N.T.S. CONCRETE THRUST BLOCK 90° BEND ANCHORAGE FOR A 90° BEND THRUST BLOCK SIID1G CHART DIA. INCHES ° CF 4 2 6 4 8 9 10 17 12 27 1 38 8 46 2 55 24 74 30 106 N..S. NOTES: 1. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 2. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 3. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AWWA & PIPE MANUFACTURER SPECIFICATIONS f4roo- City of Lubbock TENS DECED 2012 DRAWING NUMBER W-3 ,4 " TOP OF METER BOX 0"-2" ABOVE GROUND LEVEL CARSON INDUSTRIES MODEL 2200 2" L, PLASTIC KEY OPERATED DALLAS LOCK NOTES: 1. THE METER & CUSTOMER SERVICE DEPARTMENT OF WATER UTILITIES IS RESPONSIBLE FOR ESTABLISHING THE STANDARD AS INDICATED ON THIS DRAWING. 2. ALL WATER METER BOXES ARE TO BE SET NO LOWER THAN THE SURROUNDING TERRAIN. THE RECOMMENDED GRADE IS TO SET THE TOP OF THE WATER METER BOX NO HIGHER THAN TWO INCHES ABOVE GROUND LEVEL. THIS PREVENTS THE METER BOX FROM BEING COVERED UP AND STOPS DIRT AND RAIN FROM ENTERING THE BOX. 3. THE METER IN THE BOX SHOULD BE NO LOWER THAN 16 INCHES FROM THE BOTTOM OF THE METER BOX LID TO THE TOP OF THE WATER METER LID. THIS ALLOWS PROPER READING OF THE METER AND PREVENTS THE METER AND CURB STOPS FROM FREEZING DURING COLD WEATHER. TYPICAL NON -TRAFFIC City Of RATED METER BOX Lubbock TEXAS 12 3/16 "O.D. 11 1/16 "DIA. REVISED DEC. 2012 DMVMG NUMBER W-4 n TYPICAL 2,500 PSI CONCRETE THRUST BLOCK C---- 4j - - - - - - - EXISTING MAIN RETAINER GLANDS TAPPING VALVE NOTES: L 45° l I 45� TYPICAL TAPPING SLEEVE Ii t� 1. TAP SHALL BE HORIZONTAL TO MAIN. 2. TAPPING SLEEVE & VALVE SHALL BE AT LEAST ONE STANDARD SIZE SMALLER THAN MAIN TO BE TAPPED. 3. SERVICE TAPS ON EXISTING MAINS SHALL BE EXECUTED BY CITY FORCES. 4. MAIN LINE TAPS ON EXISTING MAINS SHALL BE EXECUTED IN ACCORDANCE WITH THE METHODS OF CONNECTIONS SECTION OF THESE SPECIFICATIONS. TYPICAL TAPPING SLEEVE AND VALVE LIMIT OF WORK FOR TAP -IN t kw* City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-5 r �aa 90° BEND MJ X MI X THREAD TEE ? REDUCER METER .. BYPASS SERVICE LINE ti ,! GATE VALVE O J ' WATER GATE Q METER VALVE I [7 `^ O GATE VALVE TYPICAL VALVE BOX :• & COVER REDUCER (IF REQUIRED) 900 BEND MI X MI X THREAD TEE ❑ TAPPING SLEEVE AND VALVE EXISTING MAIN, 3 t� NOTE: 1. ALTERNATIVELY, METER BYPASS SERVICE LINE AND GATE VALVE CAN BE LOCATED INSIDE METER VAULT. REVISED 3 TYPICAL LARGE City DEC. 2012 of DRAWING NUMBER DOMESTIC METER TAP Lubbock TfXAS W_6 ' (} t j hr, WATER MAIN TYPICAL FIRE HYDRANT VARIES BACK OF CURB OR (SEE NOTE #1) EDGE OF PAVEMENT TYPICAL VALVE BOXt0l'TO AND COVER WITH CONCRETE COLLAR 18" 0.4' PROPOSED FINISHED GRADE SURFACE CONC. CURB 6" C-900 PVC RISER 6" GATE VALVE 4' MIN COVER I o � TYPICAL 2,500 PSI VALVE BLOCKING SOLE -PURPOSE FIRE HYDRANT LINE 6" OUTLET M.J. X FIG. OR ANCHOR TEE (OPTIONAL) WITH MJ. X M.J. VALVE NOTES: 1. IN SPACE BETWEEN CURB AND SIDEWALK, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 6" MINIMUM AND 18" MAXIMUM. IN PUBLIC AREAS OR COMMERCIAL AREAS, OR WHERE SIDEWALK ABUTS CURB, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 3' MINIMUM AND 6' MAXIMUM. FIRE HYDRANTS SHALL NOT BE PLACED WITHIN SIDEWALK AREAS. MAINTAIN 3' MINIMUM CLEARANCE TO ANY OBSTRUCTION. 2. 4' STEAMER NOZZLE SHALL FACE FIRE LANE OR STREET ACCESS 3. FIRE LINE PIPING SHALL BE SAME MATERIAL AS MAIN OR MINIMUM C900 PVC DR18 CLASS PIPE AND HAVE RESTRAINED JOINT FITTINGS FROM WATER MAIN TO FIRE HYDRANT. LENGTH SHALL NOT EXCEED 150'. 4. FOR BURY DEPTHS GREATER THAN 5', ONE BARREL EXTENSION NOT EXCEEDING TIN LENGTH SHALL BE INSTALLED DIRECTLY BELOW THE FIRE HYDRANT. 5. TYPICAL 1/2" ROCK PIPE EMBEDMENT MATERIAL SHALL BE PLACED AROUND THE BOTTOM OF THE HYDRANT FOR A RADIUS OF AT LEAST V AND EXTEND AT LEAST V ABOVE THE OUTLET. DO NOT BLOCK DRAIN HOLES. DO NOT BLOCK DRAIN T YPICAL 2,500 PSI ONCRETE THRUST LOCK I / TYPICAL BLUE RAISED PAVEMENT MARKER PLACED AT CENTERLINE OF ROADWAY REVISED TYPICAL FIRE HYDRANT City of MAY 2014 Lubbock DRAWING NUMBER TfxAS W_7 TYPICAL VALVE BOX H.M.A.C. PAVEMENT AND COVER FINISHED GRADE SURFACE > , NO 4 BARS _ III —I I —I (!- f CONCRETE COLLAR F• EACH WAY -III 1-111-1 I (-) I I—� (QE =1 i=1 11=1 CONCRETE PAVEMENT) I I I � III-1 _ Ed I I-1 I I I1=f11-1 I [ — III , __III; III- -I_I-111�111—I ; --III—I I ICI i I 6" PVC C900 _I 1 El I E I I^I ; I I —III —III —III— RISER PIPE 1=1 11-1 11—I I I I III-1 � Ivl11�1 lI - - — — - III - I II I TYPICAL TYPICAL GATE VALVE TRACER WIRE -------- ------ --I-- - - -- WATER MAIN 6 I � P -._......._ _._ - ' I TYPICAL PIPE ✓-` ' i i BEDDING & =III —I I 8" X B" X 6" MIN. 2,500 PSI CONCRETE EMBEDMENT I-1 (ICI I I- BLOCK UNDER BODY OF BURIED VALVES I I I -I 1 1-I I I-[ I - z' SQUARE VALVE COVER SHALL BE STAMPED "WATER VALVE" NOTES: 1. TREAT EACH SIDE OF VALVE AS A DEAD END OF EQUAL SIZE. INSTALL THE CORRESPONDING LENGTH (FOR A DEAD END) OF FULLY RESTRAINED PIPE THE FULL DISTANCE ON EACH SIDE OF VALVE 2. CONCRETE SUPPORT CRADLE AND SUPPORT PAD SHALL BE 2,500 P.S.I. CONCRETE. 3. POLYWRAP BURIED GATE VALVES AND FITTINGS 4. TORQUE BOLTS PRIOR TO BACKFILL PER MANUFACTURERS RECOMENDATIONS S. TOP OF VALVE NUT SHALL BE LESS THAN 6 FEET FROM FINISHED GRADE. IF MORE THAN 6 FEET, INSTALL EXTENSION SO THAT TOP OF NUT IS LESS THAN 6 FEET FROM FINISHED GRADE. 6. SET COVER OF VALVE BOX AND COLLAR 1/4" BELOW GRADE IN PAVEMENT OR SHOULDER, AND 2" ABOVE GRADE ELSEWHERE. VALVE BOX AND COVER CONCRETE COLLAR (NOT REQUIRED IN CONCRETE PAVEMENT) NO. 4 BARS EACH WAY REVISED BURIED VERTICAL GATE >w c; ,of DEC. 2012 VALVE DETAIL Lubbock DRAWING NUMBER TEXAS W_8 It NO. 5 BARS � � -- . ♦ 10" O.C. VERT. NO. 5 BARS B" O.C. HORZ. TYPICAL MANHOLE FRAME AND COVER CENTERED OVER OPERATING NUT FINISHED GRADE tl� V MIN.� D1I- II1IIil1 c D 3/4"CRUSHED D ROCK -III 17+11. i ICI C I III=1 I=� ��AESi=Ti=i 11=III=I I- TYPICAL 2,500 PSI -III-III-I I I -I I I -I I I- -III-III-III- CONCRETE REVfSED HORIZANTAL GATE City of DEC. 2012 VALVE IN VAULT Lubbock DRAWING NUMBER TEXAS W_9 LIP T-1 ABOVE GRC I 4" D.I. PIPE "GOOSENECK" WITH WIRE BUG SCREEN TYPICAL MANHOLE FRAME & COVER ....... ....... a 6- tFACE #6 BARS 6" O.C. EA. WAY IF 2" FLANGED GATE VALVE - #5 VERT. INNER FACE 10" O.C. - #5 HORIZ. OUTER FACE 8" O.C. -A REVISED AIR & VACUUM City Of DEC. 2012 RELIEF VALVES Uibbock DRAWING NUMBER TEXAS W-10 CONCRETE ROCK CONCRETE VALVE BOX �o mkol�- City of Lubbock TEXAS REMED DEC. 2012 DRAWING NUMBER W-11 CONCRETE`--- OYEACH WAY BUTTERFLY VALVE IN VAULT 4 NO !4 Oro - City of Lubbock TEXAS DEC.REVISM C 012 DRAWING NUMBER W-12 r I Design Standards and Specifications Construction Details 10.3 Sewer Details x Section 10 148 TYPICAL SANITARY SEWER MARKER (2X4 PAINTED GREEN) 'M�LL'w ''-''�- 4" PLUGii c7 ' 4" RISER ZD i0 4" TEE SEWER ..� - MAIN FLOW TYPICAL SANITARY SEWER MARKER (2X4 PAINTED GREEN) -111=111=1 I El I I -I I El 11=1 I I -I -1 I I -I 11-1 I I-1 11=1 I EA I =1 I I -I �� 11=1 I I -III -III -I 11=1 I i=1 I I III-� I PT r�1-�Tl-191 =1 I "- 4" WYE & PLUG O io SEWER 450 _ MAIN FLOW NOTES: 1. ALL TAPS MUST BE ABOVE SPRINGLINE OF SEWER MAIN. 2. NO SIZE -ON -SIZE TAPS. 3. SERVICE LATERALS SHALL BE BROUGHT TO THE PROPERTY AND PLUGED AT A DEPTH OF NO GREATER THAN 6' FROM FINISHED GRADE SURFACE, UNLESS REQUIRED TO BE DEEPER BASED ON DEVELOPMENT REQUIREMENTS. REVISED TYPICAL SEWER city Of DEC. 2012 SERVICE TAP Lubbock DRAWING NUMBER 1 4 TEXAS SS-1 A SUBSTITUTE"STORM" FOR STORM SEWER APPLICATION P N I T A g Ry OF L U g �-1 e 6 1 B� S E W f MADE IN A 32" DIA 21 3/4" N �i 23" ~ SECTION A -A V-1430 A PROD.NO. MO/DAY/YR ASTM A48 CL353 1 " RAISED LETTERING (RECESSED FLUSH) CUSTOM LOGO MAR SECTION B-B NOTES: 1. SANITARY SEWER MANHOLE FRAME AND COVER I.D.: 4143009OA01 BOTTOM VIEW 2. STORM SEWER MANHOLE FRAME AND COVER I.D.: 41430091A01 TYPICAL City of REVMD MAY 2014 MANHOLE COVER Lubbock DRAWING NUMBER TEXAS SS-2 t s AA 11 -1.- - 1 1/2" 40 2" REWSED TYPICAL City 0f DEC. 2012 MANHOLE FRAME Lubbock DRAWING NUMBER 4 r s x d s SS-3 STANDARD DIAMETER CAST IRON RING & COVER CAST IN TRANSITION LID (P. OF 3 TYPICAL JOINT SEALANT EACH JOINT OF RISER & RING & COVER. MAXIMUM GRADE ADJUSTMENT 18" ELEVATION VIEW NOTES: 1. CONCRETE SHALL BE MINIMUM 4000 P.S.I. 2. REINFORCING SHALL BE MINIMUM GRADE 60. PRECAST CONCRETE ECCENTRIC CONE 4*111(90-11014TA 4 F City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER SS-4 TYPICAL MANHOLE FRAME AND COVER NON -SHRINK GROUT IF _{ 30 GRADE RINGS FOR GRADE ADJUSTMENT (MAX 18') ECCENTRIC CONE SECTION T a SEAL ALL JOINTS PER MANUFACTURER a REQUIREMENTS . D H a• - RISER SECTION ASTM 478 g �, f (TONGUE & GROOVE) e a' a " BOTTOM RISER SECTION (BUTT & GROOVE) 6" MIN : 1" TO 2" GROUT SPACE — CONCRETE BASE 6" MIN FORMED SURFACES a �a t6" OR 1/4 PIPE DIA. (P) WHICHEVER IS LARGER #4 BARS-6" O.C. EA. WAY 2" BELOW BOTTOM OF PIPE --{ T SQUARE STANDARD SANITARY � SEWER MANHOLE H P D T :r , NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. OUTSIDE DROP MANHOLE (PVC) (NEW MANHOLE INSTALL) F4of Lubblock TEXAS JMING SEWER 450 BEND )VC PIPE REVISED MAY 2014 DRAWING NUMBER SS-6 TYPICAL MANHOLE FRAME & COVER NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. INSIDE DROP ON EXISTING MANHOLE INSTALL TEE WITH STUB INTO MANHOLE CUT AT ANGLE AS SHOWN INSTALL TEE WITH 12" EXTENSION PIECE CUT AT ANGLE TO FACILITATE CLEANING AND INSPECTION OF MAIN INCOMING SEWER 3/8" DIA. SS STRAP MAX SPACING 24" City of Lubbock 4 TEXAS TYPICAL EPDXY - 3/8" DL4. SS STRAP MAX SPACING 24" DETAIL A REMED DEC. 2012 DRAWING NUMBER SS-7 STRAIGHT THROUGH MANHOLE SLOPE --\ 1 1 BEND AT MANHOLE ]UNCTION AT MANHOLE CUT OUT TOP OF PIPE OR SHAPED CONCRETE INVERT �Z�L`L�I;I31*-"llr 41 SHAPED CONCRETE INVERT REVISED TYPICAL City of DEC. 2012 MANHOLE FLOORS Lubbock DRAWING NUMBER TEXAS SS-8 PIPE JOINT CASING SPACERS SHALL BE SPACED A MAXIMUM OF ONE FOOT FROM EACH SIDE OF JOINT STEEL SPACER BODY PIPELINE FILL SPACE BETWEEN EXCAVATED BORE AND CASING PIPE WITH CEMENT GROUT NOTES: 1. BEVEL END OF CASING PIPE TO REMOVE ALL SHARP EDGES TO PREVENT DAMAGE TO THE CARRIER PIPE. 2. THE END -SEAL SHALL BE ATTACHED TO THE PIPE AND CASING SO AS TO PROVIDE A WATER -TIGHT END SEAL. 3. FOR CASINGS OVER 12 INCHES IN DIAMETER, PROVIDE TWO CLAMPS OR BANDS ON EACH END OF EACH SEAL. 4. CASING PIPE SHALL HAVE END -SEALS INSTALLED ON BOTH ENDS PRIOR TO BACKFILLING ADJACENT PIPE TRENCHES. PIPELINE ENCASEMENT DETAIL CI_ MARAI1M CARRIER PIPE FOUR CASING SPACERS PER PIPE JOINT AS REQUIRED TO MEET MAXIMUM SPACING 450 \ / r! 30°0 aSQ: ay ADDITIONAL SPACERS, TYPICAL EACH END OF CASING PIPE STEEL CASING PIPE CADMIUM PLATED �— STUDS, NUTS, AND WASHERS, TYP. L = D, WITH L MAX. = 16" tN. City of Lubbock TEXAS L L REVISED DEC. 2012 DRAWING NUMBER SS-9 )/2 Design Standards and Specifications Construction Details 10.4 Street and Drainage Details Section 10 158 IA m z II R R iR ISLAND, 50 SQ.FT. MIN. R ---�-S-f R AREA IF USED. PROPERTY LINE VISIBILITY TRIANGLE _If Ln N A C DIMENSION REFERENCE RESIDENTIAL STREET THOROUGHFARE STREET COLLECTOR STREET INDUSTRIAL STREET (ROADWAY CLASSIFICATION, (R1A, 32') 1, 66' FR, R2, 42' �Cl, (I, 42') ROADWAY WIDT HJ_ _ _ _ _ _ _ _ _ _ _ _ _(R1 36') - 88'3- - - - 46'3 - - - - - - - - - - - - 6-N-E-i---------- ONE-WAY --V--- ------- 12' -------- 15' -------- 15' -------- 20' -O----WAY-- TW -MI-NIMU--M - - - - - - - - - - ----12'--- ----30-' - - - ----30---- ' -------- 40' TWO-WAY--W--AY-----MA--)I--M--UM-- --- --- ------ ------ ----0--- --- ----4-'--- ----- --- - --------S0--' ----- MINIMUM RADIUS R 5` 15' 15' 20' ------------- MINIMUM SPACING ------ ------- --- ----- -------- -------- - -------- - --- FROM PROPERTY LINE ------ P ------- R -------- -------- -------- ------------- FROM STREET CORNER ------------- ------ C ------ ------- A+R ------- -------- A+R -------- -------- A+R -------- -------- A+R -------- FROM THOROUGHFARE C 150'APPROACHING CORNER 100'EXITIN_G _ B_ET_W_EE_N_DR_IV_EW_A_YS S ___ ___ 3' _ 60' 60' -- 30' MINIMUM ANGLE D 45° 45° 30° -- 300 * MAY BE "0" FEET IF SHARED DRIVE IS PROPOSED. DRIVEWAY STANDARDS 4 lm City of Lubbock TEXAS REVISED MAY 2014 PLATE NO. 36-1 J )( d Q zg fa mo aq B MLL "n A A PROPERTY LINE 4' SIDEWALK IXPANSI EXPANSION JOINTS SPACED JOINTS•�,I; ' 36' MAX. ALONG SIDEWALK RUN. ...>.i a •� > (NO SCALE) B J ` FIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - OUT WHEN ENCLOSED IN CONCRETE. EXTEND EXPANSION JOINT 6" PAST EDGE OF HYDRANT/POLE :.e b CONTRACTION MARKINGS 1/2 WAY THROUGH !6-0 SLAB AT 4' INTERVALS. SECTION A -A Iz VARIABLE 4' SIDEWALK - w 3' MIN. @ 2% MAX. SLOPE JEL CURB a REMOVED. SECTIONS B-B NOTE: (RESIDENTIAL) Zz� w f� z SEE PLATE NO. 36-4 FOR ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR ° DRIVEWAY. VARIABLE 4' SIDEWALK 0 3' MIN. @ 2% MAX. SLOPE a 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR � INNER CURB AS REQUIRED. #4 DEFORMED STEEL BARS 12" O.C. BOTH Z vi WAYS, CENTERED IN SLAB. �Y w S� SECTIONS B-B (COMMERCIAL) FOR COMMERCIAL DRIVEWAY: NOTES: CURB AND GUTTER TO BE COMPLETELY REMOVED AND 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. RECONSTRUCTED WITH #3 2. ALL EXPANSION JOINTS TO BE )4" THICK. BARS RUNNING ENTIRE 3. 30° TO 45° FLARE MAY BE USED IN LIEU OF LENGTH OF NEW GUTTER. RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. FOUR FOOT SIDEWALK CONSTRUCTION DETAILS REVISED City of MAY 2014 Lubbock PLATE NO. TEXAS 36-2 a Ex 9 w§ EXPANSION JOINTS! ,.- 5' OR 6' SIDEWALK. PROPERTY LINE A A 1i ' v " a -A;=SIEE FRONTAL VIEW FIRE HYDRANT, POWER B POLE, ETC. MUST HAVE EXPANSION JOINTS EXPANSION JOINT BLOCK - SPACED 36' MAX. OUT WHEN ENCLOSED ALONG SIDEWALK RUN. IN CONCRETE. EXTEND 6" PAST EDGE OF EXPANSION SECTION A -A GRANT/POLE JOINT. " :°P'•' 4" MIN. THICKNESS OF SIDEWALK. CONTRACTION MARKINGS 1/2 WAY THROUGH SLAB AT 6' INTERVALS. VARIES 3' MIN. @ 2% MAX. SLOPE � CURB T SIDEWALK z REMOVED. 9 ; • • I `• • "'' SECTIONS B-B 4" MIN. (RESIDENTIAL) THICKNESS. NOTE: I� SEE PLATE NO. 36-4 VARIES ui FOR ASPHALT REPAIR 3' MIN. 0 2% MAX. SLOPE g z ADJACENT TO CURB AND GUTTER OR 6' SIDEWALK i 14- DRIVEWAY. v 6 X6" - 6 GAUGE WELDED WIRE FABRIC OR z #4 DEFORMED STEEL BARS 12" O.C. BOTH f INNER CURB FOR COMMERCIAL DRIVEWAY, f WAYS, CENTERED IN SLAB. CD AS REQUIRED. COMPLETELY REMOVE CURB AND `D (COMMERCIAL) GUTTER AND RECONSTRUCT WITH #3 BARS RUNNING ENTIRE LENGTH FRONTAL VIEW OF NEW GUTTER. PROPERTY LINE___ N SIDEWALK ELEVATION BACK OF SIDEWALK NOTES: 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. 2. ALL EXPANSION JOINTS TO BE 14" THICK. 3. 300 TO 45" FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. 5. 5' CURB BACK ON RESIDENTIAL STREETS. V CURB BACK ON COLLECTOR AND THOROUGHFARE STREETS. 5' OR 6' SIDEWALK CONSTRUCTION DETAILS ftMSED - City of MAY 2014 Lubbock "TE NO. TEXAS 36-3 12" SMOOTH H.M.A.C. SURFACE, 2" MIN. TYPE "C" SAWCUT TO REMAIN H.M.A.C. SURFACE. IN PLACE. m� mm BASE FLOWABLE FILL 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. REVISED ASPHALT REPAIR ADJACENT TO City of DEC. 2012 CURB AND GUTTER OR DRIVEWAY Lubbock PLATE NO. TEXAS 36-4(A) NEW CONCRETE SMOOTH EXISTING DRIVEWAY SAWCUT CONCRETE PAVING NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. CONCRETE PAVING REPAIR PEME° ADJACENT TO CURB AND City Of DEC. 2012 Lubbock PLATE NO. GUTTER OR DRIVEWAY 4 TEXAS 36-4(B) TMIN. DRIVEWAY APPROACH (TYPICAL) ALLEY RETURN (TYPICAL) REMED 4' SIDEWALK ALONG A04A City of DEC. 2012 PROPERTY LINE Lubbock PLATE NO. 4 TEXAS 36-5 �mm. R=25' MAILBOX TOR 6 CURB 3'MIN. BACKSIDEWALK TMIN. TMIN. 10, 3 IN. 'M 3'MIN. DRIVEWAY APPROACH (TYPICAL) 4 10 4�- UJ ALLEY RETURN �o (TYPICAL) w 0 r REMED 5' OR 6' SIDEWALK City of DEC. 2012 ALONG CURB BACK Lubbock PLATE NO. TEXAS 36-6 6" CONCRETE SLAB WITH 6"X6" - 6 3/4" BITUMINOUS CURB AND GUTTER, GAUGE WELDED WIRE FABRIC OR #4 PREMOLDED EXP. FILLETS AND SLAB TO BE DEFORMED STEEL BARS 12" O.C. BOTH JOINT. POURED TOGETHER. WAYS, CENTERED IN SLAB. <4,P. SIDEWALK \ \.PROPERTY LINE \ OR \ \ \ \ \ \ \ \ \ \ Luw IL 2 , 'Y /,�y./�.� < I V -, - IL /i � 7.5 _°'__. L • 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. W.R. MEADOWS #158, SEALTIGHT SAFE -SEAL 3405, SONNEBORN SL-1 OR APPROVED EQUIVALENT. EXI., o;a PA TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) Ob CONTRACTION JOINTS. 4' V)i LT 2.5' 10 2.5' °C o: B N > 01 • •t,a z 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, / v•, CENTERED IN SLAB. J 4:p.a c I�- CONTRACTIO N 4_o,v VCURB HEIGHT TRANSITIONS TO 0" ATJJTJJHIS POINT. 7 IS POINT OF ALLEY RETURN / TO BE NO MORE THAN 7" HIGHER THAN GUTTER ON HIGH 2.5'. SIDE END OF RADIUS AT STREET. 1'* 11" BITUMINOUS XPANI ION JOINT. PLAN VIEW l 1-55 * 10' � 51 A A 20' I 5' -i- 10, -I 5' * TO BE USED WHEN ALLEY R.O.W. WIDTH IS 15'. g w a 1Z1---�� SECTION A -A L NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB AND lit" FROM BOTTOM OF SLAB EACH SIDE. LOCATE BY MEANS OF CHAIRS OR PLASTIC STAKES (NOT METAL OR WOOD). CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY WHERE THE EXISTING ALLEY RETURN, ALLEY PAVING OR STREET GUTTER IS IN GOOD CONDITION AND GRADE AND ALIGNMENT ARE SATISFACTORY. 3¢" BITUMINOUS ; •°.%' CONCRETE ALLEY SLAB. EXPANSION JOINT.- -ING ALLEY RETURN, ALLEY 4NG OR STREET GUTTER. / _`ire °•; a 6"X6" - 6 GAUGE WELDED 1 WIRE FABRIC OR #4 6"--i DEFORMED STEEL BARS 12" 2 1 O.C. BOTH WAYS, SECTION B-B CENTERED IN SLAB. ALL CONCRETE SHOWN TO BE 3,000 P.S.I. AT 7 DAYS. (CLASS B) O REVISED TYPICAL ALLEY ! City of MAY 2014 RETURN 4 Lubbock PLATE NO. rIXAS 36-7 5' 10' 5' a .a• w Z w IL a a V ' 10' . c.aaa 10' PROPERTY LINE .a•aa a' 5. 20' 13' w z CONTRACTION 10, JOINTS IL O a o a 20' 51 PROPERTY LINE v I o q .q CD N 10' Q••Q 10'-- q.q Q•, uj z n .0 •, q.q W IL a 5' 10' 5' TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) 1/2" -►� 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 NOTE: - DEFORMED STEEL BARS 12" O.C. BOTH WAYS, 1. TRANSVERSE CONTRACTION JOINT ' ° ° • •;v.a CENTERED IN SLAB, (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) TYPICAL " T" ALLEY - _ 'QED DEC. 2012 City of INTERSECTION WITH Lubbock PLATE N0. CONTRACTION JOINTS THAS 36-8 6" 4" 2" R _ a .a • a , oD.a Co Go — 3" R .a D DOWN CURB SECTION. 6" v�v , o p TYPE "A" 9" R NOTE: 9" R 1. THIS SECTION TO BE USED FOR RESIDENTIAL APPLICATIONS ^ ONLY. APPROVAL WILL DEPEND ° ' v ON TRAFFIC AND DRAINAGE CONSIDERATIONS. •Q, 4 .G• d•D,° I-— 12" I 12" ROLLOVER CURB TYPE "B" 9 11/16" •q D,a D n 3�� — 6" 9" ,{ 91, 3" ^ I M M in TYPE "C" 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 A City of MAY 2014 AND GUTTER SECTIONS LUbbo6k PUTE NO. TEXAS 36-9 6" 4" 0 2" R N N 31, R v p 17 DOWN CURB SECTION. 6 o•D v LL i� D 12" _I _ 18" 5 3/4" TYPE "A" •— 4 1/4" — v. � 2' R — 0 fV — C DOWN CURB SECTION. 6" aov. D D'a �--9 11/16"— -� 20 5/16" NOTE: CONTRACTOR MAY USE EITHER OF THE ABOVE SECTIONS. TYPE "B" C ---L--- a.a v• If o.a, D.D a 6 "o p i� 3 12" v o a 3" in 3" 20 5/16" 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. ED TYPICAL 30" CURB MAY 2 City of 014 AND GUTTER SECTIONS Lubbock PLATE No. TEXAS 36-10 CONTRACTION JOINT #4 DEFORMED STEEL BARS @ 12" O.C. BOTH WAYS. A FLOWABLE FILL SHALL BE USED TO REPLACE BASE MATERIAL REMOVED. SEE PLATE NO. 36-4 FLOWLINE \ FLOWLINE -10' - - - CONTRACTION \ / CONTRACTION JOINT / JOINT A z z f I ~ SEE PLATE NO.36-16 FOR DETAILS REGARDING O CURB TRANSITIONS X=DISTANCE LIP TO LIP R NOTES: 1. CLASS "B" 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" PLAN VIEW INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER DEPTH: 6"- RESIDENTIAL STREETS 8"- COLLECTORS & THOROUGHFARES �3" rl" BASE -------� I ---- ----- I-- 5' 1 5" SECTION A -A CONCRETE VALLEY GUTTER & FILLET DETAIL REVISED !40- City of DEC. 2012 Lubbock PLATE NO. TEXAS 36-11 6" d 2' —36' TYP. 2' � 2" H.M.A.C. SURFACE. —I — — — —4" CROWN I� 6" CALICHE BASE IN ACCORDANCE WITH SPECIFICATIONS. SUBGRADEIN ACCORDANCE WITH SPECIFICATIONS. STRIP PAVING WIDTH AND CROWN VARY SEE SECTION 8.2.02 2" H.M.A.C. SURFACE. 12 5/8" 6" CALICHE BASE NOTE: 1. STREETS WITH ANTICIPATED ABNORMAL TRAFFIC LOADS, SUCH AS TRUCKS AND BUSES, SHALL REQUIRE A SPECIFIC DESIGN TO BE APPROVED BY THE CITY ENGINEER. RESI D ENTIAUCO LLECTOR/I NDUSTRIAL TYPICAL STREET CROSS -SECTIONS WIDTH AND CROWN VARY SEE SECTION 8.2.02 8" THICK CONTINUOUSLY — REINFORCED CONCRETE PAVING. TYPE T-1 / T-2 THOROUGHFARES City Of 4� Lubbock rexAs 6" 12 5/8" REVLSED DEC. 2012 PLATE NO. 36-12 EXISTING SIDEWALK SECTION A -A VARIES 24" OR EXISTING 30" C. & G. SIDEWALK 1:12 SLOPE TO BE CONSTRUCTED ONLY APPLIES AT DEPRESSED ALLEY RETURNS A A STREET MINIMUM RAMP WIDTH TO BE 4.0' LENGTH OF RAMP 5'-6"); MAY VARY —TO 1:12 MAX. SLC STREET NOTES: 1. ALLEY RADII MAY VARY. 2. SEE OTHER PLATES FOR RAMP DETAILS i f y INSET e i a � 7cpcOF FACEZCURB t i i } CONCRETE PAVERS j i WITH TRUNCATED DOME SURFACE. 1:12 SLOPE LENGTH VARIES, t DUE TO 1:12 MAX. > w SLOPE OF RAMP. _ F__ REVISED TYPICAL LOCATIONS City of DEC. 2012 FOR CURB RAMP Lubbock PUTE NO. 4 TEXAS 36-13 l VARIES- 41VARIES T.O.C. 1:12 SLOPE 1:12 SLOPE FLOWLINE FRONT VIEW t t VARIES (10' TYPICAL) SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE - 1:50 MAX. SEE PLATE NO. 36-16(A) FOR GENERAL NOTES ON A.D.A. RAMPS CONSTRUCTION. 11 9 n R=15' R=25' ° PROPERTY LINE F s6 RAMP = 50.8 SQ. FT. OF ° CONCRETE FLATWORK SURFACE APPLIED TRUNCATED DOME CURB & PANEL. GUTTER 4' MIN. 5'-6" MIN. 6" SLOPE 5% 24" MIN. MAX ,. 1:12 SLOPE MAX,) 4" MIN. THICKNESS. SURFACE APPLIED MINIMUM FINISHED TRUNCATED DOME BITUMINOUS )4" 1 THICKNESS TO BE 4". PANEL EXPANSION JOINT AS L 4" MAX REQUIRED BEHIND CURB. SECTION A -A CORNER CURB RAMP QED MAY 2014 (WITH TYPICAL 4' SIDEWALK City of Lubbock ALONG PROPERTY LINE TEXAS PUTENo. 36 14 m� r-VARIES4' VARIES --I T.O.C. I:12 PF- FLOWLINE SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. CURB & GUTTER PROPERTY LINE �9 R=15' A. (10' TYPICAL) ---4' MIN. 5'-6" SEE PLATE NO.36-16(B) FOR GENERAL NOTES ON A.D.A. RAMP CONSTRUCTION. R=25' RAMP = 50.8 SQ. FT. OF fq CONCRETE FLATWORK SURFACE APPLIED TRUNCATED DOME PANEL. f z- SURFACE APPLIED -1 f TRUNCATED DOME `v PANEL. 4" MAX r 6 SLOPE 5% MAX BITUMINOUS X4" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP REVISED WITHTYPICAL TOR 6' SIDEWALK koo� City of MAY 2014 Lubbock PIATE N0. ALONG CURB BACK) TEXAS 36-15 A GROOVE JOINTS EACH SIDE OF RAMP. > a' f F TOP OF CURB \ BITUMINOUS -" EXPANSION JOINT (FULL DEPTH) LOCATED Ey ALONG BACK OF CURB NEW CONSTRUCTION. O O a ':off A YELLOW, SURFACE -APPLIED TRUNCATED DOME yam" PANELS AFFIXED, FOLLOWING MANUFACTURER'S 1� INSTRUCTIONS, TO PROPERLY CONSTRUCTED, CURED AND PREPARED 4" CONCRETE SLAB. IN RADIUS RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. IN STRAIGHT C. & G. RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. TYPICAL ADA RAMP PLAN MAINTAIN GUTTER �— 4' MIN. --] City of Lubbock TEXAS SHEET 1 OF 2 REVISED MAY 2014 PLATE NO. 36-16(A) F 4' MIN. --1- `--5'-6" MIN. i-•-r--�-----, t�24" MIN. _ 4" MIN. THICKNESS. SURFACE APPLIED TRUNCATED DOME PANEL. 4" MAX SECTION A -A SURFACE APPLIED CLASS "A" CONCRETE SHALL TRUNCATED DOME CONFORM TO APPLICABLE PANEL. SPECIFICATIONS. 4" MIN. THICKNESS SECTION B-B NOTES: SLOPE 5% MAX BITUMINOUS X4" EXPANSION JOINT AS REQUIRED BEHIND CURB. 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. S. ALL SLOPES SHOWN ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. RAMP LENGTH OR GRADE OF SIDEWALK APPROACH MAY BE ADJUSTED AS DIRECTED BY THE ENGINEER. TAS REQUIRED DIMENSIONS AND SLOPES ARE PARAMOUNT. IF SITE CONDITIONS PREVENT A RAMP FROM BEING CONSTRUCTED, AS -DRAWN, TO WORK AS INTENDED AND COMPLY WITH THE REQUIRED SLOPES, THEN THE RAMP CONSTRUCTION MUST BE ADJUSTED TO COMPLY WITH THE REQUIRED SLOPES. ALL CONSTRUCTION QUESTIONS SHALL BE DIRECTED TO THE ENGINEER. 6. MAXIMUM ALLOWABLE CROSS -SLOPE ON SIDEWALK AND RAMP SURFACES IS 2%. ALL CONCRETE SURFACES SHALL RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE ON THE PLANS. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TAS. SHEET 2 OF 2 REVISED TYPICAL ADA City of MAY 2014 RAMP PLAN Lubb O Ck PLATE No 4 TEXAS 36-16(B) z 2' SLOPE ALONG lV GUTTER VARIES SLOPE ALONG GUTTER VARIES SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT FILLET KEYED NOTES Q SLOPE ALONG BACK OF CURB AT RAMP OPENING SHALL NOT EXCEED 2%. Q SLOPE FROM BACK OF CURB AT RAMP OPENING TO LIP LINE SLOPE ALONG SHALL NOT EXCEED 5%. GUTTER VARIES Q�2' C � SLOPE ALONG GUTTER VARIES 5'-6" 24" MIN SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT CURB 6 SLOPE 5% MAX '- 4" MIN. THICKNESS. SURFACE APPLIED TRUNCATED DOME - BITUMINOUS -" PANEL. EXPANSION JOINT AS 4" MAX REQUIRED BEHIND SECTION A CURB. REVISED TYPICAL ADA City of MAY 2014 RAMP DETAIL Lubbock PLATE NO. TEXAS 36-17 I I I I � 1 I ( I I � I I I I TOOLED J INT I � 1 I I I I � I I I I I � I I ( 1 I I I I I o 0 I Z I ui �z I I I w I I n i 1 0 1 rn I p I I n TOOLED J INT , I e i I I I 1 I ( I I e I I 1 I I I p p i I I I I I i I I ( I - 5' I I I I I i I I ( 1 I i I E)CPANSION JQINT 1 I i I I I I I I i 20' ROW REVISED TYPICAL ALLEY PAVING w4tv city of DEC. 2012 4Lubbock PLATE NO. TEXAS 37-1 NOTE: 1. ALL JOINTS SHALL BE DOWELED AS SPECIFIED 2. MAXIMUM OF TWO TRANSVERSE CUT JOINTS BETWEEN EXISTING 13' TOOLED JOINTS (ONE SLAB). TYPICAL ALLEY PAVING CUT 4 . City of Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 37-2 R-lA RESIDENTIAL 52' ROW 32' �FF R-2 SCHOOL AND R-1 RESIDENTIAL COMMERCIAL �56'ROW� �60'ROW --- 36' FF - 42' FF COLLECTOR INDUSTRIAL 64' ROW I--- 60' ROW ----I 46' FF 7= 42' FF T-1 THOROUGHFARE T-2 THOROUGHFARE 90' ROW i 110' ROW -►I 66' FF BB' FF NOTE: FF DIMENSIONS ARE FROM FACE OF CURB TO FACE OF CURB. REVISED CITY OF LUBBOCK City Of DEC. 2012 STREET STANDARDS Lubbock PLATE NO. TEXAS 38-1 6 COLLECTOR FLARE AT INTERSECTION WITH A THOROUGHFARE T-1 OR T-2 THOROUGHFARE T City of Lubbock TEAS REVISED MAY 2014 PLATE NO. 38-2 n T-1 THOROUGHFARE RIGHT TURN LANE (FLARE) T-1 OR T-2 THOROUGHFARE -► o City of Lubbock TEXAS REVISED MAY 2014 PLATE NO. 38-3 T-2 THOROUGHFARE RIGHT TURN LANE (FLARE) �- T-1 OR T-2 THOROUGHFARE City Of Lubbock FEXAS REVISED MAY 2014 PLATE NO. 38-4 R=45' FACE OF CURB R=50' FPG 52' OR 56' RIGHT OF WAY 32' OR 36' FACE TO FACE R=45' 4' PEDESTRIAN ACCESS EASEMENT (REQUIRED ONLY WHERE CUL-DE-SAC LOTS ARE ADJACENT TO A STREET) PROVIDE CONCRETE CURBED CHANNEL WITH I I 35' MIN ACCESSIBLE RAMPS FOR DRAINAGE WHERE NECESSARY (IF NEEDED FOR DRAINAGE, A i MINIMUM OF 20' DRAINAGE EASEMENT) I I STANDARD R-1A & R-1 CUL-DE-SAC ADJACENT ALLEY OR STREET City Of Lubbock TEXAS REVISED MAY 2014 PLATE NO. 38-5 1 l 1 i l.� 1.J 52' ROW j 10, 32' F-F 10, 2% MIN 2% MIN - 4% MAX 4% MAX r� 1 DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH - #4 BARS @ 36" O.C. TRANSVERSE 12" COMPACTED SUBGRADE 12" -I I- #4 @ 12" O.C. LONG @ 95% MODIFIED DENSITY TYPICAL SIDEWALK PORTLAND CEMENT CONCRETE PAVEMENT (6(�" C. RAYS) a6000 28 DASS SVE TRENG"ETMH OF 3ENT PSSI @ LJ l_J �l RESIDENTIAL STREET (R-1) CONCRETE PAVING City of Lubbock REVISED MAY 2014 PLATE NOf 1 N.T.S. TEXAS 38-6 9' • � �¢ua�'i sr—'—�ign�i4��u�i�i=ak�r�r�a�tr � if it ft�I�H_k�j .it k�ti �i�41=�?_pWi�imF-�-w 7" PORTLAND CEMENT CONCRETE PAVEMENT MIN. CEMENT CLASS C. COMPRESSIVE STRENGTH OF 3,600 PSI @ 28 DAYS) 64' ROW 46' F-F 9' 4%MIN MAX 12" COMPACTED SUEIGRADE 12"I- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK MAJOR COLLECTOR (C-1) REVISED ,>�'' City of MAY 2014 CONCRETE PAVING Lubbock PIATE N0. N.T.S. TEXAS 38-7 XP AVEMENT OR SHOULDER EDGE I�Il�lllfll■11■11■1� . ■1�1�1_if�■1■11■11 STEEL lSTEEL i{i��� TRANSVERSE ■iii���� IIE::�n���F �ILMllowi11� CONTRACTION JOINT ONGITUDINAL CONSTRUCTION JOINT TYPICAL PAVEMENT LAYOUT PLAN VIEW (NOT TO SCALE) PAVEMENT OR SHOULDER EDGE GENERAL NOTES 1. ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED 7. TRANSVERSE STEEL SHALL BE PLACED TO WITHIN 3" OF THE STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996 BACK OF CURB WHEN THE CURB @ GUTTER ARE POURED WITH (GRADE 60) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM THE CONCRETE PAVING. TO TABLE NO.1 AND TABLE NO.2. 8. (b) = TRANSVERSE STEEL AND TIE BARS SPACING 2. STEEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1 IN. HORIZONTALLY (c) = LONGITUDINAL STEEL SPACING AND +/- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING (CONCRETE PLACEMENT WIDTH / NUMBER OF LONGITUDINAL BARS) SHALL (SEE TABLE 1 AND 2 PLATE 38-9) CONFORM TO TABLE NO.1 3. PAVEMENT WIDTHS OF MORE THAN 25 FT. SHALL HAVE A LONGITUDINAL JOINT (SECTION Z-Z OR SECTION Y-Y). THESE JOINTS SHALL BE LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT LOCATION IS SHOWN ELSEWHERE ON THE PLANS. 4. THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT (SECTION Z-Z) SHALL BE ONE THIRD OF THE SLAB THICKNESS (T/3). 5.OMIT TIE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE CONSTRUCTION JOINTS (SECTION X-X). USE HAND -OPERATED IMMERSION VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED JOINTS. 6. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM OF 25 IN. STAGGER THE LAP LOCATIONS SO THAT NO MORE THAN 1/3 OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12-FT. WIDTH AND 2-FT. LENGTH OF THE PAVEMENT. RESIDENTIAL AND COLLECTOR STREET CONCRETE PAVING DETAILS ` City of Lubbock 'MED MAYY 20 2014 PLATE N0. 1 OF 3 TEXAS 38-8 t 50" FOR #5 BAR 42" FOR #4 BAR L=50" ADDITIONAL STEEL BARS TIE BARS MAY BE 4 25" FOR #5 BAR JOINT SEALING l�2 JOINT SEALING I 21" FOR #4 BAR IN SAME PLANE AS MATERIAL MATERIAL TRANSVERSE BARS TIE BARS,SINGLE T OR MULTIPLE -PIECE -- MIN.CLEAR 2" - r/12IT1/2 TRANSVERSE BARS �. . .T. ►T . ter. ►1 ■ .� LONGITUDINAL BARS c c a a c c NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT. LONGITUDINAL BARS TRANSVERSE BARS TRANSVERSE CONSTRUCTION JOINT LONGITUDINAL CONSTRUCTION JOINT SECTION X - X SECTION Y - Y 50" FOR #5 BAR, 42" FOR #4 BAR LONGITUDINAL JOINTS NG 5" FOR #5 BAR r BARS SAW CUT --Z I T/, ::±:: •::! IT I T I I I I I I- c c c/2c/2 c c TRANSVERSE BARS SINGLE PIECE TIE BARS SHOULD BE IN SAME PLANE AS TRANSVERSE BARS. LONGITUDINAL CONTRACTION JOINT SECTION Z - Z TABLE NO.1 LONGITUDINAL STEEL FIRST ADDITIONAL STEEL SLAB THICKNESS REGULAR SPACING BARS AT TRANSVERSE AND BAR SIZE STEEL BARS AT EDGE CONSTRUCTION JOINT OR JOINT (SECTION X-X) T BAR SPACING SPACING SPACING LENGTH (IN.) SIZE (c) (a) 2 x c L (IN.) (IN.) (IN.) (IN.) 6.0 #4 12 3 24 42 7.0 #5 12 3 24 50 TABLE NO.2 TRANSVERSE STEEL AND TIE BARS TIE BARS TIE BARS SLAB TRANSVERSE AT LONGITUDINAL AT LONGITUDINAL THICKNESS STEEL (b) CONTRACTION JOINT CONSTRUCTION JOINT SECTION Z-Z SECTION Y (IN.) BAR SPACING BAR SPACING BAR SPACING SIZE (IN.) SIZE (IN.) SIZE (IN.) 6.0 #4 36 #4 72 #4 36 7.0 #4 24 #4 48 #4 24 RESIDENTIAL AND COLLECTOR STREET REVISED City of MAY 2014 CONCRETE PAVING DETAILS Lubbock RATE NO. 2 OF 3 TEXAS 38-9 M H� JOINT �„� - SEALING COMPOUND p ' ~� INITIAL vv SAW CUT �16 _ X" SAWED LONGITUDINAL JOINT 4 Z r JOINT SEALING COMPOUND CLASS 4,5 OR 7 r. a: BACKER INITIAL ROD SAW CUT U �16-�° TRANSVERSE SAWED CONTRACTION JOINT GENERAL NOTES JOINT V V Va" - VV SEALING COMPOUND 'XP �v OF F JOINT SEALING COMPOUND LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT JOINT SEALING COMPOUND CLASS 1 �/z" - X4" 4,5 OR 7 �m f-- NONE mmm ROD PREFORMED BITUMINOUS FIBER MATERIAL LENT, OR • TRANSVERSE FORMED EXPANSION JOINT 1. THE JOINT RESERVOIR FOR SEALANT SHALL BE SAWED UNLESS OTHER WISE SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE CONSTRUCTION AND THE TWO SAWED JOINTS. 2. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE MANUFACTURES REppUIREMENT AND PRIOR TO BEGINNING OPERATIONS THE CONTRACTOR SHA1L SUBMIT A STATEMENT FROM THE SEALANT MANUFACTURER SHOWING THE RECOMMENDED EQUIPMENT AND INSTALLATION PROCEDURES TO BE USED. 3. THE SAW CUT FOR THE LONGITUDINAL JOINT SHALL BE ONE FOURTH THE SLAB THICKNESS. 4. TRANSVERSE EXPANSION JOINT SHALL BE PLACED AT THE RADII OF INTERSECTING STREETS. 5. TRANSVERSE CONTRATION JOINTS SHALL BE PLACED AT ON RADIUS OF INTERSECTING ALLEYS. RESIDENTIAL AND COLLECTOR STREET 10 4410- City of MAY 2014 REVISED CONCRETE PAVING DETAILS Lubbock PLATE N0. 3 OF 3 TEXAS 38-10 TYPE'C' HMAC MINIMUM OF THE UPPER 12" (18" MINIMUM ON THOROUGHFARE STREETS) OF TRENCH BACKFILL- 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL, IF USING COMPACTED BACKFILL. BACKFILL COMPACTED TO 95%f MODIFIED PROCTOR(ASTM D 698) 2% OF OPTIMUMMOISTURE CONTENT.(MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL 2' MIN. !V 6" ASPHALT TACK COAT. NO SCALE NOTE: ALL JOINTS TO BE SAWCUT. ASPHALT TACK COAT. PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. GREATER THAN 5' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. REVISED ASPHALT PAVEMENT FAO-. City Of DEC. 2012 CUT REPAIRS Lubock TEXAS UEM-01 CLASS W CONCRETE 3000 PSI AT 7 DAYS. THOROUGHFARE STREETS; CLASS "C'CONCRETE ALL CONCRETE JOINTS TO BE SAW CUT. EXISTING CONCRETE PAVING 8" MINIMUM OO Y1> Z9 F� BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL; 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: DRILL AND DRIVE Ir DEFORMED #5 DOWEL BARS 6" INTO EXISTING SLAB ON 3' SPACING. EXISTING CONCRETE PAVING 3' MIN BARS O.C. MAX SPACING IN DI IN BOTH DIRECTIONS. PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). CONCRETE PAVING 1. GREATER THAN T WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. 2. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. CONCRETE STREET 10 op REVISED AND ALLEY -A KoClef DEC. 2012 Lubbock CUT REPAIRS TEXAS UEM-02 CONCRETE CAP - CLASSW ONCRETE 3000 PSI AT 7 DAYS. Z f �o # 4 BARS, 12.O.C. - MAX. SPACING IN BOTH DIRECTIONS. BACKFILL COMPACTED TO 95%f MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6- LIFTS.) ALTERNATIVE BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL NOTE: BRICK JOINTS TO BE FILLED WITH SAND/CEMENT AT A 58-50 BLEND, OR AS APPROVED BY THE STREET SUPERINTENDENT. ��- SAND CUSHION MINIMUM. I� 8" MIN iV .r PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS BRICK AND MANUFACTURERS PAVING RECOMMENDATIONS). 1. SEE CONCRETE CAP DETAIL. PLATE NO. 36.09.05 2. #5 DOWELS NEEDED IF TIED INTO EXISTING CONCRETE BASE. 3. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. BRICK STREET CUT REPAIRS 4 P-- City of Lubbock TEXAS REVISED DEC. 2012 UEM-03 z O 9z a ZQ as �Q CONCRETE ALLEY PAVING. �m w Eno _ z BACKFILL COMPACTED TO 95%f MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1#2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: IV] 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. THE ALLEY PAVING CONTRACTOR SHALL BE REQUIRED TO OBTAIN 95%f MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. TRENCH BACKFILL REQUIREMENT ON ALLEYS TO BE PAVED WITHIN RIGHT-OF-WAY THE ALLEY PAVING CONTRACTORS SHALL BE REQUIRED TO OBTAIN 95%± MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). ' 0- City of Lubbock TEXAS REVISED DEC. 2012 UEM-04 im BACKFILL COMPACTED TO 95%f MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 )j SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: EXISTING GROUND SURFACE. 12" s --- —T PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. TRENCH BACKFILL REQUIREMENTS QED IN' F4oON UNPAVED STREETS AND ALLEYS °' city Of DEC. 2012 WITHIN RIGHT—OF—WAY Lubbock UEM-05 PLACE #4 BARS BOTH WAYS ALONG PAVING 6„ CUT AT 12" MAX. SPACING. AT LEAST 2 6" #4 BARS EACH WAY ARE REQUIRED. #4 BARS, 12" O.C. MAX SPACING IN BOTH DIRECTIONS, CENTERED IN SLAB NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS NO SCALE DRILL AND DRIVE 12" DEFORMED #5 DOWEL BARS 6" INTO EXISTING SLAB ON X SPACING ALLEY PAVING REPAIR c; ,of MAY REVISED014 OR CAP Lubbock TEXAS UEM-06 Design Standards and Specifications Construction Details 10.5 Section 10 196 A-1.1 Restrained Joint Table for Bends Minimum length to be restrained each side of bend (Feet): PVC Pipe Horiztonal Bends Vertical Bends (Upper/Lower) W-4 (in.) 4 14 6 3 2 16/4 8/2 4/1 19 8 4 2 23/5 11/3 6/2 WE t "M 25 11 5 3 30/7 15/4 7/2 30 13 6 3 36/8 17/4 9/2 35 15 7 4 42/10 21/5 10/3 45 19 9 5 54/13 26/6 13/3 20 54 23 11 6 66/15 32/8 16/4 24 63 27 13 7 78/18 38/9 19/5 D.I. Pipe Horiztonal Bends Vertical Bends (Upper/Lower) (in.) 11 5 3 1 9/3 5/2 3/1 ON 15 6 3 2 12/4 6/2 3/ 19 8 4 2 16/6 8/3 4/2 j. 23 10 5 3 19/7 10/3 5/2 27 12 6 3 23/8 11/4 6/2 35 15 7 4 29/10 14/5 7/3 42 18 9 5 36/12 17/6 9/3 ism 49 21 10 5 42/14 20/7 10/4 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet on upper vertical bends and 6 feet on lower vertical bends, and Test Pressure of 100 psi. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. City of Lubbock Water Utilities Engineering Department Revised 3/11 I Minimum Design Standards and Specifications for Water and Sewer r r A-1.2 Restrained Joint Table for Tees Minimum branch length to be restrained (Feet): PVC Pipe Branch Pipe Run Pipe Size (in.) 22 Size (in.) �xw 22 13 4 1 1 1 1 1 40 33 26 18 11 1 1 1 49 43 37 31 18 5 1 "N r W 59 54 49 38 27 16 84 20 72 64 55 107 101 94 87 - 127 122 116 D.I. Pipe Branch Pipe Run Pipe Size (in.) K" Size (in.) a 4 kn 12 7 2 1 1 1 1 1 21 18 14 10 6 1 1 1 26 23 20 17 10 3 1 31 29 26 12 15 8 44 42 38 34 26 57 53 50 46 67 64 61 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test Pressure 100 psi, and minimum restrained length of pipe along run on either side of tee of 5 feet. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. City of Lubbock Water Utilities Engineering Department Revised 3/11 I Minimum Design Standards and Specifications for Water and Sewer k A-1.3 Restrained Joint Table for Reducers Minimum length to be restrained on larger pipe (Feet): PVC Pipe Small Pipe Large Pipe Size (in.) qna% -A- Size (in.) 22 40 54 69 95 119 142 23 41 57 86 112 137 NX 11s, 019-2, 23 42 75 103 129 23 61 92 120 44 78 109 Im 44 80 44 D.I. Pipe Branch Pipe Run Pipe Size (in.) 777 7777777777 Size (in.) 12 21 29 36 50 63 75 13 22 30 46 59 72 12 22 40 54 68 13 32 49 63 23 42 57 . . . . . . . . . . . . . . . . 23 42 24 J1 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test Pressure 100 psi, and minimum restrained length of small size pipe to be 1/2 that listed here. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department I I Minimum Design Standards and Specifications for Water and Sewer A-1.4 Restrained Joint Table for Dead Ends Minimum length to be restrained from dead end (Feet): Pipe Size (in.) PVC Pipe D.I. Pipe 30 16 .; s S 42 22 .. .,,.,. 3 8 55 29 3 67 35 '2 , 79 42 102 54 125 66 2k4 147 78 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, and Test Pressure 100 psi. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. City of Lubbock Water Utilities Engineering Department Revised 3/11 Minimum Design Standards and Specifications for Water and Sewer I A-2 Date of Application: Company Name Address Contact Person Position Phone Number Email Fax Number Manufacturer If not applicant) Supplier If not applicant) Product Nomenclature Model No. Series Description/Use of Product Have you included a sample? Would you like this sample returned? List Testing Certifications (Required) 1. List Attached Items (Provide five copies of each) 1. 2. 2. 3. 3. 4. 4. 5. 5. 6. 6. 7. 7. ****Do not write below this line - - For City use only**** Application No. (Ex. 2014-01) Approved By: Title: ❑ Accepted ❑ Rejected Comments: CERTIFICATE OF COMPLETION DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER CONTRACTOR'S AFFIDAVIT TO DEVELOPER I certify that the work under the above named project, including all amendments thereto, has been satisfactorily completed in accordance with the engineering plans and specifications and in accordance with the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications; that no liens have been or will be attached against the property and improvements of the owner; that no suits are pending by reason on the project under the contract; and no public liability claims are pending. CONTRACTOR / DEVELOPER: ADDRESS: PHONE: SIGNED: PRINTED: TITLE: RECOGNITION BY CITY OF LUBBOCK An inspection of the work on the above referenced Project was conducted on Those participating in the inspection (final walk-through) were and . The inspection revealed that the infrastructure inspected has been completed substantially in accordance with the plans and specifications and is recommended for acceptance on City of Lubbock By Printed Name Title Rev. 05-01-2014 DEVELOPER WARRANTY STATEMENT DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER WARRANTY STATEMENT TO THE CITY OF LUBBOCK: I A As the developer of the above referenced development, I guarantee the improvements installed by my ' Contractor and inspected, tested, and accepted by the City of Lubbock to be free from defects for a period of one year for water and/or sewer improvements and two years for paving and or drainage improvements from the date the infrastructure is accepted by the City of Lubbock. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. The Contractor, Engineer/Surveyor, Record Drawing submittal date, and the Substantial Completion Date are listed below. CONTRACTOR: ENGINEER/SURVEYOR: RECORD DRAWING SUBMITTAL DATE: SUBSTANTIAL COMPLETION DATE: DEVELOPER CONTACT INFORMATION DEVELOPER: ADDRESS: PHONE: EMAIL: SIGNED: PRINTED: LIMITATIONS This warranty does not include damage to underground utilities caused by others due to excavation or boring activities after the date of the infrastructure is accepted by the City of Lubbock. This warranty does not include any cosmetic damages or the results of any cosmetic damages to either above ground utility infrastructure or paving/drainage improvements occurring after the date of substantial completion. These cosmetic damages may include but are not limited to gouges in asphalt from vehicular traffic excluding all construction equipment related to the development, the failure of asphalt due to water ponding beyond the control of the Developer, any natural disaster, or utility work within dedicated Public Right of Way. Rev. 05-01-2014 FRANKFORD 34TH STREET -- SLL 119TH STREET SLL Double 5284 42 24659 MARTIN LUTHER 37TH STREET -- ENDOF 50TH STREET NLL ;Double KING BRIDGE NORTH 4328 60 28853 SLIDE 19TH STREET -- SLL_ 29th Dr. Double 4308 60 — 28720 35TH INDIANA AVENUE --WLL =JOLIET AVENUE -- CL Single 594 261 0 1716 —KN—OX—VILLE—AVENUE ELL 35TH JOLIET AVENUE -- CLISingle 6421 261 0 1855 KNOXVILLE AVENUE -- LOUISVILLE AVENUE 35TH I WILL ELL Single 6221 32= 01 2212 MEMPHIS AVENUE -- NASHVILLE AVENUE 35TH WILL SELL Single 626 261 0 1808 ... ....... ............ I 35TH OXFORD AVENUE -- WLL ORLANDO AVENUE --CL Single # 6471 26c 0 1869 35TH ORLANDO AVENUE -- CL PEORIA AVENUE --ELL Single 650= 26I 0 1878 36TH INDIANA AVENUE WLL JOLIET AVENUE -- CL Single 5961 26 0 1722 36TH JOLIET AVENUE -- CLKNOXVILLE AVENUE Single -T- 6421 26 01 1855 ELL LOUISVILLE AVENUE 36TH KNOXVILLE AVENUE CL WLL Single 660 26 0,',,, 1907 ................... .................... . . LO U ISVI LLE AVENUE 36TH WILL I MEMPHIS AVENUE -- ELL ISingle g 623 26 0 1800 I 36TH MEMPHIS AVENUE -- NASHVILLE AVENUE -- Single 627 26 0 1811 ,WLL �ELL — ----------- I NASHVILLE AVENUE 36TH iELL OXFORD AVENUE -- CL Single 3371 26 0 974 36TH IOXFORD AVENUE -- CL ORLANDO AVENUE -- CL Single 606 26 0 1751 [36TH ORLANDO AVENUE -- CL PEORIA AVENUE -- CL Single µ'„^�721� 261 0 2083 36TH PEORIA AVENUE -- CL IQUAKER AVENUE -- ELL Single 304 261 0 878 ---------------- J37TH INDIANA AVENUE -- WLL JOLIET AVENUE -- CL Single 596 Zb,= 0= 1722 ................ ................ . ... ... ... .. ........... . .... ..... 111 AM !37TH JOLIET AVENUE -- CL KNOXVILLE AVENUE -- CL Single 6611 26 0 1910 37TH KNOXVlLLE AVENUE -- CL LOUISVILLE AVENUE -- CL Single 659 261 0! 1904 i 37TH LOUISVILLE AVENUE -- CL ;MEMPHIS AVENUE -- ELL Single 639 26 0 1846 MEMPHIS AVENUE -- NASHVILLE AVENUE -- ' I 37TH Single ! 626i 321 02226 WLL SELL I . .a ._ m._m.M..... _. Y_. _.._A _ENUE _. ,, E� .................... ww.. ......_n . NASHVILLE AV -- E i � I 37TH WLL ?ORLANDO AVENUE -- ELL Single 815j 26 0= 2354 i 37TH ORLANDO AVENUE -- ELL rQUAKER AVENUE -- ELL Single 1101 26 0 3181 E 38TH INDIANA AVENUE --WLL 1JOLIET AVENUE -- CL Single ' 598=, 2& 0= 1728 I , I I KNOXVILLE AVENUE -- >38TH JOLIET AVENUE -- CL Single 645 26� 01 1863 ;ELL KNOXVILLE AVENUE -- LOUISVILLE AVENUE -- I 38TH WLL SELL jSingle 647; 38 0� 2732 38TH �LOUISVILLE AVENUE -- CL MEMPHIS AVENUE -- ELL Single 640 381 01 2702 I I I ? i MEMPHIS AVENUE --�� !38TH jW NASHVILLE AVENUE -- CL Single 642 38 0� 2711 38TH NASHVILLE AVENUE -- CL JORLANDO AVENUE -- CL ISingle 799 38 0 3374 38TH RLANDO AVENUE -- CL PEORIA AVENUE -- CL Single i 592 38. 0 2500 38TH PEORIA AVENUE -- CL =QUAKER AVENUE --ELL Single f 0 2343 _ 555 38� 39TH iINDIANA AVENUE -- WLL JOLIET AVENUE -- CL ISingle 5991 26 0 1730 KNOXVILLE AVENUE 39TH JOLIET AVENUE -- CL ;ELL Single ' 644 26= 0= 1860 KNOXVILLE AVENUE 39TH WLL ; LOUISVILLE AVENUE --CL Single 646 26F 01 1866 0, W11 �39TH LOUISVILLE AVENUE CL ME 640 261 01 1849 MEMPHIS AVENUE 39TH WLL NA 6301 261 0 1820 39TH NASHVILLE AVENUE -- CL I ORLANDO AVENUE CL ;Single 1 7161 261 0 2068 139TH ORLANDO AVENUE -- CL PEORIA AVENUE -- CL !Single 1 6201 26 0 1791 19H PEORIA AVENUE -- CL QUAKER AVENUE -- ELL 'Single 6061 01 1751 140TH INDIANA AVENUE -- WLL JOLIET AVENUE -- CL Single 5981 261 01 1728 KNOXVILLE AVENUE ELL � 140TH JOLIET AVENUE -- CL ISingle 6451 261 01863 KNOXVILLE AVENUE 40TH WLL LOUISVILLE AVENUE CL ISingle 1 6461 26= 0 1866 40TH LOUISVILLE AVENUE CL MEMPHIS AVENUE -- ELL ISingle 640 26 0 1849 EMPHIS AVENUE -- INASHVILLEAVENUE -- �40TH WLL I ELL ISingle 626 261 0 1808 I 140TH NASHVILLE AV ORLANDO AV--Single617� 3 0 6 ORLANDO AVENUE 40TH WLL PEORIA AVENUE -- CL ISingle 630 26 01 1820 . . . . . . . ......... . ... .......... — 40TH g PEORIA AVENUE -- CL QUAKER AVENUE - ELL Single 648 26= 0 1872 41ST INDIANA AVENUE -- WLL 1JOLIET AVENUE -- CL Single 598 263 0 1728 41ST JOLIET AVENUE -- CL KNOXVILLE AVENUE -- ELL Single 646 26 Oj 1866 41ST KNOXVILLE AVENUE WLL LOUISVILLE AVENUE -- CL Single 645 26 0 1863 41ST LO U ISVI LLE AVE N U E CL =MEMPHIS AVENUE -- ELL Single 640 26 O' 1849 MEMPHIS AVENUE -- NASHVILLE AVENUE 41ST i Single 625 26 01 1806 WLL ELL I 41ST ORLANDO AVENUE WLL PEORIA AVENUE -- CL ISingle 586' 26 0 1693 41ST PEORIA AVENUE -- CL QUAKER AVENUE -- CL ;Single 6921 26 0 1999 42ND INDIANA AVENUE -- WLL JOLIET AVENUE -- CL Double € 5981 38l 0 2525 42ND � JOLIET JOLIET AVENUE -- CL KNOXVILLE AVENUE -- CL IDouble { 661£ 38 0 2791 42ND E KNOXVILLE AVENUE -- CL LOUISVILLE AVENUE -- CL Double a 6611 F ( 38 q 0# s 2791 42ND LOUISVILLE AVENUE -- CL ;MEMPHIS AVENUE -- ELLDouble € 640£ 381 0 2702 42ND MEMPHIS AVENUE -- ELL ? NASHVILLE AVENUE -- CL Double 645 38g 0 2723 42ND INASHVILLE AVENUE -- CL IORLANDO AVENUE -- CL Double I 6541 ; 38 0„ 2761 42NDIORLANDO AVENUE -- CL 1PEORIA AVENUE -- CL�Double 562 38 0€ 2373 I 42ND �.� sPEORIA AVENUE -- CL !QUAKER AVENUE -- ELL iDouble 725 38l 01 3061 43RD� IINDIANA AVENUE -- WLL IJOLIET AVENUE -- CL ISingle 599 26 0 1730 ��—KNOXVILLE 43RD AVENUE --� JOLIET AVENUE -- CL TELL ISingle 647 26 0 1869 43RD KNOXVILLE AVENUE -- WLL {LOUISVILLE AVENUE -- CL Single 6461 261 0 1866 43RD LOUISVILLE AVENUE -- CL MEMPHIS AVENUE --ELL Single 639 261 01 1846 43RD MEMPHIS AVENUE -- NASHVILLE AVENUE -- #Single SELL 627 26 0 1811 IWLL 43RD �NASHVILLE AVENUE — ORLANDO AVENUE -- CL Single IWLL 646 261 01 1866 43RD ORLANDO AVENUE -- CL PEORIA AVENUE -- CL Single Ie �' 559� _ _6 26 0 115 43RD PEORIA AVENUE -- CL QUAKER AVENUE -- ELL jSingle 725: 261 01 2094 1 '44TH INDIANA AVENUE -- WLL JOLIET AVENUE -- CL Single l 600 261 0 1733 I KNOXVILLE AVENUE -- ' � g 44TH JOLIET AVENUE -- CL 'ELL Single 646 261 0 1866 KNOXVILLE AVENUE -- !LOUISVILLE AVENUE -- 44TH WLL 'WLL ;Single 3 660; 26 0; 1907 x LOUISVILLE AVENUE -- MEMPHIS AVENUE -- POC€ I 44TH i $Single 4931 32; 0 1753 I WLL. BEAST MEMPHIS AVENUE -- POC„ 44THEAST MEMPHIS AVENUE --ELL ISingle $ 211£ 26 0 610 MEMPHIS AVENUE -- NASHVILLE AVENUE -- i 44TH WLL SELL Single � 626 38 0 2643 I i NASHVILLE AVENUE -- �� 44TH WLL ORLANDO AVENUE -- CL Single 645 26{ 0 1863 44 ORLANDO AVENUE -- CL PEORIA AVENUE -- CL Single 5571 26 01609�� 44TH PEORIA AVENUE -- CL IQUAKER AVENUE -- ELLSingle� 728 26= 0 2103 145TH INDIANA AVENUE -- WLL JOLIET AVENUE -- CL Single 1 6001 26 0 1733 IKNOXVILLE AVENUE -- g i45TH JOLIET AVENUE -- CL ' Single 6471 261 0 1869 IELL KNOXVILLE AVENUE WLL LOUISVILLE AVENUE -- CL {Si 45TH ngle 647 261 O$ 1869 (45TH LOUISVILLE AVENUE -- CL j MEMPHIS AVENUE -- ELL ;Single 637 26 01 1840 I NASHVILLE AVENUE E 45TH WLL ORLANDO AVENUE -- ELL Single 629, 261 01 1817 ORLANDO AVENUE '45TH €WLL ;PEORIA AVENUE — 0 ELL Single 525 32 £ g 1867 a`45TH PQUAKER AVENUE -- ELL Single PEORIA AVENUE --WLL � ` 710i 26 0 2051 4 INDIANA AVENUE -- WLL =JOLIET AVENUE -- CL Single 6001 26` 0 1733 46TH JOLIET AVENUE -- CL =KNOXVILLE AVENUE -- CL Single ? 6581 26= 0 1901 i 46TH KNOXVILLE AVENUE -- CL LOUISVILLE AVENUE -- CL Single 6611 26k 0 1910 46THLOUISVILLE AVENUE -- CLMEMPHIS AVENUE --ELL Single 637 26� 0 1840 i NASHVILLE AVENUE -- 644I 26= 0 1860 46TH iWLL ORLANDO AVENUE -- CL ISingle 46TH ORLANDO AVENUE -- CL PEORIA AVENUE -- CL ESingle �� 560.26; 0 1618 46TH PEORIA AVENUE -- CL 'QUAKER AVENUE --ELL !Single 7261 26� 0, 2097 1OUET AVENUE EA i 47TH END EAST ' JOLIET AVENUE - CL Single 150 261 01 433 .------- �. 47TH iJOLIET AVENUE -- CL KNOXVILLE AVENUE -- CL Single 6601 26, 01907 47TH s KNOXVILLE AVENUE -- CL LOUISVILLE AVENUE -- Cl_'Single 6601 26= 0 1907 47TH LOUISVILLE AVENUE -- CL MEMPHIS AVENUE --ELL Single t 638 26 0= 1843 l tiMEMPHISAVENUE- J 47TH INASHVILLE AVENUE -- CL Single 639' 26 01 1846 WLL i 147TH aNASHVILLE AVENUE -- CL `ORLANDO AVENUE -- CL Single 658$ 261 01 1901 y47TH ORLANDO AVENUE-- CL 1PEORIA AVENUE -- CL Single 5601 26 0 1618 I —� .. ;; 47TH PEORIA AVENUE -- CL QUAKER AVENUE --ELL iSingle 726 26' 0 2097 48TH INDIANA AVENUE -- WLL IJOLIET AVENUE -- CL Single 602 26i 0 1739 d KNOXVILLE AVENUE -- �r 48TH JOLIET AVENUE -- CL ISingle 6471 26£ 0 1869 SELL KNOXVILLE AVENUE 48TH WLL LOUISVILLE AVENUE -- CL Single 645 26 0 1863 48TH LOUISVILLE AVENUE -- CL IMEMPHIS AVENUE -- ELL Single 6371 26J 0 1840 ------------ MEMPHIS AVENUE -- 6 I I 48TH WLL ' NASHVILLE AVENUE -- CL Single 640 26 0= 1849 I 48TH NASHVILLE AVENUE -- CL ¥ORLANDO AVENUE -- CL Single 657' 26 0 1898 48TH ORLANDO AVENUE -- CL PEORIA AVENUE -- CL �Singfe 560x 0 161 t. �. �� Ss s 48TH PEORIA AVENUE E 727 26111 0! 2100 49TH WLL TH IND1ANAAVENUE IJOLIET AVENUE --WLL Singe 619 321 01 2201 MEMPHIS AVENUE 49TH WLL NASHVILLE AVENUE - CL Single 640 26 O� 1849 49TH NASHVILLE AVENUE -- CL ORLANDO AVENUE -- CL Single 658 264 0 1901 _49TH ORLANDO AVENUE -- CL PEORIA AVENUE --ELL Single 26 0 1560 49TH PEORIA AVENUE ELL QUAKER AVENUE --ELL Single 74,61 32---. 0— 2652 JOLIET 34TH STREET SLL 35TH STREET NLL Single 289 32 0 1028 [JOLIET 35TH STREET SLL j36TH STREET NLL Single 1 295 32 01 1049 JOLIET 36TH STREET SLL 37TH STREET NLL 'Single i 3031 26 01 875 1JOLIET b37TH STREET SLL 38TH STREET NLL Single 3051 26 01 881 JOLIET 38TH STREET SLL 39TH STREET NLL Single 3 26 0, 875 JOLIET 39TH STREET SLL 40TH STREET NLL Single 30426 0 878 JOLIET 40TH STREET SLL 41ST STREET NLL ISing Fe 1 304 26! 0 878 JOLIET 41ST STREET -- SLL 42ND STREET NLL Single 298 3'.2i�1�O 1060 JOLIET 142ND STREET SLL i43RD STREET NLL Single 298 32 0 1060 JOLIET 43RD STREET SLL =44TH STREET NLL in le 3 304 32 0 1081 JOLIET 44TH STREET SLL 45TH STREET NL Single I 304 32 0 1081 T F45TH STREET SLL 46TH STREET NLL Sing e 303 32 0 1077 OLIET JOLIET 46TH STREET SLL 47'TH STREET NLL Single 273 26 0 789 KN6JOLIET 47TH STREET SLL 48TH STREET NLL Single 267 26 0! 771 JOLIET 48TH STREET SLL 49TH STREET NLL Single 2571 26 0 742 0XVILLE 34TH STREET SLL 35TH STREET NLL Single I 288i 321 0 10_24_ KNOXVILLE 35TH STREET SLL 136TH STREET CL Single 302 32 0 1074 KNOXVILLE 36TH STREET CL 137TH STREET NL Single 324 26 01 936 38TH STREET EAST KNOXVILLE 37TH STREET SLL JUNCTION -- NLL Single 304 26 0 878 KNOXVILLE 38TH STREET EAST 39TH STREET EAST Single 314 26 0 907 JUNCTION -- SLL JUNCTION -- CL —139TH STREET EAST 40TH STREET EAST KNOXVILLE ISingle 346 261 01 1000 JUNCTION -- CL JUNCTION -- SLL I I KNOXVILLE KNOXVILLE KNOXVILLE 4 140TH STREET EAST 1 OUNCTION -- SL 141ST STREET -- —4, 42ND STREET -- SLL 7;77 JUNCTION -- NLL Single 321 280 336 26 26 26 0 0 01 927 809 971 IKNOXVILLE 43RD STREET EAST 144TH STREET WEST Single 411 26 01 1187 I JUNCTION -- CL I 'JUNCTION -- CL IKNOXVILLE 44TH STREET WEST 145TH STREET WEST Single 291 26 0 841 JUNCTION -- CL UNCTION -- CL KNOXVILLE 45TH STREET WEST JUNCTION -- CL 146TH STREET NLL ISingle 272 261 01 786 KNOXVILLE 46TH STREET -- SLL 47TH STREET --NLL jSingle jl282 261 0, 815 KNOXVILLE 47TH STREET SLL 48TH STREET ALLEY ISingle 423 261 01 1222 SOUTH SER KNOXVILLE 48TH STREET ALLEY ,SOUTH SLL 150TH STREET NLL jSingle 544 321 01 1934 LOUISVILLE 135TH STREET NLL I 36TH STREET NLL ISingle 1 3261 321 01 1159 bIU SVILLE ' _36TH STREET--SLL "" 137TH STREET NLL Singi e 2941 321 01 1045 IOUSSVILLE 37TWSTREET SLL 38TH TREETNLL Single 2861 32 01017 LOUISVILLE -c0--UIsVILLE—":39TH 138TH STREET SLL 139TH STREET NLL Ising e 1 2881 32 01 1024 STREET -SLL � STREET NLL Single 1 2931 32 0 1042 LOUISVILLE 140TH STREET SLL — 41ST STREET NLL — --- ---- Single 1 ---- 2941 261 0 849 --61SVIE—E co 41ST STREET SLL 42ND STREET NLL Single —T 2871 32 0 1020 LOUISVILLE 42ND STREET SLL 43RD STREET NLL ISingle i 2871 32 0 1020 LOUISVILLE 43 RD STREET SLL 44TH STREET EAST Single 449 32 0 1596 44TH STREET EAST UNCTION -- NLL I LOUISVILLE JUNCTION -- SLL I 145TH STREET NLL ISingle 261 26 0 754 LOUISVILLE 145TH STREET SLL 146TH STREET NLL Single 1 258E 261 01 745 LOUISVILLE �146TH STREET SLL 147TH STREET NLL Single 290= 261 0 838 1OUISVILLE 147TH STREET SLL 148TH STREET NLL Single 283 261 01 818 1 M E M P HI S 34THSTREET 35TH STREET CL Double 311 381 0 1313 4ME:M��P H I S 35TH STREET CL � 3 6TH STREET CL �ouble 321z 381 0 1355 MEMPHIS 36TH STREET ET CL Double 320 381 01 1351 MEMPHIS 37TH STREET ET CL_x Double 1 320 381 01 1351 MEMPHIS 138TH STREET CL 39TH STREET CL Double 322x 380 1360 MEMPHIS 39TH STREET CL ¥40TH STREET CL Double 319 381 0 1347 ................... I MEMPHIS 40TH STREET CL 141ST STREET Double 321 38 0 1355 MEMPHIS 141ST STREET CL 42ND STREET NLL Double 3021 38 0- 1275 MEMPHIS 42ND STREET NLL 43RD STREET CL Double 339 38' 0 1431 MEMPHIS 543RD STREET CL i44TH STREET CL Double 477, 38 0 2014 MEMPHIS 44TH STREET CL 45TH STREET CL Double 2871 38 0 1212 MEMPHIS 45TH STREET CL ¥46TH STREET CL Double 1 2W 38 01 1203 MEMPHIS 46TH STREET CL 47TH STREET CL Double i 31838 0= 1343 MEMPHIS 47TH STREET CL x48TH STREET CL Double 38 0 1313 0 MEMPHIS 148TH STREET CL 149TH STREET CL Double 308 38'1300 MEMPHIS 49TH STREET CL 150TH STREET NLL-- Double 359 381 0j 1516 -NASHVILLE 34TH STREET SLL 135TH STREET CL Single 307 26 0 887 NASHVILLE 35TH STREET CL 36TH STREET NLL Single 3111 26 0# 898 37TH STREET WEST NASHVILLE 36TH STREET SLL I Single 3241 26 0 936 JUNCTION -- CL NASHVILLE 37TH STREET WEST 38TH STREET NLL Single 286 26 01 826 JUNCTION -- CL -kASi4VILLE 38TH STREET -- SLL 39TH STREET CL Single 3401 38 Ol 1436 39TH STREET WEST NASHVILLE 40TH STREET NLL Single 258 26 0 745 JUNCTION -- CL NASHVILLE --40TH STREET-- NLL 41ST STREET CL Single 332 36 0 1328 NASHVILLE 41ST STREET -- CL 42ND STREET -- NLL Single 304 36 01 1216 143RD STREET WEST NASHVILLE 42ND STREET -- SLL I Single 631# 26 0 1823 (JUNCTION -- CL 43RD STREET WEST' 44TH STREET EAST NASHVILLE Single 399 26 0 1153 JUNCTION -- CL 1JUNCTION -- NLL 44TH STREET EAST NASHVILLE 45TH STREET CL single 245 381 0 1034 IJUNCTION --NLL I I NASHVILLE "145TH STREET -- CL �46TH STREET CL ISingle 332 ,, 381 01 1402 - INASHVILLE 146TH STREET -- CL 11,47TH STREET -- NLL I,Single I Ma �NASHVILLE I47TH STREET -- SLL 148TH STREET -- NLL Single ! 282; 26 0< 815 I NASHVILLE 148TH STREET -- SLL 149TH STREET -- NLL Single 283 26 0 818 ORLANDO 134TH STREET -- SLL 135TH STREET -- NLL Single 1 3161 32? 0 1124 ORLANDO 135TH STREET -- SLL 136TH STREET -- NLL Single 3121 32 0` 1109 LSI IORLANDO�. 136TH STREET -- SLL 137TH STREET -- NLL ISingle 313 26 01 904 ORLANDO 137TH STREET-- SLL 138TH STREET-- NLL 3Single 309 26' 0 893 ORLANDO 38THSTREET --SLL £39THSTREET --NLL Single 2861 38; 0 1208 140TH STREET EAST ORLANDO �39TH STREET -- SLL I Single 242 32 0 860 'JUNCTION -- NLL I 40TH STREET EAST I IORLANDO 41ST STREET -- CL Single ; 3551 36 Oy 1420 IJUNCTION -- NLL ORLANDO 41ST STREET -- CL STREET -- NLL Single 2841 360 1136 FORLANDO f423:RDSTREE-T--SLL ND STREET -- SLL 43RD STREET -- NLL Single 348 32 0 1237 ;ORLANDO =44TH STREET -- NLL Single 3031 32 0 1077 } IORLANDO =44TH STREET -- SLL 45TH STREET -- CL !Single I 315 32 --T r 0 1134 €20 ORLANDO �45TH STREET -- CL F46TH STREET -NLL ?Single ; 3191 32 OI 1134 ORLANDO 46TH STREET --SLL 47TH STREET -- NLL ISingle 286 32 0 1017 ORLANDO 147TH STREET -- SLL 48TH STREET -- NLL ISingle i 2831 321 01 1006 1 >ORLANDO 48TH STREET-- SLL �49TH STREET-- NLL ?Single 282 32< 0 1003 OXFORD 35TH STREET-- CDS NLL 3 _TH STREET-- NLL_ Single 355; 26 281 1307 PEORIA 35TH STREET -- NLL 136TH STREET -- NLL ISingle 334 _ 26 m- 0 965 j1PEORIA 38TH STREET —SLL a39THSTREET --NLL ISingle 292E 26€ IPEORIA �39TH STREET -- SLL 40TH STREET --NLL Single 275 26' 0 794 40TH STREET WEST 41ST STREET EAST , ' I 1 Single 243 26 0 702 PEORIA JUNCTION - SER JUNCTION -- NLL F _� STREET WEST STREET EAST PEORIA I ISingle i 2531 26,0 731 JUNCTION -- SER =JUNCTION -- NLL PEORIA i42ND ST #42ND ST ISingle 51 38o 215 PEORIA 42ND STREET -- SLL '43RD STREET -- NLL Single 3161 32, 0 1124 � .��.�32--„ 0 PEORIA 43RD STREET -- SLL � 144TH STREET-- NLL Single f 303¥ 1077 PEORIA 144TH STREET -- SLL 145TH STREET_-- CL Single 3151 32¥ 0 1120 PEORlA 145TH STREET -- CL 46TH STREET -- NLL Single 3181 32 0 1131 �> PEORIA46TH STREET --SLL =47TH STREET --NLL Single 1 289 32 0 1028 ""I, ZM -i I PEORIA le 282 32 01 1003 PEORIA le 281 32 0 999 10TH le 736 32 Or 2617 11TH SLIDE ROAD WLL ALBANY AVENUE ELL Single 558 32z 0 1984 11TH ALBANY AVENUE -- CL BANGOR AVENUE -- ELL l5ingle 612 32 0 2176 12TH BANGOR AVENUE WLL CHICAGO AVENUE-- ELL Single 13181 38= 0 5565 e a ---------- - 12TH CHICAGO AVENUE CL =DOVER AVENUE -- ELL ISingle 7391 321 O� 2628 13TH SLIDE ROAD -- WLL ABERDEEN AVENUE --CL IDouble 463 341 01 1749 13TH ABERDEEN AVENUE -- CL ALBANY AVENUE -- CL Double 310� 341 01 1171 13TH —ALBANYAVENUE--CL —BANGORAVENUE--CL Double 236; 34i 01 892 1 BANGOR AVENUE SOUTH BANGOR AVENUE NORTH I I 13TH Double 4440 34 1677 JUNCTION -- CL JUNCTION -- CL I 13TH BANGOR AVENUE -- CL =CHICAGO AVENUE -- ELL Double 1194 34 01 4511 13TH CHICAGO AVENUE -- WLL ;DOVER AVENUE -- CL IDouble 1 773 38 144: 3408 ABERDEEM AVENUE 14TH CDS EAST ABERDEEN AVENUE -- CL Single 416 32 2741 1753 1 14TH ABERDEEN AVENUE CL BANGOR AVENUE -- CL Single 6821 32 0 2425 14TH IBANGOR AVENUE CL !CHICAGO AVENUE-- ELL Single 1152 32 0 4096 ELKHART AVENUE ELKHART AVENUE -- CDS 14TH Single 699 NWLL <WEST l l 32x 0 2485 ISTH SLIDE ROAD -- WLL ABERDEEN AVENUE-- CL Single 4611 32 01 1639 ISTH 1ABERDEEN AVENUE CL I BANGOR AVENUE -- CL Single 815 32; 01 2898 . I sm 'a''4 h 15TH BANGOR AVENUE -- CL YCHICAGO AVENUE -- ELL Single 1374 32; 0 4885 I 15TH CHlCAGO AVENUE --WLL €DOVER AVENUE -- CL Single 640 38 0 2702 s I DOVER AVENUE -- CDS i a 15TH IDOVER AVENUE -- CL IWEST ISingle 2101 38 210 1097 IELKHART AVENUE -- CDS 4 15TH IELKHARTAVENUE--WLL IWEST Single 428 32 0 1522 I16TH ABERDEEN AVENUE -- IABERDEEN AVENUE -- CL Single 416 ICDS EAST g 321 239 1718 16TH iABERDEEN AVENUE - CL 'BANGOR AVENUE -- CL ISingle I 954 321 0� 3392 I 1 e 16TH 116TH STREET -- SLL ¢CHICAGOAVENUE--ELL Single 10211 32E 01 3630 d 16TH BANGOR AVENUE -- CL i 16TH PLACE -- CL ISingle i 3131 32i 0 1113 '16TH 16TH PLACE -- CL CHICAGO AVENUE-- ELL ISingle 9201 32 0 3271 �16TH CHICAGO AVENUE -- WLL DOVER AVENUE -- CL Single 7571 32 0 2692 iCHICAGO AVENUE:_:-___ l 32 16TH WILL DOVER AVENUE -- ELL Single 6901 01 2453 I__�� 16TH DOVER AVENUE -- CL °rELKHART AVENUE -- ELL ;Single 1 689 32! 0= 2450 116TH �IDOVER AVENUE -- WLL ELKHART AVENUE -- ELL Single x 6481 32` 5421 2846 I ELKHART AVENUE -- CDS 16TH ELKHART AVENUE -- WLL IWEST Single 190 32 252� 928 F 17TH SLIDE ROAD -- WLL IBANGOR AVENUE -- CL ISingle 15121 32 0 5376 17TH BANGOR AVENUE -- CL CHICAGO AVENUE --ELL Single 10731 32 0' 3815 ICHICAGO AVENUE -- CDS 17TH EAST CHICAGO AVENUE-- ELL Single 3761 321 289 1626 17TH CHICAGO AVENUE -- WLL <ELKHART AVENUE --ELL ISingle I 1146# 32 0 4075 �__. �gl 17TH CHICAGO AVENUE -- WLL ELKHART AVENUE --ELL ISingle 14451 32 0 5138 118TH _ABERDEEN AVENUE ABERDEEN AVENUE -- ELL Single CDS EASTS 2501 321 01 889 18TH SLIDE ROAD -- WLL ABERDEEN AVENUE CL 'Single 415 1 321 ol 1476 18TH ABERDEEN AVENUE CL ALBANY AVENUE --ELL Single 2911 321 01 1035 18TH ALBANY AVENUE I ATLANTA AVENUE CL ISingle CENTER OF CURVE 308 321 0 1095 18TH ALBANY AVENUE ATLANTA AVENUE CL ISingle CENTER OF CURVE 313 321 O� 1113 18TH BANGOR AVENUE ATLANTA AVENUE CL Single 303 32',01 1077 CENTER OF CURVE 18TH BANGOR AVENUE ATLANTA AVENUE CL -CENTER OF CURVE Single 302 32 0 1074 18TH CHICAGO AVENUE WLL ELKHART AVENUE --ELL ISingle 1447� 321 0 5145 TOTH AVE J --WLL AVE K -- ELL ISingle 3171 26 0 1355 ,6TH BANGOR AVENUE -- CDE EAST BANGOR AVENUE ELL Single I 233 32 0 828 6TH 6TH STREET - SWLL ICHICAGO AVENUE ELL Single I 643 32 282{ 2568 6TH BANGOR AVENUE --WLL BEAUFORT AVENUE -- CL Single 2881 32r oi 1024 6TH �BEAUFORT AVENUE -- CL BELMONT AVENUE -- CL Single 309 32 01 1099 6TH BELMONT AVENUE ---CL J_6THPLACE _--CL_Single +—iio- --3-20 2524 6TH LOOP 289 ACCESS ROAD - 16TH PLACE -- CL Single 187 32 0 665 SELL 7TH SLIDE ROAD -- WLL BANGOR AVENUE -- ELL Single 933 32 O' 3317 7TH BANGOR AVENUE --WLL !BEAUFORT AVENUE -- CL Single 298 32 01060 s _ 7TH BEAUFORT AVENUE -- CL 18TH STREET -- NLL Single x 1305 32 195 4835 I _ 8TH SLIDE ROAD --WLL �NY AVENUE -- CL Single 325' 32t 0 1156 8TH ALBANY AVENUE -- CL I BANGOR AVENUE -- ELL Single 7500 32# 01 2667 &8TH BANGOR AVENUE -- WLL ICEDAR AVENUE -- CL ISingle 232 32 0; 825 8TH 8TH STREET -- SLL CHICAGO z AVENUE-- ELL Single 139& 32 0= 4971 � _ 3 8TH _ 8TH PLACE --- CL 17TH STREET -- CL ISingle � � 1005E 32 _ 0 3573 i I 8TH 7TH STREET -- CL CHICAGO AVENUE -- ELL Single 2991 32 0 1063 k8TH CHICAGO AVENUE -- WLL DOVER AVENUE -- CL Single 7121 321 0 2532 8TH CHICAGO AVENUE -- WLL DOVER AVENUE -- CL iSingle i 298 321 0l 1060 DOVER AVENUE -- CDS Single 352E 32 294 1546 18TH DOVER AVENUE -- CL r WEST LOOP 289 ACCES ROAD 8TH DOVER AVENUE -- CL SLL ;Single 2941 321 0',, 1045 i i ALBANY AVENUE -- CDS 9TH BEAST ALBANY AVENUE -- CL Single 258 32I 0 917 I 9TH ALBANY AVENUE -- CL BANGOR AVENUE -- ELL ;Single ¥ 7731 32= 0 2748 9TH BANGOR AVENUE -- WLL ICHICAGO AVENUE -- ELL Single 1462 32 0; 5198 9TH CHICAGO AVENUE -- WLL DOVER AVENUE -- ELL Single 735 32 0 2613 ABERDEEN 13TH STREET -- SLL x 14TH STREET -- NLL ?Single ! 2981 321 0 1060 ABERDEEN 15TH STREET -- SLL TH STREET -- NLL j5ingle 1 2811 32 0 999 ABERDEEN 18TH STREET -- SLL 18TH PLACE -- CL ,Single I 3351 32? 0� 1191 ABERDEEN 18TH PLACE -- CL 19TH STREET-- NLL Single i 199 32 0 708 ALBANY 8TH STREET -- SLL ;9TH STREET -- NLL Single 3071 32 01 1092 ALBANY 11TH STREET -- SLL I13TH STREET -- NLL Single 584x 32? 0 2076 i 18TH STREETE WEST ALBANY 18TH PLACE �1UNCTION __ CENTER PLACE--CENTERSingle ROF 4691 321 0 I 1668 CURVE F CURVE I AT�N T A 18TH PL 58TH ST Single 214z 321 O 761 ATLANTA 18TH STREET SLL 18TH PLACE -- NLL ISing e 455 32 01 1618 AVEJ 19TH STREET SLL ........... '20TH STREET —EL 352 36 0 1355 AVE K 19TH STREET SLL 20TH STREET -- CL Single 3501 26 0 1355 �BANGOR 4TH STREET -- SLL 6TH STREET WEST Single 473 32� 0 1682 JUNCTION -- CL BANGOR 6TH STREET WEST 16TH STREET EAST Single 220� 32 011 782 JUNCTION -- CL JUNCTION -- CL BANGOR 6TH STREET EAST 7TH STREET CL Single 330 32i 0 1173 JUNCTION -- CL BANGOR 7TH STREET CL 8TH STREET CL Single 306 32 0 1088 BANGOR 8TH STREET CL 9TH STR E ET ALLEY Single 586, 32r 0 2084 SOUTH SLL BANGOR 9TH STREET ALLEY I 11TH STREET EAST Single 3731 38 0 1575 SOUTH SER 1„JUNCTION -- CL I BANGOR 11TH STREET CL 12TH STREET WEST Single 2751 381 0 1161 JUNCTION -- CL ¢ BANGOR 12TH STREET CL 13TH STREET NLL Single 305, 381 0 1288 BANGOR 113TH STREET SLL 114TH STREET NLL ;Single 2941 321 0 1045 BANGOR I14TH STREET SLL 15TH STREET NLL Single 2801, 321 0 996 BANGOR iA--kG--OR— 15TH STREET SLL 16TH STREET NLL Single 16TH—STREET —SLL 17TH STREET NLL Single i 1 281 403 32 321 0 0 999 BANGOR -- 17TH STREET -- SLL 17TH STREET ALLEY Single 157 32 0 1433 558 BANGOR 18TH STREET --SLL SOUTH SLL 18TH PLACE NLL Single 465# 321 0— 1653 BEAUFORT 6TH STREET SLL 17TH STREET NLL Single 369 32r 0 1312 6TH STREET CDS BELMONT 6TH STREET NLL Single 2321 32 113 938 INORTH BRENTWOOD 119TH STREET -- FULL ICIRCLE NORTH ABERDEEN -- WEST OF Single 18310v' 32 2887 9394 ,4- "LOOP 289 ACCESS ROAD - I I CHICAGO SLL =8TH STREET -- CL Double 617= 38i 0; 2605 CHICAGO BTH STREET -- CL 18TH PLACE — CL Double _ I 304 38 0 1284 CHCHICAGO 8THPLACE --CL �I9THSTREET --CL IDouble 301 38 0 1271 ICAGO 19TH STREET -- CL 10TH STREET -- CL IDouble 303 381 0= 1279 ICHICAGO 10TH STREET -- CL 1 12TH STREET -- CL Double 335, 38 OI 1414 I CHICAGO I12TH STREET -- CL 113TH STREET CL I Double 3181 38 0 1343 CHICAGO I13TH STREET -- CL 114TH STREET CL Double 316 38 01 1334 ;.�..a .�..... >.���.�. CHICAGO 14TH STREET -- CL 1 15TH STREET -- CL IDouble 313a 38" 0= 1322 CHICAGO €15TH STREET -- CL 116TH STREET -- CL Double I 314 38f 01 1326 I CH AET GO 16TH STRE-- CL 16TH PLACE -- CL Double 312� 38 0€ 1317 8 ICHICAGO 16TH PLACE -- CL 17TH STREET -- CL ---- Double 314 38> OI 1326 CHICAGO 17TH STREET -- CL €17TH PLACE -- CL�Double 299„ 38; 0 1262 CHICAGO 17TH PLACE -- CL '18TH STREET -- CL Double �� 309 38. 0I 1305 ICHICAGO 18TH STREET -- CL 119TH STREET -- NLL Double 379' 380 1600 8TH STREET -- CDS� IDOVER g 18TH STREET-- NLL Isingle 3381 32 2891 1491 _ WORTH r DOVER 18TH PLACE -- SILL 19TH STREET -- CL ISinge �.�. 355 32�.._...0 E 1262 T--C307; 32g 1092DOVER 10TH � _. DOVER 10TH STREET -- CL 112TH STREET -- CL Single 3041 32r 0` 1081 DOVER 1 12TH STREET_-- CL 1 13TH STREET -- NLL Single 287 32 0' 1020 DOVER I13TH STREET --SLL �ELKART AVENUE -- CL 'Single 312` 38 O 317 I DOVER IELK� ENUE -- CL f,15TH STREET -- NLL lsingle 314 38 0, 1326 I DOVER 115TH STREET -- SLL 116TH STREET -- CL ;Single 319; 32 01 1134 DOVER 116TH STREET -- CL 116TH PLACE -- NLL Single 303 32! 0 1077 ELKHART DOVER AVENUE -- WLL 114TH STREET -- CL Single 0 32 0 743 ELKHART 114TH STREET -- CL 1 15TH STREET -- CL Single 298r 32= 0 1060 1 116TH STREET EAST I I ELKHART 115TH STREET -- CL ISingle 1 515 32I 0 1831 _ JUNCTION -- CL ELKHART ri16TH STREET -- CL 116TH PLACE -- CL Single 369k 32E 01 1312 =ELKHART 16TH PLACE -- CL 1 17TH STREET -- CL Single 317h 32 01 1127 ELKHART 17TH STREET -- CL 117TH PLACE -- CL Single 294? 32I 01 1045 ELKHART 17TH PLACE -- CL j 18TH STREET -- CL Single 1 3091 32= 01 1099 ELKHART 118TH STREET -- CL 119TH STREET -- NLL ;Single 3811 3201 1355 Total Sq. Ycl: 659,055.00 Double Sq. Yd:Sy. 159,394Sy. x 53 lbs = 4,224 tons Single Sq. Ycl: 499,661Sy. x 28 lbs = 6,995 tons ,vrvq� wv....•N ''" v , x.. w. v s dpw •.'"n. w, i• are ... .. MARTIN LUTHER KING I 1ST i } REDBUD AVENUE -- CL Single 791 32i 0i 2812 I BLVD--ELL REDBUD AVENUE --CDS s ! I 1ST IREDBUD AVENUE -- CL Single 690 32 2501 2703 WEST ;NORTH REDBUD AVENUE INORTH ZENITH AVENUE 1ST CL I WLL Single 1859; 32{ 0 6610 - 1 1ST REDBUD AVENUE -- CL IZENITH AVENUE -- WLL ;Single 18241 32 06485 m =MARTIN LUTHER KING € I ' 2ND IREDBUD AVENUE -- CL ;Single 792 32 01 2816 a IBLVD -- ELL I REDBUD AVENUE -- CDS 2ND 'WEST IREDBUD AVENUE -- WLL Single 676 32 0¥ 2404 --, a� I PARKWAY DRIVE ACCESS 2ND REDBUD AVENUE -- CL ROAD -- NLL Single 1 1091 32 0 3879 k =_ NORTH REDBUDAVENUE =NORTH REDBUDAVENUE AMHERST Single 688 32 0� 2446 -- CDS WEST CL I NORTH REDBUD AVENUE EAST AUBURN STREET-- I AMHERST � _ ISLL Single 1350� 32� 0� 4800 CL _ _� µ 'ASPEN [E BAYLOR STE COLGATE ST Single 506 320 1799 I WORTH MARTIN LUTHER NORTH REDBUD AVENUE AUBURN Single � 436 32� 0 1550 KING BLVD -- ELL 9NORTH JUNCTION -- CL I NORTH REDBUD AVENUE aNORTH REDBUD AVENUE AUBURN � Single 355 32Oj 1262 E NORTH JUNCTION -- CL SOUTH JUNCTION -- CL t �,��w�.M,�w�w�. ...vw..mrvw��ww�, ����.w.w.�w�;�w.��,rw«�w�.,�w� .•rv.-. NORTH REDBUD AVENUE iNORTH SPRUCE AVENUE - ' AUBURN I ;Single 932 32 0= 3314 sz ISOUTH JUNCTION -- CL -CL _ I I I BEAST T S AMHERSTREET -- � NORTH ZENITH AVENUE -- i { AUBURN 9 ISingle ? 559 32 01 1988 I ICL =WLL NORTH SPRUCE AVENUE AST AMHERST STREET -- AUBURN ���•�•�- CL �,.,_.�..w.-..�..,.,...w�,w.w�.�..CLSingle �•�� � 2871 321 0 1020 C� �I NORTH ZENITH AVENUE --,'NORTH CHERRY AVENUE - 0 4800 r AUBURN I Single 1350 32I ELL I- WLL i Og g NORTH CHERRY AVENUE - NORTH ELDER AVENUE 1AUBURN Single F 6411 321 O2279 ELL CL NORTH ELDER AVENUE -- =NORTH GUAVA AVENUE AUBURN iCL Single 642 32 0 2283 WLL I BATES NORETH ZENITH AVENUE NORTH CHERRY AVENUE Single 1364 321 0 4850 ELL CL NORTH CHERRY AVENUE NORTH GUAVA AVENUE BATES Single 13011 32 0 4626 CL I WLL BAYLOR NORTH SPRUCE AVENUE NORTH ZENITH AVENUE Single 8361 32 0 2972 NORTH ZENITH AVENUE NORTH ASPEN AVENUE BAYLOR I ISingle 381 321 01 1355 ELL CL I BAYLOR NORTH ASPEN AVENUE NORTH CHERRY AVENUE Single 996, 32 552 4093 CL 1- CL [BAYLOR NORTH CHERRY AVENUE -NORTH ELDER AVENUE Single 7401 32 0 2631 CL CL NORTH ELDER AVENUE -- iNORTH ELDER AVENUE BAYLOR CL iCDSEAST Single vRn 4953 2 233 1993 BROWN NORTH REDBUD AVENUE NORTH REDBUD AVENUE Single 332 32 234 1414 -- CDS WEST -- CL NORTH REDBUD AVENUE NORTH SPRUCE AVENUE - BROWN -- CL C Single I 1222 32 4924837 i BROWN NORTH SPRUCE AVENUE ;NORTH ZENITH AVENUE -- Single 988 32 0 3513 CL WLL iCHERRY PARKWAY DRIVE ACCESS EAST AUBURN STREET -- Single 317 32 0 1127 ROAD --NLL EAST AUBURN STREET CHERRYCL EAST BATES STREET -- SLL Single 315 32 0 1120 EAST BATES STREET '11EASTBAYEOR STREET I -- CHERRY NLL =SLL Single 298 321 01 1060 ICHERRY EAST BAYLOR STREET EAST COLGATE STREET -- ISingle 294 321 01 1045 NLL SLL 011 EAST COLGATE STREET EAST CORNELL STREET -- I 1CHERRY 'NLL CL Single 312€ 32 0 1109 s I T CORNELL STREET -- EAST CORNELL STREET -- iCHERRY I Single 162 32= 01 576 CL 1ALLEY NORTH 1 (NORTH REDBUD AVENUE NORTH REDBUD AVENUE �COLGATE Single 332= 32? 0 1180 - CDS WEST I CL I r frCOLGATE $NORTH REDBUD AVENUE ;NORTH SPRUCE AVENUE Single 1 1062_1 01 3776 ........ NORTH SPRUCE AVENUE NORTH ZENITH AVENUE COLGATE Single 1133 32 01 4028 I -CL ¥ WLL x I NORTH ZENITH AVENUE --NORTH ASPEN AVENUE -- COLGATE °ELL ICL jSingle 285 32 0= 1013 1 �IINORTH ASPEN AVENUE --1 NORTH CHERRY AVENUE - COLGATE I Single 1038 32 01 3691 CAL -CL 'NORTH CHERRY AVENUE -(NORTH ELDER AVENUE -- i i COLGATE _ CL CL (Single 744£ 32 01 2645 .� _�_� I NORTH ELDER AVENUE -- ( NORTH GUAVA AVENUE - 1 1COLGATE CL WLL (Single 5571 40 oi 2476 NORTH MARTIN LUTHER (NORTH SPRUCE AVENUE 1 I 3 CORNELL s KING BLVD -- ELL �- CL FSingle 1334 321 01 4743 Ei ?NORTH SPRUCE AVENUE WALNUT � 1 CORNELL 1 =Single € 665 3202364, -CL (AVENUE -- CL I NORTH WALNUT NORTH ZENITH AVENUE - CORNELL I Single I 643= 38I 01 2715 I AVENUE -- CL WLL 1 1 NORTH ZENITH AVENUE 'NORTH CHERRYAVENUE CORNELL I I I (ELL `- WLL #Single 1313 32 01 4668 E NORTH MATIN LUTHER INORTH SPRUCE AVENUE - DARTMOUTH I Single 1158= 321 0 4117 ;KING BLVD -- ELL - WLL ; I ,� PARKWAY DRIVE ACCESS ;EAST AUBURN STREET ELDER Single 301� 321 01 1070 1 BROAD -- NLL 'SLL r I EAST BAYLOR STREET -- I EAST COLGATE STREET -- ELDER NLL 'SLL isingle 295 321 0 1049 �_ 89, REDBUD EAST 1ST STREET NLL EAST AMHERST STREET -- SLL ISingle 268k 32 01 953 REDBUD EAST 1ST STREET SLL EAST 1ST PLACE -- NLL Single 266 32 0 946 REDBUD EAST 1ST PLACE -- SLL EAST 2ND STREET -- NLL Single 267 32 0949 REDBUD EAST AMHERST STREET EAST AUBURN STREET -- Single 268 32 0 953 NLL SLL 'REDBUD EAST 2ND STREET -- SLL EAST 2ND PLACE -- CL ISingle 283 32 01 1006 REDBUD BEAST 2ND PLACE -- CL I PARKWAY DRIVE ACCESS I Single 447 32 01 1589 ROAD -- NLL EAST AUBURN STREET EAST BROWN STREET REDBUD NLL SLL Single 272 261 0 786 REDBUD EAST BROWN STREET EAST COLGATE STREET Single 2741 32 26 1000 NLL SLL SPRUCE IE AUBURN ST E BAYLOR ST jSingle 286s 321 Os 1017 SPRUCE EAST BAYLOR EET EAST BROWN STREET -- Single 220' 32 0 782 CL SLL EAST BROWN STREET EAST COLGATE STREET SPRUCE 1 Single i 268 321 0 953 NLL ISLL EAST COLGATE STREET EAST CORNELL STREET ISPRUCE NLL SLL Single 24 321 0 956 � SPRUCE EAST CORNELL STREETEAST DARTM 0 UTH Single 324 321 Ol 1152 NLL ISTREET -- NER EAST CORNELL STREET EAST CORNELL STREET WALNUT NLL Single 156 381 0 659 �ALLEY NORTH ZENITH EAST 1ST STREET -- CL <EAST 1ST PLACE -- CL Double 295 381 0 1246 EAST AUBURN STREET ZENITH BEAST IST STREET -- CL Double 1 3011 38 0 1271 �Cl- ZENITH AUBURN STREET -- EAST BAYLOR STREET Double 310 1 38 0 1309 CL EAST BAYLOR STREET-- EAST BROWN STREET ZENITH CL ICl- Double 2931 381 01 1237 BEAST BROWNS, REETBEAST COLGATE STREET -- ZENfTH CL JCL Double 300 38 0 1267 IZENITH EAST COLGATE STREET ;EAST CORNELL STREET IDouble 301 38� 0 1271 EAST CORNELL STREET -- EAST CORNELL STREET -- I ZENITH CL IDouble 6291 38 0 2656 WIDTH CHANGE NORTH EAST CORNELL STREET -- BEAST ERSKINE STREET -- ZENITH Double r 7831 19 01653 IWIDTH CHANGE NORTH SLL € Total Sq. Yd: 158,717.00 Double Sq. Yd: 11,910 Sy. x 53 lbs = 316 tons Single Sr. Yd: 146,807 Sy. x 28 Ibs = 2,055 tons } a s � < ITOTAL TONS = 13,590 I I ,� .. Total Sq. Yd: 3P17,434.00 r t � i ` < x < s s t