Loading...
HomeMy WebLinkAboutResolution - 2012-R0141 - Contract - Allen Butler Construction Inc.- Strip Paving - 03_29_2012 (3)Resolution No. 2012—RO141 March 29, 2012 Item No. 5.8 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 10509 for 114'h Street strip paving from Indiana Avenue to University Avenue, by and between the City of Lubbock and Allen Butler Construction, Inc. of Ransom Canyon, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on March 29, 2012 -4� kct- TOM MARTIN, MAYOR ATTEST: P'C�� 4 -3K- Re ec a Garza, City Secretary APPROVED AS TO CONTENT: 9 1 //1,? A0 i �L Lj Marsha Reed, P.E., Chief Operations Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-Allen Butler Construction February 21, 2012 �nao�ic�an� �o..Zoi-2-Roi1// BOND CHECK BEST RATING tf LICEN IN TEXAS DA BY _ CONTRACT AWARD DATE CITY OF LUBBOCK SPECIFICATIONS FOR 114th Street Strip Paving, Indiana Avenue to University Avenue ITB 12-10509-RH CONTRACT: 10509 PROJECT NUMBER: 92219 i►r lubl'ock MC CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 1 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE CITY OF LUBBOCK SPECIFICATIONS FOR 114th Street Strip Paving, Indiana Avenue to University Avenue ITB 12-10509-RH CONTRACT: 10509 PROJECT NUMBER: 92219 flrubbock rExns CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 0 Paae Intentionally Left Blank ADDEDNUMS Page Intentionally Left Blank ADDENDUM #1 ITB 12-10509-RH 1141" Street Strip Paving from Indiana Avenue to University Avenue DATE ISSUED: FEBRUARY 10, 2012 CLOSE DATE & TIME: FEBRUARY 16, 2012 @ 2:00 P.1VL Offerors are invited to review the following: During the Pre -Bid meeting, attendees asked questions. The City has attempted to capture the core questions and received the following answers provided by the Water Department after the meeting. The questions identified below (shown in italic font) are a summary of the questions asked, followed by the response of the City. 1. Q: Are the elevations provided along the centerline? A: The proposed and existing elevations shown in the profile are along the proposed centerline. Additionally, sheet P-1 incorrectly labels in the profile which elevations are proposed and which are existing. 2. Q: Is the roadway going to be elevation 3-4 feet for the full width? A: In some locations the fill is 3-4 feet at the centerline; however, the intent of the roadway profile is bring it up to grade with adjacent land. So while the centerline is clearly in fill as indicated on the plans, the ditches are likely being cut into the adjacent natural ground, particularly on the north side. 3. Q: Will the power poles on the south side of the corridor need to be moved, or have any adverse impact on the project? A: The power poles along the south side of the corridor are on the `old' county ROW line, 20 feet off of the section line and as shown on sheet P-2 at station 25+58.59, the `old' county ROW is 35' south of the proposed centerline. These power poles should remain in place, unaffected by the construction from this project. 4. Q: Will the City consider including an item for mobilization on this and future projects? A: Mobilization will not be added as a bid item for this project. The relative size of the project has led us to this decision, but it will be taken into account for future, larger projects. 5. Q: It is unclear what is the basis for the SY measurement for Item #3. Could this item possibly be broken out into separate items? A: The measurement for bid item #3 is based on the SY of asphalt surface. The adjacent base material and ditch work will remain subsidiary to this item. The typical 3 sections, and plan and profile sheets should include sufficient information to determine the additional area of base, and the length of the proposed ditches. h 6. Q: No existing grade is provided for the ditch profiles. A: The proposed ditch flowlines are shown with grades in the profiles; however, due to w limitations of the survey on file, and the recent pipeline construction, the `existing r ground' at these locations would not be factual and therefore were not included. _t 7. Q: Is there any concern about high PI soil near the drainage crossing? A: The soil PI levels near the drainage crossing are not anticipated to be too high. If the soil in that is not satisfactory, the proper action shall be determined at that time and the contractor will be paid for this action by change order. 8. Q: For permanent seeding (Item #9) what will be required for establishing the grass, also, will the water restrictions affect the efforts to establish the grass? A: Item #9 permanent seeding will require watering until the grass is deemed `established' by personnel from Parks and Recreation. The awarded contractor will be allowed to water as needed for the establishment of the grass. 9. Q: There is no traffic control plan included, what, if any constraints on the traffic control are anticipated? A: Traffic control will comply with the new specifications that some form of access must be maintained to adjacent property owners. For this particular project, there may only be one such property owner, ARM trucking, near the drainage easement. Depending on the beginning date, the City may want the western half -mile to be } constructed first in order to accommodate nearby residential development. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Purchasing Department Robin Holder, Senior Buyer P.O. Box 2000 Lubbock, Texas 79401 Questions may be faxed to (806)775-2129 or Emailed to rholder@mylubbock.us THANK YOU, Rek's lwafdet Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Director of Purchasing & Contract Management if anv language. requirements, etc.. or anv combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order the 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. This must include the signature of the agent or broker. 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 SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. jComplete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. v Complete and submit the LIST OF SUB -CONTRACTORS DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. �-i ))et-J At24�Q� C.J. , D-J-. (Type or Print Company Name 2 Page Intentionally Left Blank INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS 3 Page Intentionally Left Blank NOTICE TO BIDDERS ITB 12-10509-RH Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M. on February 16, 2012 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "114th Street Strip Paving, Indiana Avenue to University Avenue" After the expiration of the time and date above first written, said sealed bids will be opened in the City council Committee Room 103 located in City Hall, at 1625 131h Street, Lubbock, TX., and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 P.M. on February 16, 2012 and the City of Lubbock City Council will consider the bids on March 29, 2012 at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE 'A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. THE ESTIMATED BUDGET FOR THE CONSTRUCTION OF THIS PROJECT IS $ 950,000. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on February 9th, 2012 at 10:00 A.M. in the conference room of Mahon Library, 1306-9th Street, Lubbock, Texas. E__ Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at F no cost. In the event of a large file size, please a patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK M awltal AUva.rel3j PURCHASING AND CONTRACT MANAGEMENT OFFICE 9 GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish 114th Street Strip Paving, f Indiana Avenue to University Avenue, per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 P.M. on February 16, 2012 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner. "ITB 12-10509-RH 114th Street Strip Paving, Indiana Avenue to University Avenue" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management $ City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. PRE -BID MEETING For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, non -mandatory pre -bid conference on February 9t6, 2012 at 10:00 A.M. in the conference room of Mahon Library, 1306-9t6 Street, Lubbock, Texas 2.1 All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. "I 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. w, 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 11 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Robin Holder, Senior Buyer City of Lubbock Purchasing and Contract Management 1625 IP Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: rholder@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION Fl 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED EIGHT (108) WORKING DAYS FOR SUBSTANTIAL COMPLETION from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. r 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against L1 defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as r , 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 ! r ; any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to 3 half size sets and 3 full size sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However; such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. ,. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. . '. 10 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, I whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 11 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. ¢.. , 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a film, association, or partnership, the name and address of each member must be given and the bid signed by a member of the film, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for ITB 12-10509-RH 114th Street Strip Paving, Indiana Avenue to University Avenue 12 30 31 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, r i but no bid may be withdrawn or altered thereafter. t.. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 13 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 18 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 32.7 The estimated budget for the construction of this project is $ 950,000. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN BID SUBMISSION DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. The 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 ITB process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and materials at the lowest practicable price, for the best interests and benefit of the taxpayers and property owners. Violation of this provision may result in rejection of the bidder's proposal. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 14 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock county: hi!p://www.wdol.gov/dba.aspx 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $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. 15 u, BID SUBMITTAL FORM r Pate Intentionally Left Blank BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: c9. 1(0� Ol oZ PROJECT NUMBER: ITB 12-10509-1111,114TH Street Strip Paving, Indiana Ave to University Ave Bid of A n 2v') Co n15�-- 3. Z,1 - (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the 1141h Street Strip Paving, Indiana Avenue to University Avenue, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID: ITEM NO. DESCRIPTION LIMIT QTY EST. UNIT PRICE EXTENDED AMOUNT Remove and salvage existing asphalt surface 1 (caliche base to be reused for fill) including haul to City SY 605 $ o`Z $ o11U d0 of Lubbock stockpile, and all necessary incidentals to 1 com lete the work. Remove existing irrigation system as indicated in plans, o 2 including all necessary equipment, materials, permits, LS 1 $ o�a15 90 6� $ C;La� S qu and all incidentals required to complete the work. Standard City of Lubbock asphalt paving, Type "C", including 2" HMAC, 6" caliche base including widened base at edge, 12" of subgrade preparation including T _ 0 3 reworking to required density, all cut and/or fill for SY 20,950 $ ohs $�5 31�Ut� roadbed and adjacent ditches, and all necessary incidentals to complete the work, furnished and installed, complete and in -place. Water valves adjustment, complete and in -place, per 4 each valve or any other waterline appurtenance deemed EA 12 o o $ No ao $ necessary for relocation by representative designated by n ineer. engine ' 5 24" Reinforced Concrete Pipe, Class III, measured in LF 120 $ $ la, $l y� accordance with TxDOT Item 464. Safety End Treatment for 24" RCP, Type II, Cross 6 Drainage in compliance with Txdot Specification 467 EA 4 $ 4°j $ %3 -JO . civ and TxDOT standard details. Concrete Riprap using City of Lubbock Class A �� 7 concrete, including reinforcing, and accounting for toe- SY 122 $ y Cv- $ .Sj (o�f 9- walls and all incidentals to complete the work. ITEM NO. DESCRIPTION UNIT EST. TY UNIT PRICE EXTENDED AMOUNT Stone Riprap (Dry)(Protection) in compliance with TxDOT Item 432 using recycled concrete, free of rebar and any deleterious materials, as an acceptable material, Go 8 including excavation to lines and grades shown on CY 116 drawings, bedding material, geotextile fabric, and all necessary incidentals to complete the work, furnished and installed, complete and in -place. Permanent Seed, including excavation to lines and grades shown on drawings, as well as any necessary 1 9 materials and equipment for placement of seed and SY 230 $ lJ `` $ 3 90-30 S establishment of grass from the seed, vegetative watering f and weed control. 4" Solid White Line thermoplastic striping, in accordance with City of Lubbock standard specifications, including surface preparation in accordance with `Pavement oQ 10 TXDOT Item 678 Surface Preparations', LF 10,400 $ p ,Lid $ y 99a. materials, striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. 4" Solid Yellow Line thermoplastic striping, in accordance with City of Lubbock standard specifications, including surface preparation in o0 11 accordance with TXDOT Item 678 `Pavement Surface LF 9,500 $ p. $ Lb bn3 - Preparations', materials, striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. 4" Broken Yellow Line thermoplastic striping, in accordance with City of Lubbock standard specifications, including surface preparation in `Pavement "t r � 12 accordance with TXDOT Item 678 Surface LF 2,375 $ O , .3 $ 13 1105 Preparations', materials, striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. 8" Solid White Line thermoplastic striping, in accordance with City of Lubbock standard specifications, including surface preparation in c�-7 Oo 13 accordance with TXDOT Item 678 `Pavement Surface LF 300 $C9 $ Preparations', materials, striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. 24" Solid White Line thermoplastic striping, in accordance with City of Lubbock standard specifications, including surface preparation in 00 14 accordance with TXDOT Item 678 `Pavement Surface LF 24 $ �. 0O $ d l0 4 Preparations', materials, striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. Left Turn Arrow thermoplastic striping, in accordance with City of Lubbock standard specifications, including surface C)o 60 15 preparation in accordance with TXDOT Item 678 `Pavement EA 14 $ f t13� $ ���- Surface Preparations', materials, striping and all necessary incidentals to complete the work, furnished and installed, complete and in -place. ITEM NO. DESCRIPTION UNIT EST. QTY UNIT PRICE EXTENDED AMOUNT Raised Pavement Markers Ty I-C, in accordance with City of Lubbock standard specifications, including 16 surface preparation in accordance with TXDOT Item 678 EA 30 S t� $ 3 • $ �d `Pavement Surface Preparations', materials, placement and all necessary incidentals to complete the work, furnished and installed, complete and in -place. Raised Pavement Markers Ty II -A -A, in accordance with City of Lubbock standard specifications, including o 17 surface preparation in accordance with TXDOT Item 678 `Pavement EA 330 $ S $ Surface Preparations', materials, placement �?. and all necessary incidentals to complete the work, furnished and installed, complete and in -place Storm Water Pollution Prevention Plan, including Storm Water Review application Storm Water Pollution 18 Prevention Plan, inspections, record keeping, LS 1 °4 $ S, Uuv $ g J pocr maintenance, silt fences, hay bales, sand bags, diversion swales and any other measures and/or incidentals required for compliance with TPDES permit. TOTAL BASE BID, ITEMS (1-18) $61 0,7� q•-)y l7 (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) Bidder's Initials bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within ONE HUNDRED EIGHT (108) WORKING DAYS FOR SUBSTANTIAL COMPLETION thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of ONE THOUSAND AND FORTY DOLLARS ($1,040) for each calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total 1__ amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars (S ) or a Bid Bond in the sum of s `Q n Dollars (S ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) AtTTEST: Secretary Bidder acknowledges receipt of the following addenda: Date: o?— 1&-1 0-k, Authorize Signature A +lei (Printed or Typed Name) na.) kjj,)-Qs G-J ''�'J , r,-<— Company A dress City, ° County i,Q-,(as �'7q Co State Zip Code Telephone: b6 - `7q5 'M Re Fax: cfa b - '74 ! , 75 7? Addenda No. _� Date FEDERAL TAX ID or SOCIAL SECURITY No. Addenda No. Date Addenda No. Date Addenda No. Date EMAIL: ✓ 1 �vh o K' �I le,a b+I e�. Ivey M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Allen Butler Construction, Inc., as Principal, hereinafter called the Principal, and the Liberty Mutual Insurance Company, a CorpoAtion created and existing under the laws of the State of Massachusetts, whose principal office is in Boston, MA, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Lubbock, as Obligee, hereinafter called the Obligee, in the sum of Five percent (5 %) of the greatest amount bid dollars ($---------- }, for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for ITB # 12-10509•RH 114th Street Strip Paving, Indiana Ave. to University Ave. NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 16th day of February, 2012. Attest: By: Witness: Form S-3266-4 Printed in U.S.A. 12-70 Allen Butler Construction, Inc. (Principal) By� (SEAL) Liberty Mutual Insurance Company By Kevin J. Dy4n, A torney-in-Fact (SEAL) O a d "O .O .n c M dcn U y G W d> d3 -13 � 'rn O i L yO }r C c0 dy M m C += E 7 V L i 2 w 2717811. THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named• herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. _ 1 LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint TRACY TUCKER, TOBIN TUCKER, W. LAWRENCE BROWN, KEVIN J. DUNN, ALL OF THE CITY OF FT. WORTH, STATEOF TEXAS................................................................................................................................................................, ............................................................................................................................................................................................... each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its _t behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100******************** DOLLARS ($ 50,00,000.0 ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By -taw and Authorization: ARTICLE Xill - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: Pursuant to Article X111, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seat of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 18th day of December 2009 LIBEER'T'Y MUTUAL INSURANCE COMPANY Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss ' w+ COUNTY OF MONTGOMERY On this 18th day of December , 2009 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WH' P'��8? unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. ¢aNty Cy`� COMMONWEALTH OF PENNSYLVANIA N9twa, Seal OF Tema PaeWlla, Notary PuOf4 Pl�th r*p, onlV C�m„ By My Cammmbn EtpUos Mete1126. 2013 Ter sa Pastella, Notary Public • ���� Mam^er. Pams,:WanieAssa;:atan dNo�aries - _ CERTIFICATE ;W?y 1, the undersigned, Assistant ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attomeys-In-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, 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 seal of the said company, this 16th day of Febntary , 2b12 s .. Z& =�::J By Da vi M. Carey, Ass' »t Secretary CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder Must be submitted with Bid m I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (-, (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the j City meeting all of the requirements defined in this bid. Ailed 80+1P-V- t-, r r Contractor( Original Signature) Contractor's Name (Print) CONTRACTOR'S BUSINESS NAME: A IIe) A 0+1.QA ccwsq. , n '— (Print or Type) CONTRACTOR'S FIRM ADDRESS: C:)L( S J-_0L(4sha-e- bN(v4Z- Pow6co- . A L-C�W 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. BID 12-10509-RH -114th Street Strip Paving, Indiana Avenue to University Ave SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, receive stations for violations of OSHA within the past three (3) years? YES _ NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Bidder's Initials t } 1 _� QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from serious bodily injury or death? V YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signature f PC eS i Cie'o+ Title SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: anj V2 v _k Q.A (.D • vac_ FEDERAL TAX ID or SOCIAL SECU Y No. Signature of Company Official: 0Z_'_ WLn'..e Printed name of company official signing above: 1441 ed 02A A^ Date Sinned: a -10 - 3 LIST OF SUB -CONTRACTORS Page Intentionally Left Blank i' V" -* BID 12-10509-RH-114th Street Strip Paving, Indiana Avenue to University Avenue 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. LIST OF SUB CONTRACTORS Company Name Location Services Provided gilenl j8J-0'er Company 6 4 '5 La ►fps �� aC�F_ Address c,-m" 9'Alr) , L V 6h VC-,Z CO , County T� '� ci'S ' ] ci3 (. ro State Zip Code Telephone: OCo Fax: tfCX, Minority Owned Yes No THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO 2 } BID 12.10509-RH,114TH Street Strip Paving, Indiana Avenue to University Avenue FINAL LIST OF SUB CONTRACTORS Kmority Owned Company Name Location Services Provided Yes No 1. ,� tPt cccdP�. C7N��`m. Q L.����c�t S '��r—u=- ❑ X 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ Alle'd &+14o Co-J-13 r'-e - Company ddress Ga/t7CM,, > City, County Tex a5 '7 436(. State Zip Code Telephone U6 - '7'iS= i4`W Fax: - 'tySS 73-)1 THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO. i PAYMENT BOND Pap,e Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) Bond No. 02203434760 KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and Liberty Mutual Insurance Company (hereinafter': called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter galled. he,l3?ligee), in the amount of SIX HUNDRED SEVEN THOUSAND NINE HUNDRED SEVENTY FGUR'DOLl,ARS and SEVENTEEN CENTS ($607,974.17) lawful money of the United States for the payment whereof, tjj said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and Assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 29`h day of March, 2012, to 114th Street Strip Paving, Indiana Avenue to University Avenue ITB 12-10509-RH and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 2nd day of April 2012. Liberty Mutual Insurance Company Sure *By Allen Butler Construction, Inc. (Company Name) By; Allen Butler (Printed Name) mt�� (S' nature) President (Title) W The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunn, an agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. Liberty Mutual Insurance Company Surety *13 (Title)evi . Dunn,.Attorney-1n-Fact Approved as to form: City of L By: City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 6 PERFORMANCE BOND 1 Page Intentionally Left Blank -Bond No.022034760 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 Allen Butler Construction, Inc. (hereinafter called the Prineipal(s), as Principal(s), and Liberty Mutual Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Oblige&),, in tli'e',amount of SIX HUNDRED SEVEN THOUSAND NINE HUNDRED SEVENTY FOUR DOLLARS anTJ�. d SEVENE�ENTS ($607,974.17) lawful money of the United States for the payment whereof, the said Principal and"Suretybind t4eniklves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHE} AS, the Principal has entered into a certain written contract with the Obligee, dated the 29°i day of t�_llatsch, 0 I to , 114th Street Strip Paving, Indiana Avenue to University Avenue ITB 12-10509-RH and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 2nd day of April 2012. Liberty Mutual Insurance-CompFffy Allen Butler Construction, Inc. Surety (Company Name) By: By: Allen Butler (Title) Kevi/Dn�,Attorney-ln-Fact (Printed N me) (Signature) President (Title) 2 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunn, an agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. Liberty Mutual Insurance Company Surety j (Title) Kevin d!Dunn, Attorney-ln--Fact Approved as to Form City of u bck By: City Attorney * Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attomey in Fact, we must have copy of power of attorney for our files. 3 2717816 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint TRACY TUCKER, TOBIN TUCKER, W LAWRENCE BROWN, KEVIN J. DUNN, ALL OF THE CITY OF FT. WORTH, STATEOF TEXAS . .................................... ..... ................................... each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and dead, a any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100 DOLLARS ($ 50 000 Q00.00 ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signedby the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such _j attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their G. signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be C as binding as if signed by the president and attested by the secretary. `3 c N By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: N C Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby 1 authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. 0) 4) That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. O . - la in IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of a -a Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 18th day of December J) 2009 •L LIBERTY MUTUAL INSURANCE COMPANY o4) Al- jam-, ". C Garnet W. Elliott, Assistant Secretary D 4- COMMONWEALTH OF PENNSYLVANIA ss o COUNTY OF MONTGOMERY L t On this 18th day of December , 2009 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged •- that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above ai Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. i 1.O A IN TESTIMONY WH unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year = U first above written. ONw o COMMONWEALTH OF PENNSYLVANIA Pastarva' Seal L rasa f p.; a Notary j Cou > OF P1rn«;mrwp,rMw,ir.,rert coun;f _i By ` 'U My Cerrtmissim Exoites Mardi 28, 2013 j Ter sa Pastella, Notary Public Member, Pemtsy:rznie Assx�afxxi of Natari^s s! CERTIFICATE 1, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wheravrer appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,1 hjve hereunto subscribed my name and affixed the corporate seal of the said company, this � day of April 1U1 3: By x rt David M. Carey, AssWdFt Secretary rn rn N C .N 7 A C O C O VH Cn N W C 0 Q. aM o� 3 O OE aE No O C 'O •O 00 Co LM V O 0 No Text wr r� ftmutuii. ` TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: R Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi_state.tx. us E-mail: ConsumerProtection(o-)tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 CERTIFICATE OF INSURANCE Page Intentionally Left Blank AC©RI�� CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 3/26/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. It SUBROGATION IS WAIVED, subject 10 the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements), PRODUCER IBTX Risk Services 6363 N. State Highway 161 Suite #100 NAME: Dianne Link P NEEm.FAXlcNo w No.EawL A INSURERS AFFORDING COVERAGE Irving TX 75038 INSURER Valley 14767 4NAIC# INSURED INSURER a insurance INSURER C;St l Fire & Marine Ins Co Allen Butler Construction, Inc. 24 South Lakeshore Drive Ransom Canyon TX 79366 INSURER D:National Fire Insurance of Hartford 20478 INSURER E INSURER F - COVERAGES CERTIFICATE NUMBER:1343116415 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IILtSR TYPE OF INSURANCE ADDL BR POLICY NUMBER POLICY EFF POLK YEXPLIMITS D GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR I C 4013609294 /1/2012 11/2013 I EACH OCCURRENCE $1,000,000 D GE TO RENTED $300,000 MED EXP Any one person $151000 PERSONAL & ADV INJURY $110001000 GENERAL AGGREGATE $2.000,000 GEM% AGGREGATE LIMIT APPLIES PER: POLICY %( PRO- LOC PRODUCTS -COMP/OPAGG $2,000,000 $ A AUTOMOBILE LIABILnY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS Ix AUTOS 4013609280 411t2012 11/2013 NED SINGLE LIMIT acc#ient S1.000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ X PROPERTY DAMAGE $ C X UMBRELLA LIAS EXCESS LIAR X OCCUR CLAIMS -MADE ZUP-llP31277-12-NF /1/2012 /112013 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DED X I RETENTION $10,000 $ B MIORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y f N ANY PROPRIETORIPARTNER/EXECUTIVE EXCLUDED? M In NH) (Mandatory If yes, describe carder DESCRIPTION OF OPERATIONS below NIA A F-MI074270 2/1/2011 2/1/2012 X wC LM1%1 0ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEd $1,000,000 E.L. DISEASE - POLICY LIMIT 1 $1 000 OW DESCRIPTION OF OPERATIONS I LOCATIDNS I VEHICLES (Attech ACORD 101, AMMonal Remarks Schedule, N more space is rqui m The General Liability and Automobile policies include a blanket automatic additional insured endorsement [G-140331-C 10/10, G-18652-1 07/09 & CA0403 06/04] that provides this feature only when there is a written contract between the named Insured and the certificate holder that requires such status. The General Liability, Automobile, and Workers' Compensation policies include a blanket automatic waiver of subrogation endorsement [CG240410/93, CA2089 06/04 &WC420304A 01/00j1tthat provides this feature only when there is a written contract between the named insured and the certificate holder that requires such status. Cancellation per attached [CG020512104, CA0244 06/04 8c W0420601 01MI. Re: 114th Street Strip Paving from Indiana Ave, to University; #ITB 12-10509-RH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 2", Room 204 Lubbock TX 79457 AUTHORIZED REPR ENTATIVE © ISM-2010 ACORD CORPORATION. All rights reserved. rIBTr-X Disk Services Safety Management . Human Resources Services . Business Insurance • Personal insurance Employee Benefits . Surety Bonds . Wealth Management . Executive Planning ******** IMPORTANT NOTICE EFFECTIVE 01/01/2012 ******** The Texas Legislature passed and Governor Perry signed Senate Bill 425 which became effective January 1, 2012. Under the law, agents and insurers may not: • Issue a certificate that has not been filed and approved by TDI • Alter or modify a certificate form approved by TDI unless the alteration or modification is approved by TDI. • Issue a certificate that alters, amends or extends coverage or terms and conditions provided by the insurance policy referenced on the certificate. Following Is an outline of the law and subsequent penalties: • This law will require certificate of insurance forms to be filed with and approved by the Texas Department of Insurance before they can be used after the effective date of the law. • In addition, the law explains current Texas Department of Insurance rules that a certificate of insurance must not obscure or misrepresent the coverage provided by the insurance policies. Definition of "Certificate" includes checklists, affirmations and electronic forms. • After January 1, a certificate holder who requires an agent or policyholder to use an unapproved form or insert inappropriate language on a certificate may be sued by the Attorney General for injunctive relief or to recover a civil penalty of up to $1,000 for each such requirement • An insurance agency could incur significant penalties of up to $1,000 for each violation under those rules and the new law, including the revocation of the agency's insurance license, if a certificate were issued exactly as the certificate holder requested. For this reason, after 01 /01/2012 we will issue the standard certificate of insurance form and may not be able to comply with some of the items you request Certificate holders can mail certificate forms and special wording requests for approval to: P&C Intake Unit Texas Department of Insurance 333 Guadalupe Austin, TX 78701 commercialpc@.tdi.state.tx.us Please contact us with any questions you may have. t�4 CN&aaS 4A-�- "IV Emily Contreras Robin Moody, CIC Commercial Lines Manager — SA Commercial Lines Manager - DFW 210-697-2223 214-646-1652 ALLEN BUTLER CONSTRUCTION, INC. CAW _ POLICY NO. C 4013609294 G-140334-C (Ed. 10/10) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) I Name of Additional insured Persons Or Organisations 1 (As required by Nfr tten contract' per Paragraph A. below.) 1 Loce"ons of Covered Operations (As per the 'wrWen contract,' provided the location is within the "coverage territory' of this Coverage Part.) A. Secdm it - Who Is An dtstnid Is amended to Include 2. We will not provide the additional insured any as an additional insured: broader coverage or any higher limit of Insurance g� 1. Any person or organization whom you are than the feast that is: $ required by "written contract to add as an a. Required by the'wdtten contract; additional insured on this Coverage Part; and b. Described In 0.1. above; or 2. The particular person or organization, If any, scheduled above. c. Afforded to you under this policy. B. The insurance provided to the additional insured 1s 3. This insurance is excess of all other Insurance limited follows: available to the additional Insured whether on a primary, excess, contingent or any other basis. 1. The person or organization is an additional But if required by the "written contract,' this insured only with respect to liability for 'bodily insurance will be primary and non-contributory injury,' 'properly damage,' or 'personal and relative to Insurance on which the additional advertising Injury' caused In whole or In part by: insured is a Named insured. b a. Your acts or omissions; or 4. The Insurance provided to the additional Insured b. The acts or omi�ions of those acting on your does not apply to 'bodily injury; 'property damage," or 'personal and advertising injury 22 behalf arising out of: In.. theerformance of your-:ohigofn.opedbns a. The rendering of, or the failure to render, any spedfled in.tlie`wrltten contrectr, oi' professional architectural, engineering, or a 'Your work' that is specitled . ltl the, "Written' surveying services, Including: cortracP but only for 'bodily Injury' or 'property "products- (1) The preparing, approving, or failing to damage' included In the prepare or approve maps, shop drawings, completed operations hazard,' and only if: opinions, reports, surveys, field orders, (1) The 'written contract' requires you to change orders or drawings and provide the additional Insured such specifications; and coverage; and (2) Supervisory, inspection, architectural or (2) This Coverage Part provides such engineering activities; or coverage. r__i enaai _r_ tr nhuiee.• watA.ktaA maftw4al.a h+mtrarwA PwWoae nand 1. u" He no.eeteehe pans i of 9 G-140331-C (Ed. 10/10) b. Any premises or work for which the additional insured is specifically listed as an additional Insured on another endorsement attached to this Coverage Part. C. SECTION IV — COMMERCIAL GENERAL LIABUJTY CONOMONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Clahn or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an 'occurrence' or an offense which may result in a claim or 'suit' under this insurance, and of any claim D. or "suit' that does result; (2) Except as provided in Paragraph B.3 of this endorsement, agree to make available any other insurance the additional insured has for a loss we ever under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or'suiC; and (4) Tender the defense and- indemnity of any - claim or `suit' to any other insurer or self Insurer whose policy or program applies to a loss we cover under this Coverage Part. But If the *written contract requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Flamed Insured. We have no ditty to defend or indemnity an additional insured under this endorsement until we receive from the additional insured written notice of a claim or 'suit.' 2. With respect only to the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the following: 4' O�tt4r insurance a. Ptr�nary s Tl[S insurances ; is 01lrnary "and non- ootiVibutory ` except when rendered excess by endorsement G-140331-C, or when Paragraph b. below applies. Only for the purpose of the Insurance provided by this endorsement, SECTION V — DEFINITIONS is amended: to add the following definition: 'Written contract' means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily injury' or °property damage'; or b The offense that caused the 'personal and advertising injury' for which the additional Insured seeks coverage under this Coverage Part. ^ 4 AAnn 4 ^ ­_1_1 _. n--A - r __ .__ ..LL it- 0—^ O of n ALLEN BUTLER CONSTRUCTION, INC. POLICY NO. C 4013609294 1. MOMUANOUS A%itD)Cf ONAL I URIEDS b. elf t' SecUm II who Is An mewed is amended to include as an Insured any person or organization (called additional insured) described in Paragraphs 2.s. through 2.g. below whom you are required to add as an additional insured on this policy under a written contract or written agreement However, the written contact or written agreement must be: 1. Currently In effect or becoming effective during the term of this policy; and 2. Executed prior to the 'bodily injury,' 'property damage or 'personal Injury and advertising injury; but Only the following persons or organizations are additional insured under this endorsement and coverage provided to such additional insureds Is limited as provided herein: a. State or Oovernmentai ASe y or Sudiviafon or Polly Strbdiv� A state or governmental agency or subdivision or political subdivision subject to the following provisions: (1) This Insurance applies only with respect to the following hazards for which the state or governmental - agency or subdivision or political subdivision has issued a permit or authorization in connection with premises you own, rent, or control and to which this insurance applies: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (2) This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has Issued a permit or authorization. This Insurance does not apply to 'bodily injury,' 'property damaga' or 'personal and advertising Injury' arising out of operations performed for the federal government, state or municipality. C3-18652-1 (Ed. 07/09) Any persons or organizations with a controlling interest in you but only with respect to their liability arising out of: (1) Their financial control of you; or (2) Premises they own, maintain or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new constructioon and demolition operations performed by or for such additional Insured. c. Manoveft w Laws Qf °tie Wwo A manager or lessor of premises but only with respect to liability arising out of the ownership, maintenance or use of that _ specific part of the premises leased to you and subject to the following additional exclusions: This Insurance does not apply to: (1) Any 'occurrence which takes place after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such additional Insured. d. Mor es, Aso W" or ReceiM A mortgagee, assignee or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of a premises by YOU. This Insurance does not apply to structural alterations, new construction or demolition operations performed by or for such additional insured. e. Ownersl00W wrests tsc W Is Lreaasrd An owner or other Interest from whom land has been leased by you but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the land leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any 'occurrence' which takes place after you cease to lease that land; or ALLEN BUTLER CONSTRUCTION, INC. POLICY NO. C 4013609294 G_18652-1 (Ed. 07/09) (2) Structural alterations, new construction or demolition operations performed by or on behalf of such additional Insured. t. Co-owner of insured Premises A co-owner of a premises co -owned by you and covered under this insurance but only with respect to the co -owners liability as co-owner of such premises. g. Lessor of Equipment Any person or organization from whom you lease equipment. Such person or organization are Insureds only with respect to their liability arising out of the maintenance, operation or use by you of equipment leased to you by such person or organization. A • person's or organization's status as an Insured under this endorsement ends when their written contract or written agreement with you for such leased equipment ends. With respect to the Insurance afforded these additional Insureds, the following additional exclusions apply: This insurance does not apply: (1) To any 'occurrence' which takes place after the equipment lease expires; or (2) To 'bodily injury,"property damage,' or 'personal and advertising Injury' arising out of the sole negligence of such additional insured. Any Insurance provided to an additional insured designated under Paragraphs a. through g. above does not apply to 'bodily injury` or 'property damage' included within the 'products -completed operations hazard.' As respects the coverage provided under this provision, Paragraph 4.b.(1) of Section IV — Commercial General Liability Conditions is deleted and replaced with the following: 4. Other Insurance b. Excess Insurance (1) This insurance is excess over: Any other insurance naming the additional insured as an Insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing. Where required by written contract or written agreement, we will consider any other insurance maintained by the additional insured for injury or damage covered by this endorsement to be excess and noncontributing with this insurance. 2. EMPLOYEES AS INSUREDS — HEALTH CARE SERVICES Paragraph 2.a4l)(d) of Section II — Who Is An Insured is deleted. S. JOINT VENTURES I PARTNERSHIP I LIMITED LIABILITY COMPANY COVERAGE A. The following is added to Section 11— Who Is An Insured: 4. You are an Insured when you had an interest In a joint venture, partnership or limited liability company which terminated or ended prior to or during this policy period but only to the extent of your interest in such joint venture, partnership or limited liability company. This coverage does not apply: 'a. Prior to the termination date of any joint venture, partnership or limited liability company; or b. If there Is other valid and collectible Insurance purchased specifically to insure the partnership, joint venture or limited liability company. c. To a joint venture, partnership or limited liability company which Is or was insured under a 'consolidated (wrap-up) insurance program.' 'Consolidated (wrap-up) insurance program' means a construction, erection or demolition project for which the prime contractorlproject manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors Involved in the project, otherwise referred to as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). B. The last paragraph of Section H — Who Is An Insured is deleted and replaced by the following: Except as provided in Paragraph 4. above, no person or organization Is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured In the Declarations. G-f 8652-1 inctudes 000vrtnhfed mafertat of inswance Semtes Cnftoe. Inc., with Its permlWon. Paste 3 of 8 POLICY NUMBER: C 4013609294 COMMERCIAL GENERAL LIABILITY NAMED INSURED: Allen Butler Construction, Inc. CG 02 0512 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION: PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: "PER SCHEDULE ON TILE WITH COMPANY ° 2. Address: $. 1 Number of da s advance noftce:60 Information required to complete this Schedule if not shown above will be shown in the Declarations. rr: n9 nS It nd f nmtrinht I.Cf) Prnnortioc Inr_ gn(vq Pans I of I Ivamisu iabufusu: H1ien rsuLler c:onsLructl.on, inc. POLICY NUMBER: C 4013609294 CO 24 041 Q 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WADER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO 'US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: BLANKET ANY PERSON OR ORGANIZATION WHOSE BEHALF YOU ARE REQUIRED TO OBTAIN THIS WAIVER OF OUR RIGHT TO RECOVER FROM UNDER 'A WRITTEN CONTRACT OR AGREEMENT. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Contrition (Section W—COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we matte for injury or damage arising out of your ongoing operations or `your worst" done under a contract with that person or organization and included in the "products -completed operations hazard." This waiver applies one to the person or organization shown in the Schedule above. POLIGY NUMBER: C 4013609280 COMM0IAL AUTO CA 1+4 t 30604 THIS ENDORSEMENT CHANDES THE POUM PLEASE READ IT CAREFULLY. This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAQE COVERAGE FORM MOTOR WRIER CQVERAQE FORM TiIJGKIrfl$ COVERAGE FORM With respect to coverage provided by Ibis endorsement, the provisions of the Coverage Form apply unless modified by the endorsement: This endorsement changes the policy effective on the inception date of the policy unless another date is Indicated below. EndoCSWent Effective: 04/01/12 Counts By. Named In d' to Butler Construction, Inc, 614 rized Re Presentative) SCHEDULE (if no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Who Is An insured (Section IQ Is amended to Include as an 'Insured" the person(s) or organkatlon(s) shown in the Schedule, but only with respect to their legal liabilittyy for acts or omissions of a person for whom l iablilty Coverage is afforded under this policy. 13. The additional insured named in the Schedule or Declarations is not required to pay for any premiums stated In the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. C. You are authorized to act for the additional insured named in the Schedule or Declarations In all matters pertaining to this Insurance. a. We will mail the additional insured named In the Schedule or Declarations notice of any cancellation of this policy, If we cancel, we will give 10 days notice to the additional Insured. E. The additional Insured named In the Schedule or Declarations will retain any right of recovery as a claimant under this policy. I_ MAft .A -L J POLICY NUMBER: c 4013609280 COMMERCIAL AUTO CA 20 89 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ iT CAREFULLY, TEXAS CHANOM IN TRANSFER of RIGHTS OF REC'-OW Y A AINST i'HEH TO U (W Or. FSUBAG AT133N) This endorsement modifles insurance provided under the following - BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GAWE;t0ERGE FORM MO'" CARRIER,COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement, This endorsement changes the policy effective on the inception date of the policy unless another date is Indicated below. Endorsement Effective: 04/01/12 Gounte h Named thsuMen Butler Co tatruotion, Inc. AuVdzed Resenta IVe SCH>=DULE Name w Petsan(s) Or +Brganixatiott(s):BLANKET — At WHOSE BEHALF YOU ARE REQUIRED TO OBTAIN THIS 'WAIVER OF OUR RIGHT TO ANCOV'SR. ;FROM I)IilDRR A WRITTEN CONTRACT "OR JkQR,$iXENT (if no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To additional premium shown above, regardless of any Us Condition does not apply to the person(s) or early termination of this endorsement or the policy. organizatlon(s) shown In the Schedule. We will retain the � A -- ^A ^8. A • dwl^n 0. -# w y POLICY NUMBER: C 401360928G CommEnctAL AUTO CA 01440604 THIS ENDORSEMENT CHANCES THE ROQCY. PLEASE READ IT CAREFULLY. This endorsement modifies Insurance provided tinder the following: BUSINESS AUTO CO}VERAQ FORM t AliA�pE CO�VFHAQI= t=OR MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modifted by the. sndorsament This endorsement changes the policy effective on the Inception date of the policy unless another date Is indicated below. Endorsement Motive: 04/01/12 cobnt __ By: - 6Au riled resentative Named Insured- Alleh Sutler Construction, Inc; . SCHEDULE Name Of Poraon Ox Oraan1z#MouPnR SCHEDULE ON FI%N WITH COMPANY I Address It this policy Is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named In the Schedule. We will give the number of days' notice Indicated in the Schedule. . n___ -Z a NSATION AND JPyJ_QXAJ J fJ J �� WORKERS' �SABI� TYENSURANCE POLICY DYERS InsuranceConapany WC 42 03 04 A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the -insurance provided by the policy because Texas is shown in Item 3.A. of the information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respect to bodily Injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization X ) Blanket Waiver Any person or organization for whom the Named insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge forthis endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the Inception date of the policy unless a different date Is indicated below. (The following "attaching clause!' need be completed only when this endorsement Is Issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001074270 of the Texas Mutual Insurance Company Issuedto ALLEN BUTLER CONSTRUCTION INC Premium $ WC420304A (ED. 1-0 1-2000) Endorsement No. A/ Authorized Representative iNSURED'S COPY Te)CoaSM WORKERS'COMPENSATION AND EMPLOYERS tual LIABILITY INSURANCE POLICY U It ranceCMrny WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: "AS REQUIRED IN WRITTEN CONTRACT CERTIFICATE BOLDER IS BEING ENDORSED ON POL ICY" This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001074270 of the Texas Mutual Insurance Company Issuedto Allen Butler Construction, Inc. Endorsement No. Premium $ Authorized Representative WC420601 (ED. 1-94) No Text CERTIFICATE OF INSURANCE t.. , TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 ! LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further ' hereinafter described. Exceptions to standard policy noted hereon. p p Y TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER SRISK U 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY U Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ IVORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ C Included Statutory Limits Partners/Executive C Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: ! Title: 1. The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. TIIE '' ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCI'S AND COMPLETED OPENIATiONS. CONTRACTOR'S CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both, English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. s REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and t (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank CONTRACT \} Ps2eIntentionally Left Blank CONTRACT 10509 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 29t' day of March, 2012 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Allen Butler Construction Inc, of the City of Ransom Canyon, County of r Lubbock and the State of TX hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 12-10509-RH 114th Street Strip Paving, Indiana Avenue to University Avenue r and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. Allen Butler Construction Inc. bid dated February 16, 2012 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees T R a to commence work within ten days after the date written notice to do so shall have y been given to him and to substantially complete same within the time specified in the contract documents. 4J The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. i_ 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: .., -4lie C �a� �? L By: PRINT ME: TITLE: COMPLETE ADDRESS: Company �� ��i�l • � C.. Addres re City, State, Z'pfq ATTEST: �, t . Corporate S cretary CITY OF LUBBOCK, TEXAS (OWNER): By: MA OR ATTEST: City SA--etary 0 APPROVE O CONTENT: !� Owner's Representative iA / 1A il -- - / ii Marsha Reed, Chief Operating Officer AP ED TO FORM: City Attorney Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Paae Intentionally Left Blank t_ GENERAL CONDITIONS OF THE AGREEMENT f_ 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Allen Butler Construction Inc who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE E_ 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 Neil Welch, Capital Projects Engineer, so designated who -• shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise i the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes _ referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR v 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 perfonnance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 11 8. CONTRACTOR'S RESPONSIBILITIES_ Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or } Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. i 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 bome by the Contractor at its own cost and expense. t 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 are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time,each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract_ documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be bome 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 A i ...} i tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph r 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 A e g` g P Y g g 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." r 1 No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of i __ work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall i comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the s herein specified, the Contractor shall if so ordered in writing, increase its force orequipment, or both to" progress P � g� , such an extent as to give reasonable assurance of compliance with the schedule of progress. �j rr i� r-_a 1 _ 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. 1 A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation i required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit per occurrence to include: General Aggregate Products & Completed Operations AGG Contractual Liability Personal & Adv. Injury WITH HEAVY EQUIPMENT ENDORSEMENT B. Comprehensive Automobile Liability Insurance with limits of not less than; $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. C. Excess Liability to include: Umbrella Form -each occurrence $2,000,000. D. Worker's Compensation -Statutory Amounts E. Employers' Liability AND/OR Occupational Medical and Disability Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with the following endorsements: City of Lubbock named as Primary Additional Insured on a Primary and Noncontributory Basis To Include Products of Completed Operations Endorsement Waiver of subrogation in favor of the City of Lubbock on all coverages 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a— project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. E _1 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. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 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. 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 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 ONE -THOUSAND AND FORTY DOLLARS ($1040) PER WORKING DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein; fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except 14 €_. t_ where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage t- shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27,,hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the ' specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 15 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 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. 1. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which 16._ 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. 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 fiirther notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the 1 Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. { In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: 17 (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 18 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a 19 Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least m twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 20 DAVIS BACON WAGE DETERMINATIONS Page Intentionally Left Blank GENERAL DECISION: TX20100028 03/12/2010 TX28 Date: March 12, 2010 General Decision Number: TX20100028 03/12/2010 Superseded General Decision Number: TX20080028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 03/12/2010 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator..,.$ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter .............. ......... $ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 0.00 Electrician ....................$ 17.00 0.00 Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 8.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ 16.85 0.00 Motor Grader Operator Rough .... $ 11.75 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Servicer .......................$ 8.98 0.00 Slip Form Machine Operator.....$ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer...$ ---------------------------------------------------------------- 8.28 0.00 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)) . In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- 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 1 t' 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 Paize Intentionally Left Blank SPECIFICATIONS Pap.e Intentionally Left Blank City of Lubbock Public Works Engineering Design Standards and Specifications 4'bb �3 city of lu Ock Department of Public Works Engineering City of Lubbock, Texas January 1, 2012 These Standards and Specifications are general standards and specifications for design work on public infrastructure. At all times these regulations are subject to the speclfic oversight and judgment of the City Eng/neer 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. This document is a portion of the City of Lubbock Public Works Engineering Design Standards and I Specifications. It does not necessarily contain all design criteria, standard details, or construction specifications. The entire document is available on the City of Lubbock web site. E 3 s [js i Design Standards and Specifications Table of Contents [:`[= ZJ4::5 E;Nr..lDi. "[:1:" FI a; '.)I', ............... .". ,, „.". ..... .... i - ............... .. .. „ ... , C - ' .. '�i;Jl.l --- r ..... .. . . . , .. .... . ...... ... , , , " I , f 3gas rye?ice.... ,; fit; „ 1 ilk ,ail;#;kliyss .. ,.. ,. ... - , P1r-2`f2t�Lrdiisly ' rs.+Fx :tl ,.� !}.I;rI!Ilr� .. .. ........". F: J,1fa Tay �n-Nii� ; '1a'J': I r-anj `nl l;i_^ _ „ r.... ,,. [�<, ..., y :. A.R] j 1 iff'tiLan;7a�irTiriL_; Uti+r'_r:t1314 „ b1 l P[.iT' fo1 i C ' P:_7F,-. I.It 0— r'J. �.Le.k l =,171i 5.uk Filitnl.i?r.•�rrri;irs' . ...... .... .. .. . DAP r-AK7AR- ;t `ER:, ............ ... ... . , F. -ri 1 - III- �1 .1�'-'ll...!'!�,..+'Itil'il f!I ,'�fj ....-' .... ... .. , , i. TI -- 'I�. r Itrr. „-T r z� .. . 1..1 Design Standards and Specifications Table of Contents -I F, : M n STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION..............................................81 8.1 8.2 General....................................................................... ...... Design Standards......................................................................................................................81 81 n 8.3 Testing and Inspection..............................................................................................................82 8.4 Notification of Property Owners.................................................................................................83 8.5 Protection of Utilities and Irrigation Systems...............................................................................83 8.6 Water for Construction ..............................................................................................................83 [ 8.7 Concrete..................................................................................................................................84 8.8 Subgrade and Base................................................................................ 92 8.9 Hot Mix Asphalt Concrete Surface(HMAC)..................................................................................97 ll 8.10 Micro-Surfacing.......................................................................................................................104 8.11 Storm Sewer...........................................................................................................................108 8.12 Fences...................................................................................................................................113 8.13 Salvage of Asphalt Paving........................................................................................................114 J 8.14 Traffic Control.........................................................................................................................114 8.15 Prosecution of the Work and Working Days..............................................................................115 8.16 Measurement and Payment.....................................................................................................116 8.17 Restoration and Clean Up........................................................................................................119 8.18 Certificate of Completion and Warranty....................................................................................119 SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS..........................................................120 L� 9.1 Plan Submittal Requirements...................................................................................................120 Design Standards and Specifications Streets and Drainage Specifications SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.1 General 8.1.01 The construction and materials for any City of Lubbock Public Works Engineering paving or drainage improvements project shall conform to the following specifications and associated plan sheets. A. Any construction or materials failing to meet the requirements of these specifications or the plan sheets shall be removed and replaced at the Contractor's own expense. B. No consideration will be given to requests for reduced payments for construction or materials not in conformance with these specifications and the plan sheets. 8.1.02 The term Engineer used in these specifications shall refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these specifications and associated plans. 8.1.03 The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. A. Material Safety Data Sheets (MSDS) shall be required on all materials. B. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. C. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer. 8.1.04 Streets to be constructed in a location where the traffic is expected to consist of an unusual number of trucks or other heavy vehicles shall have an approved pavement structure design specific to that loading condition. 8.1.05 All construction covered by these specifications shall be in compliance with the City of Lubbock Code of Ordinances, Chapter 30 Lakes and Water Ways, Chapter 36 Streets, Sidewalks, and Other Public Ways, Chapter 38 Subdivisions, and other chapters as applicable. 8.1.06 Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. A. When information indicated on plan sheets is in conflict with these specifications, the information on the plans shall govern. 8.2 Design Standards 8.2.01 The following design standards shall apply to all paving and drainage improvements associated with construction of new subdivisions. A. If unusual site conditions necessitate design criteria different from these requirements, changes will be permitted only if specifically approved by the City Engineer. Section 8 81 I1 1- Design Standards and Specifications Streets and Drainage Specifications 8.2.02 Street Crown Elevations r A. All street paving shall incorporate a centerline crown at the following listed elevation unless 1_ otherwise indicated on plans, or as directed by the Engineer: 22 feet 0.37 feet 24 feet 0.40 feet 26 feet 0.43 feet 28 feet 0.46 feet 30 feet 0.49 feet 32 feet 0.52 feet 36 feet 0.58 feet 42 feet 0.67 feet 46 feet 0.73 feet 52 feet 0.82 feet 64 feet 1.00 feet 66 feet 1.03 feet 86 feet 1.33 feet 88 feet 1.36 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 U A. All street paving shall incorporate the following slopes unless otherwise indicated on plans, or as directed by the Engineer: 11 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. In the event City tests indicate out of specification materials, additional tests may be provided by the contractor at their own expense. 82 Section 8 I) Design Standards and Specifications Streets and Drainage Specifications B. Conflicting tests provided by the contractor will not automatically be considered as compliance with City specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. 8.3.03 The testing and inspection provided by the City is intended only to verify that materials and construction comply with plans and specifications. The City's testing and inspection efforts are not intended to replace the contractor's responsibility to comply with the specifications. 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 not furnish water at no charge for construction purposes. ' Section 8 83 Design Standards and Specifications Streets and Drainage Specifications 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 and establish a utility account. C. The contractor must pay the current deposit for a fire hydrant meter. D. 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. 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 backfiow prevention assembly. A. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. 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 backfiow 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. No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. F. All concrete shall have 5 percent, minus 1.5 percent to plus 3 percent, air entrainment in conformance with ASTM C260. 84 Section 8 Design Standards and Specifications Streets and Drainage Specifications G. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. 8.7.02 Classification A. The following City of Lubbock classes of concrete shall be used: Curb and gutter, sidewalks, curb ramps, drainage channels, medians, Al_a L__J.... II_ _.. 1f_ __- .......... _i_2_t _11_ I B I Vailev cutters and fillets, ailev returns, and alley Davinc. I D Utility encasements E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or, otherspecial design. 8.7.01 Thickness of Concrete Surfaces A. Concrete 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. 8.7.02 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. 8.7.03 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. 1. 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. Section 8 85 I' Design Standards and Specifications Streets and Drainage Specifications 1 B. Mix designs for various classes of concrete shall conform to the following: �i i. New mix designs shall be submitted annually, or when material properties or sources change. 8.7.04 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. 1 C. In such cases, the required compressive strength shall be increased by 10%. 8.7.05 Cement A. Cement shall be Type I, Type II, or Type III cements, conforming to ASTM C150 "Standard l 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. r( 8.7.06 Aggregate l� A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C33. L1 B. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, organic J impurities, or other deleterious materials. C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136. I I 86 Section 8 i Design Standards and Specifications I " Streets and Drainage Specifications 1. The gradation for fine aggregate shall meet the following requirements: I Retained on 3/8" Sieve 1 0 1 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 • 1 Retained on t Retained • 1 ' 1 Retained on 1 Retained on • ' tl 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 TxDOT Item 302 as follows: 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. If. Stockpiles shall be built in layers of uniform thickness. III. Equipment shall not be permitted to operate over the same lift repeatedly. 8.7.07 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 his expense. Section 8 87 Design Standards and Specifications Streets and Drainage Specifications $ 8.7.08 Water A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26. 8.7.09 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". L Fly ash may constitute a maximum of 30 percent by weight of the cement. 8.7.10 Reinforcing Material A. All concrete shall incorporate reinforcement as follows: L Curb and Gutter - None ii. Street Paving, Valley Gutters, Commercial Driveways, Drainage Channel, and Sidewalk crossing commercial driveways - As indicated on the plans or a minimum of #4 deformed steel bars 12 inches on center both ways if not specified on plans. ill. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets and either 6-inch x 6-inch - 6 gauge welded wire fabric or #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 indicated on plan sheets or as required by the City of Lubbock Building Official. B. Steel i. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. 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 (60KSI), open-hearth, basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A615 and ASTM A305. a. Steel reinforcing materials stored at any location shall be protected from accumulations of grease, mud or other foreign matter, and rust producing materials. b. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. iv. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets. v. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. C. Fiber a. Fiber reinforcement may not be used in place of steel reinforcement. 3 € I 88 Section 8 Design Standards and Specifications I " Streets and Drainage Specifications 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: 8.7.11 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. The 40 foot intervals may be omitted for machine placed curb and gutter. ii. 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. iii. 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. I. Ailey returns shall be poured monolithically with curb radii and fillets with joints as Indicated in Standard Detail 36-7. ii. Tooled contraction joints, cut 3/4 inch wide 1-5/8 inch deep, shall be placed at 13 foot intervals. iii. Alley paving contraction joints shall be sealed with an elastomeric sealer. 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. The joints shall be sealed with an elastomeric sealer 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. E. Joint Sealing Materials I. Bituminous premoided expansion joint material shall conform to ASTM D1751 and shall be placed as indicated on plan sheets or elsewhere 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. Section 8 89 Design Standards and Specifications Streets and Drainage Specifications 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. 8.7.12 Curing Compounds A. All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing compound and the application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials". B. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 8.7.13 Forms A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the concrete section formed. B. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least 12 hours after placing of the concrete. C. Forms shall be treated with a light oil or release agent before each use, and forms which are to be re -used shall be cleaned immediately after each use and maintained in good condition. D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. E. Forms used for curb radii shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow line can be obtained by other methods approved by the Engineer. F. In no case will concrete placement be started without the approval of the Engineer. G. No forms shall be placed until the subgrade is within one inch of its finished grade. 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. 90 Section 8 Design Standards and Specifications Streets and Drainage Specifications 8.7.14 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, while placing concrete, 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. iii. This protection shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. iv. 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. The surface of concrete street paving shall incorporate a tined finish. iii. All other concrete surfaces shall be completed with a light broom finish. iv. When forms are used for concrete paving the forms must stay in place for a minimum of 12 hours. v. No equipment shall be placed on concrete until it has reached 75% of the specified 28 day compressive strength. E. 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. F. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to determine locations of ponding. t_- L Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. G. 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. L 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. Section 8 91 f Design Standards and Specifications Streets and Drainage Specifications --- H. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's own expense. 8.7.15 Tolerance in Elevation and Grade A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed and replaced at the correct elevations as indicated on the plans. 8.8 Subgrade and Base 92 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: 011151751111 WIMOIOICFAIITSI- i 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 l J uniform subgrade material which meets all of these specified subgrade requirements. D. Subgrade Construction f I. All testing of subgrade will be completed prior to any placement of curb and gutter. Subgrade will be processed the entire width of the roadway including under the curb and gutter section. ii. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to 95 percent, plus or minus 2 percent of Modified Proctor Density at optimum moisture content, plus or r l minus 2 percent. IIJ! III. Subgrade shall be constructed in maximum of 6 inch lifts, and each 6 inch lift tested for moisture and density. I I iv. Subgrade thickness shall be a minimum of 12 inches for all streets, II 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 r l ton pneumatic roller, to test the uniformity of compaction. l J 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. Section 8 �_ J Design Standards and Specifications Streets and Drainage Specifications vii. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall be in compliance with these specifications for materials and construction. a. Cut and fill operations shall comply with Chapter 38 of the City of Lubbock Code of Ordinances. viii. Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface, and so that the compacted subgrade thickness will not be less than specified above. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. E. Rejected Subgrade Material 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. L 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. L 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. Section 8 93 Design Standards and Specifications Streets and Drainage Specifications _ 1 ill. The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce stockpiles in compliance with these specifications. E. Material Tests i. Flexible base material shall conform to the following requirements: a. Sieve Analysis IN - Retained on Retained on i " Sieve ' • on i " Sieve Retained on • . 4 Sieve Retained on • . 40 Sieve b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: F. Flexible Base Construction i. Areas behind curbs shall be backfilied 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. ill. Flexible base thickness shall be a minimum of 6 inches. iv. Processing shall be accomplished in lifts of 6 inches compacted thickness. v. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction to a minimum of 95 percent of Modified Proctor Density with a moisture content of 2 percent above to 2 percent below optimum a. Densities will be taken by City of Lubbock inspection staff b. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. c. Processing for compaction of caliche base with a sheep's foot type roller will not be permitted. vi. The base shall be allowed to cure a minimum of 3 days, or until determined by the Engineer to be adequately cured, before placing prime or surface course. a. During the cure time the base shall be maintained by blading or other methods until the wearing surface is placed. b. Windrow caliche shall not be removed until the base has passed finish inspection. c. Base which becomes wet, or otherwise altered, may be subject to retesting and reprocessing as determined by the Engineer. 94 Section 8 Section 8 Design Standards and Specifications Streets and Drainage Specifications vii. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment a. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. b. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. viii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than 6 inches, or thickness otherwise specified by the engineer. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. ix. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. x. The compaction method for flexible base 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. a. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the contractor. G. Rejected Flexible Base Material 1. 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. i. Locations of Cores, when required, will be determined by City of Lubbock personnel and marked ii. The ASB will be cored by the City inspection staff to determine composition, compaction, thickness, and density. 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. 95 I Design Standards and Specifications Streets and Drainage Specifications 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. ii. The aggregate mixture shall conform to the following master gradation: Passing Passing3/4" •� Passing 3/8"_Sieve•� i� Passing No. •� Passing- • . 8 Sieve Passing No. Sieve Passing • . 50 Sieve .. • • 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: 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 L pugmill 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. L 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 I 1 Engineer. l J 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. 96 Section 8 Design Standards and Specifications Streets and Drainage Specifications 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 i. ASB shall be compacted thoroughly and uniformly with approved rollers to a density between 93% and 98% (with a minimum of 80% of the tests to show densities between 94% and 96.5%) 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, and shall be removed and replaced 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 (HMAQ 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. 8.9.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving requirements of the platting process. Strip paving may be used only in special circumstances and must be approved by the City Council. If strip paving is used, the developer is still responsible for providing for the required permanent curb and gutter and paving. A. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 - Dense -Graded -Hot -Mix Asphalt (Method). ` Section 8 97 Design Standards and Specifications Streets and Drainage Specifications . 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. ill. 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: 98 Section 8 Design Standards and Specifications Streets and Drainage Specifications a. Type "C" Coarse Graded Surface Course — Curb and gutter street widths greater than 36 feet: Passina Passing 3/8" Sieve Passing No. Passing • . 8 Sieve Passing_No. Passing No. Passing No. 200_Sieve (1) Design Produced Minimum VMA 14% (2) Plant Produced Minimum VMA 13% b. Type "W 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 Passig : Sieve Passing No. Passing No. Passing No. Passing No. 17MIT-URNMINFROM (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. Section 8 99 Design Standards and Specifications i Streets and Drainage Specifications v. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance with Tex-217-F. vi. Coarse aggregate shall have a maximum loss of 18% 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. 8.9.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (IMF) for the mix design proposed to be run on that project. The IMF will be held to tolerances as outlined. 100 Section 8 Design Standards and Specifications Streets and Drainage Specifications B. Prime and Tack Coats i. Prior to placing HMAC on flexible base, the surface shall be primed and cured 48 hours or until determined by the Engineer to be adequately cured, using an application of 0.20 gallons of asphalt per square yard of surface. a. The contractor shall strap the asphalt distributor in the presence of the inspector to verify the application rate. ii. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned, primed, and tacked to the satisfaction of the Engineer. a. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. (1) Prime coat will not be used as a tack coat. b. The tack coat shall be applied as directed by the Engineer with an approved sprayer. (1) Mopping or brooming of tack coat is not approved. 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 Placement 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. ill. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all equipment off the right of way 30 minutes prior to sunset. iv. Air temperature requirements for placing HMAC shall be as follows: a. November i to April i (1) HMAC shall not be placed when the air temperature is below 55 degrees F and falling. (2) HMAC may be placed when the air temperature is above 50 degrees F and rising. b. April i to November i (1) HMAC shall not be placed when the air temperature is below 50 degrees F and falling. 4 ' (2) HMAC may be placed when the air temperature is above 45 degrees and rising. _< v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as determined in the field. vi. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock. vii. HMAC shall be placed at a temperature between 265 and 325 degrees F. a. Any HMAC material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. viii. When high winds occur, contractor must provide a water truck in order to minimize blowing dust. a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease production immediately. Section 8 101 t _ Design Standards and Specifications r% Streets and Drainage Specifications 1 ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. a. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross - sections and grades shown on the associated plans. b. Wings of the laydown machine may not be dumped unless they are dumped after everyload. x. A level up course 1/2 Inch to 1 inch in thickness shall require the use of Type D HMAC. A. A level up course greater than 1 inch shall require the use of ASB. Al. 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. 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 I. HMAC surfaces shall be constructed to the following compacted thickness: M %a b �Mflyy1l OR k /R / 1 ii. Using appropriate rollers approved by the Engineer, the HMAC surface shall be compacted thoroughly and uniformly to a density between 93% and 98% (with a minimum of 80% of the tests to show densities between 94% and 96.5%) 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, and shall be removed and replaced at the contractor's expense. iv. HMAC shall meet all compaction requirements at the time of inspection. Re -rolling Is not an approved method for achieving compaction requirements. L' v. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure correct compaction. 102 Section 8 Design Standards and Specifications _f Streets and Drainage Specifications vi. All roller marks shall be removed and compaction completed prior to the HMAC mixture cooling below 185 degrees F. 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. xi. 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 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. 8.9.09 Rejected HMAC Material I__ ,'; Section 8 103 Design Standards and Specifications Streets and Drainage Specifications 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 8 inch reinforced concrete. iii. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any proposed island. B. The submitted request shall include the proposed pavement design, surface treatment of the island, types of plant materials, and methods and details of irrigation systems. 8.10 Micro -Surfacing 8.10.01 Micro -surfacing materials and construction shall conform to TxDOT Specification Item # 350. There shall be no deviation from these specifications unless so directed by the Street Superintendent. 8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro - surfacing pavement and to ensure that the finished surface has a uniform texture and the micro -surfacing mat is fully adhered to the existing roadway surface. 8.10.03 Materials of Construction A. All materials that are to be stockpiled shall be protected from dust and other contamination. B. Mineral filler shall be stored in a manner that will keep it dry and free from contamination. C. All asphalt materials shall be kept free from contamination. D. Cationic Polymer -Modified Asphalt Emulsion i. Provide CSS-1P in accordance with TOOT 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. 11 104 Section 8 11 { Design Standards and Specifications I I Streets and Drainage Specifications iv. Aggregate shall meet the following gradation requirements: 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 t vi. Minimum Sand Equivalent shall be 70% based upon TOOT Test Method Tex-203-F. F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. 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. ill. 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 TOOT 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. Section 8 105 I Design Standards and Specifications Streets and Drainage Specifications 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. ill. 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. 106 Section 8 Section 8 Design Standards and Specifications Streets and Drainage Specifications xiii. The Contractor shall be responsible for uncovering each manhole, water valve, and other structure after the micro -surfacing pavement has been applied to the roadway surface. D. Rutting on Major Thoroughfares and Collector Streets i. Shallow ruts that are less than 1/2 inch in depth may be covered by a full width scratch box utilizing a steel primary strike -off plate. ii. Ruts that are between 1/2 inch and 1 inch in depth shall be filled independently with a fixed width spreader box no more than 6 feet wide. The rut filling box shall have a steel primary strike -off plate that is the same width as the spreader box. 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 i. All "Scratch Course" applications shall be performed utilizing a steel primary strike -off plate. ii. This will allow the bottom, or "scratch course", to mitigate any irregularities and have a more uniform profile for the micro -surfacing pavement to be applied to. G. Finished Surface i. Micro -surfacing pavement finished grade shall be uniform in texture and free from excessive scratch marks, tears, and other surface irregularities. a. All such irregularities shall be repaired by the Contractor at their own expense. ii. Longitudinal joints shall be place on lane lines unless otherwise directed by the Engineer. 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 8.15 of these Specifications, unless otherwise directed by the Engineer. B. Hours of operation shall be: i. Major Thoroughfare: 7:00pm to 7:00am (Night) ii. Residential Areas: 7:00am to 7:00pm (Day) C. On major thoroughfares the micro -surfacing pavement shall be traffic ready by 7,00am, including all traffic control devices and barricades being removed from the roadway. 107 Design Standards and Specifications Streets and Drainage Specifications 8.11 Storm Sewer 8.11.01 Storm sewer shall include installation of pipe, manholes, inlet structures, outlet structures, and all appurtenances associated with these items. 8.11.02 Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the Engineer. 8.11.03 Grade and horizontal alignment shall be maintained using a laser or batter boards. 8.11.04 Materials of Construction A. Storm Sewer Pipe i. As a standard, storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. ii. Pipe shall conform to the requirements of AASHTO M170 or ASTM C76. Pipe shall be Class III unless otherwise noted on plan sheets. iii. Other pipe materials may be considered for approval by the Engineer based on engineering and design criteria. B. Mortar i. Mortar shall be used for grouting and filling between pipe and drainage structures. 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: ASTM C33 Aggregates ASTM C150 Cement ASTM C39 Sampling Specimens ASTM C185 Reinforcing ASTM C144 Sand and Mortar 108 Section 8 r �P Design Standards and Specifications Streets and Drainage Specifications t_J Section 8 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. b. Aggregate shall be crushed limestone and shall conform to ASTM C33 specifications. 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. A. Connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. b. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight seal is achieved. xii. Adjusting rings may be used for adjusting the top elevation of manholes. a. Each manhole shall have a minimum of 6 inches of grade adjustment. b. Total height of the adjusting rings shall not exceed 12 inches at any manhole. c. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. xiii. Frames and Covers a. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A48, having a clear opening of not less than 22 inches. 109 Design Standards and Specifications Streets and Drainage Specifications b. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. c. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. d. Frame and cover shall have a weight of not less than 275 pounds. e. The manhole ring and cover shall be Western Iron Works #40 or approved equal. 8.11.05 Methods of Construction A. All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. B. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. C. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backfill, as specified. D. Excavation and Trenching i. The Contractor shall do all excavation to the depth shown on the plans. il. 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. 110 Section 8 I Design Standards and Specifications Streets and Drainage Specifications x. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: N= 0 0-1-49A 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 cioser 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 ill Design Standards and Specifications Streets and Drainage Specifications s 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. A. Mortar that is not used within 45 minutes after water has been added shall be 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. Feld poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. Ax. 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 I IA 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. t 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 L the pipe and manhole. d. Backfill shall be compacted to 95% (min.) Standard Proctor Density. iv. Unless otherwise directed by the Engineer or plans, excavation within street right of. way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 1-1/2 inches below the asphalt surface. �j E, 112 Section 8 ' 1� �j rz; Design Standards and Specifications Streets and Drainage Specifications 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. x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: a. Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. b. Aluminum —Type 6061-T6, thickness as required. c. Wood in Contact with Earth — Pressure treated woods. d. Wood not in Contact with Earth — Soft or hardwood as required. 8.12 Fences 8.12.01 Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials, height, and construction in the proper location. 8.12.02 The contractor shall remove existing fences and either store for reuse or legally dispose of the fence materials, as directed by the Engineer. Section 8 113 Design Standards and Specifications Streets and Drainage Specifications t_ 8.12.03 New fence construction shall be in accordance with specifications and details included on plan sheets. 8.13 Salvage of Asphalt Paving 8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. 8.13.02 Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 8.14 Traffic Control 8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. A. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD). 8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. 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 properly, and shall require approval by the Engineer. B. No driveways shall be closed along the project corridor without either a comprehensive access management plan approved by the Engineer, or approval for individual closures from the Engineer. C. The contractor shall notify affected property owners a minimum of two (2) days in advance of any driveway restriction or closure. 8.14.04 All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. A. All hazards shall be clearly marked and adequately protected. 8.14.05 If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as indicated in Texas MUTCD. 8.14.06 If traffic control is not specifically stated in the bid proposal, no separate payment will be made for traffic control. A. The required plan and devices shall be considered to be subsidiary to pay items. 114 Section 8 Design Standards and Specifications Streets and Drainage Specifications 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. L 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 his control as determined by the Engineer. 1. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. D. The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. i. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of the protest. Section 8 115 Design Standards and Specifications Streets and Drainage Specifications 3' 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. 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. 116 Section 8 j Design Standards and Specifications Streets and Drainage Specifications 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. i 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. B. Payment will be made at the unit price bid per linear foot of curb and gutter removed. C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. Section 8 117 Design Standards and Specifications Streets and Drainage Specifications... D. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. F111 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. 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. 118 Section 8 Design Standards and Specifications Streets and Drainage Specifications 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 8.17.01 After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. 8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and turf or landscaping disturbed outside the defined construction area. 8.18 Certificate of Completion and Warranty 8.18.01 Within 31 calendar days after the Contractor has given the Engineer written notice that the paving or drainage improvements have been completed, or substantially completed, for new subdivision construction or on a City contract the Engineer shall inspect the -- improvements. A. If it is determined that the improvements have been constructed in accordance with the plans and specifications, the Engineer shall issue to the Contractor a Certificate of Completion of Streets and Drainage Improvements, which will establish the beginning date for the warranty period. B. Neither the final payment nor Certificate of Completion shall relieve the Contractor of responsibility for faulty materials or workmanship. C. The Contractor shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the date of completion. D. Prior to issuance of the Certificate of Completion by the Engineer, the Contractor shall furnish to the City of Lubbock a 2 year maintenance bond in the amount of 10 percent of the total construction cost of the paving and drainage improvements. a _, Section 8 119 Design Standards and Specifications Streets and Drainage Check List i SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.1 Plan Submittal Requirements 9.1.01 All street and drainage improvements construction plans shall be checked for conformance with City of Lubbock Standard Specifications for Street and Drainage Construction prior to submittal to the Public Works Engineering Department. 9.1.02 Plan Review A. The Design Engineer shall submit two sets of construction plans to the City Engineer for review and comment. B. Upon completion of review, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 2 full size and 6 half size sets of plans shall be provided for final approval for construction. L If 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. 1. Delays between approval date and construction may require resubmittal of the plans for approval under revised standards and other system requirements. 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. 1. The preliminary Estimate shall be based upon reasonable estimates for the work as established by the Design Engineer. B. Two (2) sets of final Cost Estimates shall be submitted for review and reference at the time that a contract is awarded for the work. i. The final Cost Estimate shall be based upon actual contract values. C. Plan Review Fees in the amount of 0.5% of the final Estimate amount (minimum $50) shall be submitted prior to construction. D. Inspection and Testing Fees in the appropriate amount of the final Cost Estimate amount (minimum $125) shall be submitted prior to construction. E. Inspection and Testing Fees shall be based on the following requirements: 120 Section 9 j Design Standards and Specifications Streets and Drainage Check List 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, L 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. 9.1.06 Acceptance A. Upon completion of construction, satisfactory tests, completion of punch list items, and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer for a Certificate of Acceptance of Streets and Drainage Improvements. 9.2 Plan Details 9.2.01 Plan Format A. All drawings shall be no larger than 24-inch by 36-inch in size. 9.2.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale Section 9 121 Design Standards and Specifications ' Streets and Drainage Check List 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. Drawings Number (s) viii. Statement: "All work shall be performed in accordance with the City of Lubbock Design Standards and Specifications." B. Plan i. Bench Marks and USGS Datum ii. North Arrow ill. ROW Lines, Property Lines and Lot Numbers iv. Street Names and Easements with Width Dimensions v. Existing Curbs and Paving (Gray — Dashed) vi. Proposed Curbs and Paving (Bold — Solid) vii. Spot Elevations on Radii, Dips, Grade Breaks, and Ditches 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 - Dashed) ii. Existing Gutters or Flow Lines (Gray — Dashed) iii. Proposed Gutters or Flow Lines (Bold - Solid) iv. Stationing with Profiles Indexed to Plan View v. Intermediate Station Numbers and Elevations at Points of Grade Change and Radii vi. Ditch Grades vii. Existing and Proposed Utilities Where Crossed D. Detail Sheet - As Required E. Overall Layout Sheet (If Required) i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names 122 Section 9 Furnish and Install THERMOPLASTIC MARKING MATERIALS CITY OF LUBBOCK Material and Installation Specifications The City of Lubbock will receive bids for Type I, Thermoplastic Pavement Marking Materials and Installation as described by the State of Texas in 2004 "Standard Specifications for Construction of Highways, Streets and Bridges," p9 Item 666: Reflectorized Pavement Markings, Item: 677 Eliminating Existing Pavement Markings, Item 678: Pavement Surface Preparation for Markings, Item 672: Raised Pavement Markers (RPM). Materials used must comply with Texas Department of Transportation, Departmental Materials Specification Sheets (DMS) — 8220 Thermo, DMS — 4200 RPM, DMS — 8240 Pre -Form, DMS — 8290 Beads. The material requirements for lane lines, cross walks, stop lines and gore lines as required by the City of Lubbock (COL) and called for by the COL Traffic Engineering Department are as follows. Four inch (4") and eight inch (8") lane lines, both white and yellow, Type I markings, shall be a minimum of 0.10 inch (100 mil) thick. This includes any markings next to medians, lane lines, center lines, no passing barrier lines. Crosswalks, twenty-four inch (24") Continental or twelve inch (12") Transverse, twenty-four inch (24") stop lines or gore line, Type I markings, shall be a minimum of 0.125 inches (125 mil) thick. Right or Left turn arrows, RR crossing and handicap markings may be pre -form or hot -apply thermoplastic; and design must be in accordance with TMUTCD "Standard Highway Sign Designs for Texas, Section 8 Pavement Markings." All streets shall be tabbed prior to seal -coat. Pre -marking is required to adjust for bike lane changes, or to match existing adjacent markings. The City Traffic Engineer, or his representative, shall be notified prior to pre -marking and marking to confirm accurate application. The standard COL layout consisting of two solid yellow lines, two dashed yellow lines and two to four dashed white lines can be expected. The proportion of yellow to white will depend on the layout being marked. Raised pavement markers on concrete shall be installed with epoxy adhesive. Material is to be applied throughout a 4-month period starting from the date of selection by the City. The contractor will have a minimum of 5 days and a maximum of 15 days after sealcoat on a section of roadway to start Pavement Marking installation. The contractor shall complete Pavement Marking installation within fourteen (14) acceptable working days of that section of roadway. Any extension on time must be approved by the Engineer, or his representative. Type I pavement markings shall meet all requirements of Item 666 of the 2004 f ' State of Texas "Standard Specifications for Construction of Highways, Streets . and Bridges", for a minimum of 30 calendar days after installation. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced by the Contractor at the Contractor's expense. The Contractor 1 Furnish and Install THERMOPLASTIC MARKING MATERIALS shall replace all pavement markings failing the requirements of this specification within 30 calendar days following notification by the City of Lubbock Traffic Engineering Department Head of such failing. All replacement markings shall also meet all requirements of this specification for a minimum of 30 calendar days after installation. The work performed and materials furnished in accordance with all requirements of this specification will be paid for at the unit price bid for "Thermoplastic Marking Materials" of the various types, colors, shapes, sizes, widths, and thickness (Type I markings) pavement markings specified. This price shall be full compensation for furnishing all materials; for application of pavement markings; and for all other labor, tools, equipment and incidentals necessary to complete the work on CONCRETE or ASPHALT roadways as required. City of Lubbock Traffic Engineering Department Approved by Sharmon Owens Interim City Traffic Engineering Department Head 2 t_ ITEM 420 CONCRETESTRUCTURES 420.1. Description. Construct concrete structures. 420.2. Materials. A. Concrete. Provide concrete conforming to Item 421, "Hydraulic Cement Concrete." For each type of structure or unit, provide the class of concrete shown on the plans or in pertinent governing specifications. B. Grout or Mortar. Provide grout or mortar conforming to Section 421.2.F, "Mortar and Grout." C. Latex. Provide an acrylic -polymer latex admixture (acrylic resin emulsion per DMS-4640, "Chemical Admixtures for Concrete") suitable for producing polymer -modified concrete or mortar. Do not allow latex to freeze. D. Reinforcing Steel. Provide reinforcing steel conforming to Item 440, "Reinforcing Steel." E. Expansion Joint Material. Provide materials that conform to the requirements of DMS-6310, "Joint Sealants and Fillers": • Provide preformed fiber expansion joint material that conforms to the dimensions shown on the plans. Provide preformed bituminous fiber material unless otherwise specified. • Provide a Class 4, 5, or 7 low -modulus silicone sealant unless otherwise directed. • Provide asphalt board that conforms to dimensions shown on the plans. • Provide re -bonded neoprene filler that conforms to the dimensions shown on the plans. F. Waterstop. Provide rubber or polyvinyl chloride (PVC) waterstops that conform to DMS-6160, "Waterstops, Nylon Reinforced Neoprene Sheet, and Elastomeric Pads," unless otherwise shown on the plans. G. Evaporation Retardants. Provide evaporation retardants that conform to the requirements of DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." H. Curing Materials. Provide membrane curing compounds that conform to the requirements of DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide cotton mats that consist of a filling material of cotton "bat' or "bats" (at least 12 oz. per square yard) completely covered with unsized cloth (at least 6 oz. per square yard) stitched longitudinally with continuous parallel rows of stitching spaced at less than 4 in., or tuft both longitudinally and transversely at intervals less than 3 in. Provide cotton mats that are free from tears and in good general condition. Provide a flap at least 6 in. wide consisting of 2 thicknesses of the covering and extending along 1 side of the mat. Provide polyethylene sheeting that is at least 4 mils thick and free from visible defects. Provide only clear or opaque white sheeting when the ambient temperature during curing exceeds 60T or when applicable to control temperature during mass pours. Provide burlap -polyethylene mats made from burlap impregnated on 1 side with a film of opaque white pigmented polyethylene, free from visible defects. Provide laminated mats that have at least 1 layer of an impervious material such as polyethylene, vinyl plastic, or other acceptable material (either as a solid sheet or impregnated into another fabric) and are free of visible defects. Epoxy. Unless otherwise specified, provide epoxy materials that conform to DMS-6100, "Epoxy and Adhesives." 4203. Equipment. A. Fogging Equipment. Use fogging equipment that can apply water in a fine mist, not a spray. Produce the fog using equipment that pumps water or water and air under high pressure through a suitable atomizing nozzle. Use hand-held mechanical equipment portable enough to use in the direction of any prevailing wind and adaptable for intermittent use to prevent excessive wetting of the concrete. ( f B. Transporting and Placing Equipment. Use appropriate transporting and placing equipment such as buckets, chutes, buggies, belt conveyors, pumps, or other equipment as necessary. Do not transport or convey concrete through equipment made of aluminum. Use carts with pneumatic tires for carting or wheeling concrete over newly placed slabs. Use tremies to control the fall of concrete or for underwater placement. Use tremies that are watertight and of large enough diameter to allow the placement of the concrete but less than 14 in, in diameter. j For underwater placements, construct the tremie so that the bottom can be sealed and opened once the tremie has been fully charged with concrete. Use pumps with lines at least 5 in. I.D. where Grade 2 or smaller coarse aggregate is used, and at least 8 in. I.D. for Grade 1 coarse aggregate. C. Vibrators. Use immersion -type vibrators for consolidation of concrete. Provide at least 1 standby vibrator for emergency use. D. Screeds and Work Bridges for Bridge Slabs. For bridge slabs use a self-propelled transverse screed or a mechanical longitudinal screed. Use transverse screeds that are able to follow the skew of the bridge for skews greater than 15° unless otherwise approved. Equip transverse screeds with a pan float. Manually operated screeding equipment may be used if approved for top slabs of culverts, small placements, or unusual conditions. Use screeds that are rigid and heavy enough to hold true to shape and have sufficient adjustments to provide for the required camber or section. Equip the screeds, except those of the roller drum type, with metal cutting edges. For bridge slabs, use sufficient work bridges for finishing operations. Mount a carpet drag to a work bridge or a moveable support system that can vary the area of carpet in contact with the concrete. Use carpet pieces long enough to cover the entire width of the placement. Splice or overlap the carpet as necessary. Ensure that enough carpet is in contact longitudinally with the concrete being placed to provide the desired surface finish. Use artificial grass -type carpeting having a molded polyethylene pile face with a blade length between 5/8 and 1 in. and with a minimum weight of 70 oz. per square yard. Ensure that the carpet has a strong, durable backing not subject to rot and that the facing is adequately bonded to the backing to withstand the intended use. A burlap drag, attached to the pan float on a transverse screed, may be used instead of the carpet drag. E. Temperature Recording Equipment. For mass concrete operations or as otherwise specified, use strip chart temperature recording devices, recording maturity meters in accordance with Tex-426-A, or other approved devices that are accurate to within f2°F within the range of 32 to 212°F. F. Artificial Heating Equipment. Use artificial heating equipment as necessary for maintaining the concrete temperatures as specified in Section 420.4.G.11, "Placing Concrete in Cold Weather." G. Sawing Equipment. Use sawing equipment capable of cutting grooves in completed bridge slabs and top slabs of direct -traffic culverts. Provide grooves that are 1/8 to 3/16 in. deep and nominally 1/8 in. wide. Groove spacing may range from 5/8 to 1 in. Use sawing equipment capable of cutting grooves in hardened concrete to within 18 in. of the barrier rail or curb. H. Spraying Equipment. Use mechanically powered pressure sprayers, either air or airless, with appropriate atomizing nozzles for the application of membrane curing. Mechanically driven spraying equipment, adaptable to the rail system used by the screeds, may be used for applying membrane curing to bridge slabs. If approved, use hand -pressurized spray equipment equipped with 2 or 3 fan - spray nozzles. Ensure that the spray from each nozzle overlaps the spray from adjacent nozzles by approximately 50%. I. Concrete Testing Equipment. Provide testing equipment for use by the Engineer in accordance with Section 421.3.C, "Testing Equipment." 420.4. Construction. Before starting work, obtain approval for proposed construction methods. Approval of construction methods and equipment does not relieve the Contractor's responsibility for safety or correctness of methods, adequacy of equipment, or completion of work in full accordance with the Contract. Unless otherwise shown on the plans, it is the Contractor's option to perform testing on structural concrete (structural classes of concrete are identified in Table 5 of Section 421.4.A, "Classification and Mix H Design") to determine the in -situ strength to address the schedule restrictions in Section 420.4.A, "Schedule Restrictions." The Engineer may require the Contractor to perform this testing for concrete placed in cold weather. For Contractor -performed testing, make enough test specimens to ensure that strength requirements are met for the operations listed in Section 420A.A. Make at least 1 set of test specimens for each element cast each day. Cure these specimens under the same conditions as the portion of the structure involved for all stages of construction. Ensure safe handling, curing, and storage of all test specimens. Provide testing personnel, and sample and test the hardened concrete in accordance with Section 421.4.G, "Sampling and Testing of Concrete." The maturity method, Tex-426-A, may be used for in -situ strength determination for schedule restrictions if approved. Coring will not be allowed for in -situ strength determination for schedule restrictions. Provide the Engineer the opportunity to witness all testing operations. Report all test results to the Engineer. If the Contractor does not wish to perform schedule restriction testing, the Engineer's 7-day lab -cured tests, performed in accordance with Section 421.4.G.5, "Adequacy and Acceptance of Concrete," will be used for schedule restriction determinations. The Engineer may require additional time for strength gain to account for field curing conditions such as cold weather. A. Schedule Restrictions. Unless otherwise shown on the plans, construct and open completed structures to traffic with the following limitations: Setting Forms. Attain at least 2,500 psi compressive strength before erecting forms on concrete footings supported by piling or drilled shafts, or on individual drilled shafts. Erect forms on spread footings and culvert footings after the footing concrete has aged at least 2 curing days as defined in Section 420.4.J, "Curing Concrete." Place concrete only after the forms and reinforcing steel have been inspected by the Engineer. Support tie beam or cap forms by falsework on previously placed tie beams only if the tie beam concrete has attained a compressive strength of 2,500 psi and the member is properly supported to eliminate stresses not provided for in the design. Maintain curing as required until completion of the curing period. Place superstructure forms or falsework on the substructure only if the substructure concrete has attained a compressive strength of 3,000 psi. 2. Removal of Forms and Falsework. Keep in place weight -supporting forms and falsework for bridge components and culvert slabs until the concrete has attained a compressive strength of 2,500 psi in accordance with Section 420.4.K, "Removal of Forms and Falsework." Keep all forms for mass placements defined in Section 420A.G.14, "Mass Placements," in place for 4 days following concrete placement. 3. Placement of Superstructure Members. Do not place superstructure members before the substructure concrete has attained a compressive strength of 3,000 psi. 4. Longitudinal Screeding of Bridge Slabs. Place a longitudinal screed directly on previously placed concrete slabs to check and grade an adjacent slab only after the previously placed slab has aged at least 24 hr. Place and screed the concrete after the previously placed slabs have aged at least 48 hr. Maintain curing of the previously placed slabs during placement. 5. Staged Placement of Bridge Slabs on Continuous Steel Units. When staged placement of a slab is required, ensure that the previously placed concrete attains a compressive strength of 3,000 psi before placing the next stage placement. Multiple stages may be placed in a single day if approved. 6. Storage of Materials on the Structure. Obtain approval to store materials on completed portions of a structure once a compressive strength of 3,000 psi has been attained. Maintain proper curing if materials will be stored on structures before completion of curing. 7. Placement of Equipment and Machinery. Do not place erection equipment or machinery on the structure until the concrete has attained the design strength specified in Section 421.4.A, "Classification and Mix Design," unless otherwise approved. 8. Carting of Concrete. Once the concrete has attained a compressive strength of 3,000 psi, it may be carted, wheeled, or pumped over completed slabs. Maintain curing during these operations. IJ 9. Placing Bridge Rails. Reinforcing steel and concrete for bridge rails may be placed on bridge slabs once the slab concrete has attained a compressive strength of 3,000 psi. If slipforming methods are used for railing concrete, ensure the slab concrete has attained its design strength specified in Section 421.4.A, "Classification and Mix Design," before placing railing concrete. 10. Opening to Construction Traffic. Bridges and direct -traffic culverts may be opened to all construction traffic when the design strength specified in Section 421.4.A, "Classification and Mix Design," has been attained if curing is maintained. 11. Opening to Full Traffic. Bridges and direct -traffic culverts may be opened to the traveling public when the design strength specified in Section 421.4.A, "Classification and Mix Design," has been attained for all structural elements including railing subject to impact from traffic, when curing has been completed for all slabs, and when the concrete surface treatment has been applied in accordance with Item 428, "Concrete Surface Treatment." Obtain approval before opening bridges and direct -traffic culverts to the traveling public. Other noncritical structural and nonstructural { concrete may be opened for service upon the completion of curing unless otherwise specified or directed. 12. Post -Tensioned Construction. For structural elements designed to be post -tensioned ensure that strength requirements on the plans are met for stressing and staged loading of structural elements. 13. Backfilling. Backfill in accordance with Section 400.3.C, "Backfill." r...., B. Plans for Falsework and Forms. Submit 2 copies of plans for falsework and forms for piers, superstructure spans over 20 ft. long, bracing systems for girders when the overhang exceeds 3 ft. 6 in., and bridge widening details. Submit similar plans for other units of the structure as directed. Show all essential details of proposed forms, falsework, and bracing. Have a licensed professional engineer design, seal, and sign these plans. Department approval is not required, but the Department reserves the right to request modifications to the plans. The Contractor is responsible for the adequacy of these plans. C. Falsework. Design and construct falsework to carry the maximum anticipated loads safely, including wind loads, and to provide the necessary rigidity. Submit details in accordance with Section 420.4.B, "Plans for Falsework and Forms." Design job -fabricated falsework assuming a weight of 150 pcf for concrete, and include a liveload allowance of 50 psf of horizontal surface of the form. Do not exceed 125% of the allowable stresses used by the Department for the design of structures. For commercially produced structural units used in falsework, do not exceed the manufacturer's maximum allowable working loads for moment and shear or end reaction. Include a liveload allowance of 35 psf of horizontal form surface in determining the maximum allowable working load for commercially produced structural units. Provide timber that is sound, in good condition, and free from defects that would impair its strength. Provide timber that meets or exceeds the species, size, and grade requirements in the submitted falsework plans. Provide wedges made of hardwood or metal in pairs to adjust falsework to desired elevations to ensure even bearing. Do not use wedges to compensate for incorrectly cut bearing surfaces. Use sills or grillages that are large enough to support the superimposed load without settlement. Take precautions to prevent settling of the supporting material unless the sills or grillages are founded on solid rock, shale, or other hard materials. Place falsework that cannot be founded on a satisfactory spread footing on piling or drilled shafts with enough bearing capacity to support the superimposed load without settlement. Drive falsework piling to the required resistance determined by the applicable formula in Item 404, "Driving Piling." Design drilled shafts for falsework to carry the superimposed load using both skin friction and point bearing. Weld in conformance with Item 448, "Structural Field Welding." Securely brace each falsework bent to provide the stiffness required, and securely fasten the bracing to each pile or column it crosses. Remove falsework when it is no longer required or as indicated on the submitted falsework plan. Pull or cut off foundations for falsework at least 2 ft. below finished ground level. Completely remove falsework, piling, or drilled shafts in a stream, lake, or bay to the approved limits to prevent obstruction to the waterway. D. Forms. Submit formwork plans in accordance with Section 420.4.13, "Plans for Falsework and Forms." 1. General. Except where otherwise specified or permitted, provide forms of either timber or metal. Design forms for the pressure exerted by a liquid weighing 150 pcf. Take the rate of concrete placement into consideration in determining the depth of the equivalent liquid. Include a liveload allowance of 50 psf of horizontal surface for job -fabricated forms. Do not exceed 125% of the allowable stresses used by the Department for the design of structures. For commercially produced structural units used for forms, do not exceed the manufacturer's maximum allowable working loads for moment and shear or end reaction. Include a liveload allowance of 35 psf of horizontal form surface in determining the maximum allowable working load for commercially produced structural units. Provide steel forms for round columns unless otherwise approved. Refer to Item 427, "Surface Finishes for Concrete," for additional requirements for off -the -form finishes. Provide commercial form liners for imprinting a pattern or texture on the concrete surface as shown on the plans and specified in Section 427.4.B.2.d, "Form Liner Finish." Provide forming systems that are practically mortar -tight, rigidly braced, and strong enough to prevent bulging between supports, and maintain them to the proper line and grade during concrete placement. Maintain forms in a manner that prevents warping and shrinkage. Do not allow offsets at form joints to exceed 1116 in. For forms to be left in place, use only material that is inert, nonbiodegradable, and nonabsorptive. Attachment of forms or screed supports for bridge slabs to steel I -beams or girders may be by welding subject to the following requirements: • Do not weld to tension flanges or to areas indicated on the plans. • Weld in accordance with Item 448, "Structural Field Welding." Take into account: • deflections due to cast -in -place slab concrete and railing shown in the dead load deflection diagram in the setting of slab forms, • differential beam or girder deflections due to skew angles and the use of certain stay -in -place slab forming systems, and • deflection of the forming system due to the wet concrete. For bridge approach slabs, securely stake forms to line and grade and maintain in position. Rigidly attach inside forms for curbs to the outside forms. Construct all forms to permit their removal without marring or damaging the concrete. Clean all forms and footing areas of any extraneous matter before placing concrete. Provide openings in forms if needed for the removal of laitance or foreign matter Treat the facing of all forms with bond -breaking coating of composition that will not discolor or injuriously affect the concrete surface. Take care to prevent coating of the reinforcing steel. Complete all preparatory work before requesting permission to place concrete. If the forms show signs of bulging or sagging at any stage of the placement, cease placement and remove the portion of the concrete causing this condition immediately if necessary. Reset the forms and securely brace them against further movement before continuing the placement. 2. Timber Forms. Provide properly seasoned good -quality lumber that is free from imperfections that would affect its strength or impair the finished surface of the concrete. Provide timber or lumber that meets or exceeds the requirements for species and grade in the submitted formwork plans. Maintain forms or form lumber that will be reused so that it stays clean and in good condition. Do not use any lumber that is split, warped, bulged, or marred or that has defects that will produce inferior work, and promptly remove such lumber from the work. Provide form lining for all formed surfaces except: • the inside of culvert barrels, inlets, manholes, and box girders; • the bottom of bridge slabs between beams or girders; • surfaces that are subsequently covered by backfill material or are completely enclosed; and • any surface formed by a single finished board or by plywood. Provide form lining of an approved type such as masonite or plywood. Do not provide thin membrane sheeting such as polyethylene sheets for form lining. Use plywood at least 3/4 in. thick. Place the grain of the face plies on plywood forms parallel to the span between the supporting studs or joists unless otherwise indicated on the submitted form drawings. Use plywood for forming surfaces that remain exposed that meets the requirements for B-B Plyform Class I or Class II Exterior of the U.S. Department of Commerce Voluntary Product Standard PS 1. Space studs and joists so that the facing form material remains in true alignment under the imposed loads. Space wales closely enough to hold forms securely to the designated lines, scabbed at least 4 ft. on each side of joints to provide continuity. Place a row of wales near the bottom of each placement. Place facing material with parallel and square joints, securely fastened to supporting studs. For surfaces exposed to view and receiving only an ordinary surface finish as defined in Section 420.4.M, "Ordinary Surface Finish," place forms with the form panels symmetrical (long dimensions set in the same direction). Make horizontal joints continuous. Make molding for chamfer strips or other uses of materials of a grade that will not split when nailed and that can be maintained to a true line without warping. Dress wood molding on all faces. Unless otherwise shown on the plans, fill forms at all sharp comers and edges with triangular chamfer strips measuring 3/4 in. on the sides. To hold forms in place, use metal form ties of an approved type or a satisfactory substitute of a type that permits ease of removal of the metal. Cut back wire ties at least 1/2 in. from the face of the concrete. Use devices to hold metal ties in place that are able to develop the strength of the tie and adjust to allow for proper alignment. Entirely remove metal and wooden spreaders that separate the forms as the concrete is being placed. Provide adequate clean -out openings for narrow walls and other locations where access to the bottom of the forms is not readily attainable. 3. Metal Forms. Requirements for timber forms regarding design, mortar -tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse, and wetting also apply to metal forms except that metal forms do not require lining unless specifically noted on the plans. Use form metal thick enough to maintain the true shape without warping or bulging. Countersink all bolt and rivet heads on the facing sides. Design clamps, pins, or other connecting devices to hold the forms rigidly together and to allow removal without damage to the concrete. Use metal forms that present a smooth surface and that line up properly. Keep metal free from rust, grease, and other foreign materials. 4. Form Supports for Overhang Slabs. Form supports that transmit a horizontal force to a steel girder or beam or to a prestressed concrete beam are permitted provided a satisfactory structural analysis has been made of the effect on the girder or beam as indicated in the submitted formwork plans. When overhang brackets are used on prestressed concrete beam spans with slab overhangs not exceeding 3 ft 6 in., use beam bracing as indicated in the plans. For spans with overhangs exceeding this amount, use additional support for the outside beams regardless of the type of beam used. Submit details of the proposed bracing system in accordance with Section 420.4.13, "Plans for Falsework and Forms." Punch or drill holes full size in the webs of steel members for support of overhang brackets, or torch -cut them to 1/4 in. under size and ream them full size. Do not burn the holes full size. Leave the holes open unless otherwise shown on the plans. Never fill the holes by welding. E. Drains. Install and construct weep holes and roadway drains as shown on the plans. F. Placing Reinforcement. Place reinforcement as provided in Item 440, "Reinforcing Steel." Do not weld reinforcing steel supports to I -beams or girders or to reinforcing steel except where shown on the plans. Place post -tensioning ducts in accordance with the approved prestressing details and in accordance with Item 426, "Prestressing." Keep ducts free of obstructions until all post -tensioning operations are complete. G. Placing Concrete. Give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Follow the sequence of placing concrete shown on the plans or specified. Do not place concrete when impending weather conditions would impair the quality of the finished work. If conditions of wind, humidity, and temperature are such that concrete cannot be placed without the potential for shrinkage cracking, place concrete in early morning or at night or adjust the placement schedule for more favorable weather. Consult the evaporation rate nomograph in the Portland Cement Association's Design and Control of Concrete Mixtures for shrinkage cracking potential. When mixing, placing, and finishing concrete in non -daylight hours, adequately illuminate the entire placement site as approved. If changes in weather conditions require protective measures after work starts, furnish adequate shelter to protect the concrete against damage from rainfall or from freezing temperatures as outlined in this Item. Continue operations during rainfall only if approved. Use protective coverings for the material stockpiles. Cover aggregate stockpiles only to the extent necessary to control the moisture conditions in the aggregates. Allow at least 1 curing day after the concrete has achieved initial set before placing strain on projecting reinforcement to prevent damage to the concrete. 1. Placing Temperature. Place concrete according to the following temperature limits for the classes of concrete defined in Section 421.4.A, "Classification and Mix Design": • Place Class C, F, H, K, or SS concrete only when its temperature at time of placement is between 50 and 95°F. Increase the minimum placement temperature to 60°F if ground - granulated blast furnace (GGBF) slag is used in the concrete. • When used in a bridge slab or in the top slab of a direct -traffic culvert, place Class CO, DC, or S concrete only when its temperature at the time of placement is between 50 and 85°F. Increase the minimum placement temperature to 60°F if GGBF slag is used in the concrete. The maximum temperature increases to 95°F if these classes are used for other applications. • Place Class A, B, and D concrete only when its temperature at the time of placement is greater than 50°F. • Place mass concrete, defined by Section 420.4.G.14, "Mass Placements," only when its temperature at the time of placement is between 50 and 75°F. 2. Transporting Time. Place concrete delivered in agitating trucks within 60 min. after batching. Place concrete delivered in non -agitating equipment within 45 min. after batching. Revise the concrete mix design as necessary for hot weather or other conditions that contribute to quick setting of the concrete. Submit for approval a plan to demonstrate that these time limitations can be extended while ensuring the concrete can be properly placed, consolidated, and finished without the use of additional water. 3. Workability of Concrete. Place concrete with a slump as specified in Section 421.4.A.5, "Slump." Concrete that exceeds the maximum slump will be rejected. Water may be added to the concrete before discharging any concrete from the truck to adjust for low slump provided that the maximum mix design water —cement ratio is not exceeded. After introduction of any additional water or chemical admixtures, mix concrete in accordance with Section 421.4.E, "Mixing and Delivering Concrete." Do not add water or chemical admixtures after any concrete has been discharged. 4. Transporting Concrete. Use a method and equipment capable of maintaining the rate of placement shown on the plans or required by this Item to transport concrete to the forms. Transport concrete by buckets, chutes, buggies, belt conveyors, pumps, or other methods. Protect concrete transported by conveyors from sun and wind to prevent loss of slump and workability. Shade or wrap with wet burlap pipes through which concrete is pumped as necessary to prevent loss of slump and workability. Arrange and use chutes, troughs, conveyors, or pipes so that the concrete ingredients will not be separated. When necessary to prevent segregation, terminate such equipment in vertical downspouts. Extend open troughs and chutes, if necessary, down inside the forms or through holes left in the forms. Keep all transporting equipment clean and free from hardened concrete coatings. Discharge water used for cleaning clear of the concrete. 5. Preparation of Surfaces. Thoroughly wet all forms, prestressed concrete panels, T-beams, and concrete box beams on which concrete is to be placed before placing concrete on them. Remove any remaining puddles of excess water before placing concrete. Provide surfaces that are in a moist, saturated surface -dry condition when concrete is placed on them. Ensure that the subgrade or foundation is moist before placing concrete for bridge approach slabs or other concrete placed on grade. Lightly sprinkle the subgrade if dry. 6. Expansion Joints. Construct joints and devices to provide for expansion and contraction in accordance with plan details and the requirements of this Section and Item 454, "Bridge Expansion Joints." Prevent bridging of concrete or mortar around expansion joint material in bearings and expansion joints. Use forms adaptable to loosening or early removal in construction of all open joints and joints to be filled with expansion joint material. To avoid expansion or contraction damage to the adjacent concrete, loosen these forms as soon as possible after final concrete set to permit free movement of the span without requiring full form removal. When the plans show a Type A joint, provide preformed fiber joint material in the vertical joints of the roadway slab, curb, median, or sidewalk, and fill the top 1 in. with the specified joint sealing material unless noted otherwise. Install the sealer in accordance with Item 438, "Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks)," and the manufacturer's recommendations. Use light wire or nails to anchor any preformed fiber joint material to the concrete on 1 side of the joint. Ensure that finished joints conform to the plan details with the concrete sections completely separated by the specified opening or joint material. Remove all concrete within the joint opening soon after form removal and again where necessary after surface finishing to ensure full effectiveness of the expansion joint. 7. Construction Joints. A construction joint is the joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set. Monolithic placement means that the manner and sequence of concrete placing does not create a construction joint. f l Make construction joints of the type and at the locations shown on the plans. Do not make joints in bridge slabs not shown on the plans unless approved. Additional joints in other members are not permitted without approval. Place authorized additional joints using details equivalent to those shown on the plans for joints in similar locations. Unless otherwise required, make construction joints square and normal to the forms. Use bulkheads in the forms for all vertical joints. Thoroughly roughen the top surface of a concrete placement terminating at a horizontal construction joint as soon as practical after initial set is attained. Thoroughly clean the hardened concrete surface of all loose material, laitance, dirt, and foreign matter, and saturate it with water. Remove all free water and moisten the surface before concrete or bonding grout is placed against it. Draw forms tight against the existing concrete to avoid mortar loss and offsets at joints. Coat the joint surface with bonding mortar, grout, epoxy, or other material as indicated in the plans or other Items. Provide Type V epoxy per DMS-6100, "Epoxies and Adhesives," for bonding fresh concrete to hardened concrete. Place the bonding epoxy on a clean, dry surface, and place the fresh concrete while the epoxy is still tacky. Place bonding mortar or grout on a surface that is saturated surface -dry, and place the concrete before the bonding mortar or grout dries. Place other bonding agents in accordance with the manufacturer's recommendations. 8. Handling and Placing. Minimize segregation of the concrete and displacement of the reinforcement when handling and placing concrete. Produce a uniform dense compact mass. Do not allow concrete to free -fall more than 5 ft. except in the case of drilled shafts, thin walls such as in culverts, or as allowed by other Items. Remove any hardened concrete splatter ahead of the plastic concrete. Fill each part of the forms by depositing concrete as near its final position as possible. Do not deposit large quantities at 1 point and run or work the concrete along the forms. Deposit concrete in the forms in layers of suitable depth but not more than 36 in. deep unless otherwise permitted. Avoid cold joints in a monolithic placement. Sequence successive layers or adjacent portions of concrete so that they can be vibrated into a homogeneous mass with the previously placed concrete before it sets. When re -vibration of the concrete is shown on the plans, allow at most 1 hr. to elapse between adjacent or successive placements of concrete except as otherwise allowed by an approved placing procedure. This time limit may be extended by 1/2 hr. if the concrete contains at least a normal dosage of retarding admixture. Use an approved retarding agent to control stress cracks and cold joints in placements where differential settlement and setting time may induce cracking. 9. Consolidation. Carefully consolidate concrete and flush mortar to the form surfaces with immersion type vibrators. Do not use vibrators that operate by attachment to forms or reinforcement except where approved on steel forms. Vibrate the concrete immediately after deposit. Systematically space points of vibration to ensure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Insert the vibrator vertically where possible except for slabs where it may be inserted in a sloping or horizontal position. Vibrate the entire 3 depth of each lift, allowing the vibrator to penetrate several inches into the preceding lift. Do not use the vibrator to move the concrete to other locations in the forms. Do not drag the vibrator through the concrete. Thoroughly consolidate concrete along construction joints by operating the vibrator along and close to but not against the joint surface. Continue the vibration until the concrete surrounding reinforcements and fixtures is completely consolidated. Hand -spade or rod the concrete if necessary to ensure flushing of mortar to the surface of all forms. 10. Installation of Dowels and Anchor Bolts. Install dowels and anchor bolts by casting them in - place or by grouting with grout, epoxy, or epoxy mortar unless noted otherwise. Form or drill holes for grouting. Drill holes for anchor bolts to accommodate the bolt embedment required by the plans. Make holes for dowels at least 12 in. deep unless otherwise shown on the plans. When using grout or epoxy mortar, make the diameter of the hole at least twice the dowel or bolt diameter, but the hole need not exceed the dowel or bolt diameter plus 1-1/2 in. When using epoxy, make the hole diameter 1/16 to 1/4 in. greater than the dowel or bolt diameter. Thoroughly clean holes of all loose material, oil, grease, or other bond -breaking substance, and blow them clean with filtered compressed air. Ensure that holes are in a surface dry condition when epoxy type material is used and in a surface moist condition when hydraulic cement grout is used. Develop and demonstrate for approval a procedure for cleaning and preparing the holes for installation of the dowels and anchor bolts. Completely fill the void between the hole and dowel or bolt with grouting material. Follow exactly the requirements for cleaning outlined in the product specifications for prepackaged systems. For cast -in -place or grouted systems, provide hydraulic cement grout in accordance with Section 421.2.F, "Mortar and Grout," epoxy, epoxy mortar, or other prepackaged grouts as approved. Provide a Type III epoxy per DMS-6100, "Epoxies and Adhesives," when neat epoxy is used for anchor bolts or dowels. Provide Type VIII epoxy per DMS-6100 when an epoxy grout is used. Provide grout, epoxy, or epoxy mortar as the binding agent unless otherwise indicated on the plans. Provide other anchor systems as required in the plans. 11. Placing Concrete in Cold Weather. Protect concrete placed under weather conditions where weather may adversely affect results. Permission given by the Engineer for placing during cold weather does not relieve the Contractor of responsibility for producing concrete equal in quality to that placed under normal conditions. If concrete placed under poor conditions is unsatisfactory, remove and replace it as directed at Contractor's expense. Do not place concrete in contact with any material coated with frost or having a temperature of 32°F or lower. Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is 35°F and rising or above 40°F. Provide and install recording thermometers, maturity meters, or other suitable temperature measuring devices to verify that all concrete is effectively protected as follows: • Maintain the temperature of the top surface of bridge slabs and top slabs of direct -traffic culverts at 50°F or above for 72 hr. from the time of placement and above 40°F for an additional 72 hr. • Maintain the temperature at all surfaces of concrete in bents, piers, culvert walls, retaining walls, parapets, wingwalls, bottoms of bridge slab or culvert top slabs, and other similar formed concrete at 40°F or above for 72 hr. from the time of placement. • Maintain the temperature of all other concrete, including the bottom slabs (footings) of culverts, placed on or in the ground above 320F for 72 hr. from the time of placement. Use additional covering, insulated forms, or other means and, if necessary, supplement the covering with artificial heating. Avoid applying heat directly to concrete surfaces. Cure as specified in Section 420.4.J, "Curing Concrete," during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possible need for temperature protection, have on hand all necessary heating and covering material, ready for use, before permission is granted to begin placement. 12, Placing Concrete in Hot Weather. Use an approved retarding agent in all concrete for superstructures and top slabs of direct -traffic culverts, except concrete containing GGBF slag, when the temperature of the air is above 85°F unless otherwise directed. Keep the concrete at or below the maximum temperature at time of placement as specified in Section 420A.G.1, "Placing Temperature." Sprinkle and shade aggregate stockpiles or use ice, liquid nitrogen systems, or other approved methods as necessary to control the concrete temperature. 13. Placing Concrete in Water. Deposit concrete in water only when shown on the plans or with approval. Make forms or cofferdams tight enough to prevent any water current passing through the space in which the concrete is being deposited. Do not pump water during the concrete placing or until the concrete has set for at least 36 hr. Place the concrete with a tremie or pump, or use another approved method, and do not allow it to fall freely through the water or disturb it after it is placed. Keep the concrete surface approximately level during placement. Support the tremie or operate the pump so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Submerge the lower end of the tremie or pump hose in the concrete at all times. Use continuous placing operations until the work is complete. For concrete to be placed under water, design the concrete mix in accordance with Item 421, "Hydraulic Cement Concrete," with a minimum cement content of 650 lb. per cubic yard. Include an anti -washout admixture in the mix design as necessary to produce a satisfactory finished product. 14. Mass Placements. Mass placements are defined as placements with a least dimension greater than or equal to 5 ft., or designated on the plans. For monolithic mass placements, develop and obtain approval for a plan to ensure the following during the heat dissipation period: • the temperature differential between the central core of the placement and the exposed concrete surface does not exceed 35°F and • the temperature at the central core of the placement does not exceed 160°F. Base this plan on the equations given in the Portland Cement Association's Design and Control of Concrete Mixtures. Cease all mass placement operations and revise the plan as necessary if either of the above limitations is exceeded. Include a combination of the following elements in this plan: • selection of concrete ingredients including aggregates, gradation, and cement types, to minimize heat of hydration; • use of ice or other concrete cooling ingredients; • use of liquid nitrogen dosing systems; • controlling rate or time of concrete placement; • use of insulation or supplemental external heat to control heat loss; • use of supplementary cementing materials; or • use of a cooling system to control the core temperature. Furnish and install 2 sets of temperature recording devices, maturity meters, or other approved equivalent devices at designated locations. Use these devices to simultaneously measure the temperature of the concrete at the core and the surface. Maintain temperature control methods for 4 days unless otherwise approved. Maturity meters may not be used to predict strength of mass concrete. 15. Placing Concrete in Foundation and Substructure. Do not place concrete in footings until the depth and character of the foundation has been inspected and permission has been given to proceed. Placing of concrete footings upon seal concrete is permitted after the cofferdams are free from water and the seal concrete cleaned. Perform any necessary pumping or bailing during the concreting from a suitable sump located outside the forms. Construct or adjust all temporary wales or braces inside cofferdams as the work proceeds to prevent unauthorized construction joints. When footings can be placed in a dry excavation without the use of cofferdams, omit forms if approved, and fill the entire excavation with concrete to the elevation of the top of footing. Place concrete in columns monolithically between construction joints unless otherwise directed. Columns and caps or tie beams supported on them may be placed in the same operation or separately. If placed in the same operation, allow for settlement and shrinkage of the column concrete by placing it to the lower level of the cap or tie beam, and delay placement between 1 and 2 hr. before proceeding with the cap or tie beam placement. 16. Placing Concrete in Box Culverts. Where the top slab and walls are placed monolithically in culverts more than 4 ft. in clear height, allow between 1 and 2 hr. to elapse before placing the top slab to allow for settlement and shrinkage in the wall concrete. Accurately finish the footing slab at the proper time to provide a smooth uniform surface. Finish top slabs that carry direct -traffic as specified in this Item. Give top slabs of fill type culverts a float finish. 17. Placing Concrete in Superstructure. Unless otherwise shown on the plans, place simple span bridge slabs without transverse construction joints by using either a self-propelled transverse finishing machine or a mechanical longitudinal screed. For small placements or for unusual conditions such as narrow widening, variable cross -slopes, or transitions, use of manually operated screeding equipment may be permitted. Support the screed adequately on a header or rail system stable enough to withstand the longitudinal or lateral thrust of the equipment. Adjust the profile grade line as necessary to account for variations in beam camber and other factors to obtain the required slab thickness and concrete cover over the slab reinforcement. Set beams and verify their surface elevations in a sufficient number of spans so that when adjustment is necessary, the profile grade line can be adjusted over suitable increments to produce a smooth riding surface. Take dead load deflection into account in setting the grades of headers and rail systems. Use construction joints, when required or permitted for slab placements on steel or prestressed concrete beams, as shown on the plans. Before placing concrete on steel girder or truss spans, release falsework under the spans and swing the spans free on their permanent supports. Make 1 or more passes with the screed over the bridge slab segment before placing concrete on it to ensure proper operation and maintenance of grades and clearances. Use an approved system of checking to detect any vertical movement of the forms or falsework. Maintain forms for the bottom surface of concrete slabs, girders, and overhangs to the required vertical alignment during concrete placing. Fog unformed surfaces of slab concrete in bridge slabs and in top slabs of direct -traffic culverts from the time of initial strikeoff of the concrete until finishing is completed and required interim curing is in place. Do not use fogging as a means to add finishing water, and do not work moisture from the fog spray into the fresh concrete. For simple spans, retard the concrete only if necessary to complete finishing operations or as required by this Section. When filling curb forms, bring the top of curb and sidewalk section to the correct camber and alignment, and finish them as described in this Item. a. Transverse Screeding. Install rails for transverse finishing machines that are supported from the beams or girders so that the supports may be removed without damage to the slab. Prevent bonding between removable supports and the concrete in an acceptable manner. Do not allow rail support parts that remain embedded in the slab to project above the upper mat of reinforcing steel. Rail or screed supports attached to I -beams or girders are subject to the requirements of this Item. Unless otherwise shown on the plans, for transverse screeding the minimum rate of concrete placement is 30 linear feet of bridge slab per hour. Deposit concrete parallel to the skew of the bridge so that all girders are loaded uniformly along their length. Deposit slab concrete between the exterior beam and the adjacent beam before placing concrete in the overhang portion of the slab. Furnish personnel and equipment capable of placing, finishing, and curing the slab at an acceptable rate to ensure compliance with the specifications. Place concrete in transverse strips. On profile grades greater than 1-1/2%, start placement at the lowest end. b. Longitudinal Screeding. Unless otherwise shown on the plans, use of temporary intermediate headers will be permitted for placements over 50 ft. long if the rate of placement is rapid enough to prevent a cold joint and if these headers are designed for easy removal to permit satisfactory consolidation and finish of the concrete at their locations. Deposit slab concrete between the exterior beam and the adjacent beam before placing concrete in the overhang portion of the slab. Place concrete in longitudinal strips starting at a point in the center of the segment adjacent to 1 side except as this Section indicates, and complete the strip by placing uniformly in both directions toward the ends. For spans on a profile grade of 1-1/2% or more, start placing at the lowest end. Use strips wide enough that the concrete within each strip remains plastic until placement of the adjacent strip. Where monolithic curb construction is specified, place the concrete in proper sequence to be monolithic with the adjacent longitudinal strips of the slabs. c. Placements on Continuous Steel Units. Unless otherwise shown on the plans, place slabs on continuous steel units in a single continuous operation without transverse construction joints using a self-propelled transverse finishing machine or a mechanical longitudinal screed. Retard the initial set of the concrete sufficiently to ensure that concrete remains plastic in at least 3 spans immediately preceding the slab being placed. Use construction joints, when required for slab placements on steel beams or girders, as shown on the plans. When staged placement of a slab is required in the plans, ensure that the previously placed concrete attains a compressive strength of 3,000 psi before placing the next stage concrete. Multiple stages may be placed in a single day if approved. Where plans permit staged placing without specifying a particular order of placement, use an approved placing sequence that will not overstress of any of the supporting members. d. Slab and Girder Units. Unless otherwise shown on the plans, place girders, slab, and curbs of slab and girder spans monolithically. Fill concrete girder stems first, and place the slab concrete within the time limits specified in this Item. If using a transverse screed, place concrete in the stems for a short distance and then place the concrete in transverse strips. If using a longitudinal screed, fill the outside girder stem first, beginning at the low end or side, and continue placement in longitudinal strips. H. Treatment and Finishing of Horizontal Surfaces Other Than Bridge Slabs. Strike off to grade and finish all unformed upper surfaces. Do not use mortar topping for surfaces constructed under this Section. After the concrete has been struck off, float the surface with a suitable float. Give bridge sidewalks a wood float or broom finish, or stripe them with a brush. Slightly slope the tops of caps and piers between bearing areas from the center toward the edge, and slope the tops of abutment and transition bent caps from the backwall to the edge, as directed, so that water drains from the surface. Give the concrete a smooth trowel finish. Construct bearing areas for steel units in accordance with Section 441.3.K.5, "Bearing and Anchorage Devices." Give the bearing area under the expansion ends of concrete slabs and slab and girder spans a steel -trowel finish to the exact grades required. Give bearing areas under elastomeric bearing pads or nonreinforced bearing seat buildups a textured, wood float finish. Do not allow the bearing area to vary from a level plane more than 1/16 in. in all directions. Cast bearing seat buildups or pedestals for concrete units integrally with the cap or with a construction joint. Provide a latex -based mortar, an epoxy mortar, or an approved proprietary bearing mortar for bearing seat buildups cast with a construction joint. Mix mortars in accordance with the manufacturer's recommendations. Construct pedestals of Class C concrete, reinforced as shown on the plans or as indicated in Figure 1 and Figure 2. Nonreinforced Reinforced Pedestal Bearing Seat for Heights Greater Build-up than 3 Minimum 1 1/2" #4 Bars Maximum 3" �� at � Beam 1 I I 1 Permissible Construction Joint Figure 1 Section through bearing seat buildups. Nonreinfon Bearing Se Build-up — Reinforced Pedestal for Heights Greater than 3" Figure 2 Plan view of bearing seat buildups. I. Finish of Bridge Slabs. Provide camber for specified vertical curvature and transverse slopes. For concrete flat slab and concrete slab and girder spans cast in place on falsework, provide additional camber to offset the initial and final deflections of the span as indicated in the plans. For concrete slab and girder spans using pan forms, provide camber of approximately 3/8 in. for 30-ft. spans and 1/2 in. for 40-ft. spans to offset initial and final deflections unless otherwise directed. For concrete flat slab and concrete slab and girder spans not using pan forms, when dead load deflection is not shown on the plans, provide a camber of 1/8 in. per 10 ft. of span length but no more than 1/2 in. Provide a camber of 1/4 in. in addition to deflection for slabs without vertical curvature on steel or prestressed concrete beams. Use work bridges or other suitable facilities to perform all finishing operations and to provide access, if necessary, for the Engineer to check measurements for slab thickness and reinforcement cover. As soon as the concrete has been placed and vibrated in a section wide enough to permit working, level, strike off, and screed the surface, carrying a slight excess of concrete ahead of the screed to fill all low spots. Move longitudinal screeds across the concrete with a saw -like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. Move transverse screeds longitudinally approximately 115 of the drum length for each complete out -and -back pass of the carriage. Screed the surface of the concrete enough times and at intervals to produce a uniform surface true to grade and free of voids. Work the screeded surface to a smooth finish with a long -handled wood or metal float or hand -float it from work bridges over the slab. Floating may not be necessary if the pan float attached to a transverse screed produces an acceptable finish. Avoid overworking the surface of the concrete. Avoid overuse of finish water. Perform sufficient checks, witnessed by the Engineer, with a long -handled 16-ft. straightedge on the plastic concrete to ensure that the final surface will be within specified tolerances. Make the check with the straightedge parallel to the centerline. Lap each pass half over the preceding pass. Remove all high spots, and fill and float all depressions over 1/16 in. deep with fresh concrete. Continue checking and floating until the surface is true to grade and free of depressions, high spots, voids, or rough spots. Fill screed -rail support holes with concrete, and finish them to match the top of the slab. Finish the concrete surface to a uniform texture using a carpet drag, burlap drag, or broom finish. Finish the surface to a smooth sandy texture without blemishes, marks, or scratches deeper than 1/16 in. Apply the surface texturing using a work bridge or platform immediately after completing the straightedge checks. Draw the carpet or burlap drag longitudinally along the concrete surface, adjusting the surface contact area or pressure to provide a satisfactory coarsely textured surface. A broom finish may be performed using a fine bristle broom transversely. Coat the concrete surface immediately after the carpet or burlap drag, or broom finish with a single application of evaporation retardant at a rate recommended by the manufacturer. Do not allow more than 10 min. to elapse between the texturing at any location and application of evaporation retardant. The evaporation retardant may be applied using the same work bridge used for surface texturing. Do not work the concrete surface once the evaporation retardant has been applied. Apply interim and final curing in accordance with Section 420.4.J, "Curing Concrete." The Contractor is responsible for the ride quality of the finished bridge slab. The Engineer will use a 10-ft. straightedge (1/8 in. in 10 ft.) to verify ride quality and to determine locations where corrections are needed. if the Engineer determines that the ride quality is unacceptable, submit a plan for approval to produce a ride of acceptable quality. Make all corrections for ride before saw -cutting grooves. Saw -cut grooves in the hardened concrete of bridge slabs, bridge approach slabs, and direct -traffic culverts to produce the final texturing after completion of the required curing period. Cut grooves perpendicular to the structure centerline. Cut grooves continuously across the slab to within 18 in. of the barrier rail, curb, or median divider. At skewed metal expansion joints in bridge slabs, adjust groove cutting by using narrow -width cutting heads so that all grooves end within 6 in. of the joint, measured perpendicular to the centerline of the metal joint. Leave no ungrooved surface wider than 6 in. adjacent to either side of the joint. Ensure that the minimum distance to the first groove, measured perpendicular to the edge of the concrete joint or from the junction between the concrete and the metal leg of the joint, is 1 in. Cut grooves continuously across construction joints or other joints in the concrete that are less than 1/2 in. wide. Apply the same procedure described above where barrier rails, curbs, or median dividers are not parallel to the structure centerline to maintain the 18-in. maximum dimension from the end of the grooves to the gutter line. Cut grooves continuously across formed concrete joints. When the plans call for a concrete overlay to be placed on the slab (new construction) or on prestressed concrete box beams or other precast elements, give a carpet drag, burlap drag, or broom finish to all concrete surfaces to be overlaid. Saw -grooving is not required in this case. Provide an average texture depth for the finish of approximately 0.035 in. with no individual test falling below 0.020 in., unless otherwise shown on the plans, when tested in accordance with Tex-436-A. If the texture depth falls below what is intended, revise finishing procedures to produce the desired texture. When the plans require an asphalt seal, with or without overlay, on the slab (new construction), on .prestressed concrete box beams, or on other precast elements, give all concrete surfaces to be covered a lightly textured broom or carpet drag finish. Provide an average texture depth of approximately 0.025 in. when tested in accordance with Tex-436-A. J. Curing Concrete. Obtain approval of the proposed curing methods, equipment, and materials before placing concrete. The Engineer may require the same curing methods for like portions of a single structure. Inadequate curing or facilities may delay all concrete placement on the job until remedial action is taken. A curing day is a calendar day when the temperature, taken in the shade away from artificial heat, is above 50°F for at least 19 hr. or, on colder days if the temperature of all surfaces of the concrete is maintained above 40°F, for the entire 24 hr. The required curing period begins when all concrete has attained its initial set. Tex-440-A may be used to determine when the concrete has attained its initial set. Cure all concrete for 4 consecutive days except as noted in Table 1. Description Upper surfaces of bridge slabs, top slab of direct -traffic culverts, and concrete overlays Table 1 s to 4-D Required Type of Cement I Curing I or III 8 II or I/II 10 All types with supplementary 10 'nenting materials All 6 For upper surfaces of bridge slabs, bridge approach slabs, median and sidewalk slabs, and culvert top slabs constructed using Class S concrete, apply interim curing using a Type 1-D curing compound as soon as possible after application of the evaporation retardant and after the water sheen has disappeared, but no more than 45 min. after application of the evaporation retardant. Apply membrane interim curing using a work bridge or other approved apparatus to ensure a uniform application. Water - cure for final curing in accordance with this Section, starting as soon as possible without damaging the surface finish. Maintain the water curing for the duration noted in Table 1. Place polyethylene sheeting, burlap -polyethylene blankets, laminated mats, or insulating curing mats in direct contact with the slab when the air temperature is expected to drop below 40°F during the first 72 hr. of the curing period. Weigh down these curing materials with dry mats to maintain direct contact with the concrete and to provide insulation against cold weather. Supplemental heating or insulation may be required in cold and wet weather if the insulating cotton mats become wet or if the concrete drops below the specified curing temperature. Avoid applying heat directly to concrete surfaces. For the top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (stub walls, risers, etc.) and other superstructure concrete (curbs, wingwalls, parapet walls, etc.), use only water curing in accordance with this Section. Cure all other concrete as specified in the pertinent Items. Use the following methods for curing concrete, subject to the requirements of this Item. 1. Form Curing. When forms are left in intimate contact with the concrete, other curing methods are not required except for exposed surfaces and for cold weather protection. If forms are removed before the 4-day required curing period, use another approved curing method. 2. Water Curing. Keep all exposed surfaces of the concrete wet continuously for the required curing time. Use water curing that meets the requirements for concrete mixing water in Section 421.20, "Water." Do not use seawater or water that stains or leaves an unsightly residue. a. Wet Mats. Keep the concrete continuously wet by maintaining wet cotton mats in direct contact with the concrete for the required curing time. If needed, place damp burlap blankets made from 9-oz. stock on the damp concrete surface for temporary protection before applying cotton mats. Then place the dry mats and wet them immediately after they are placed. Weight the mats adequately to provide continuous contact with all concrete. Cover surfaces that cannot be cured by direct contact with mats, forming an enclosure well anchored to the forms or ground so that outside air cannot enter the enclosure. Provide sufficient moisture inside the enclosure to keep all surfaces of the concrete wet. b. Water Spray. Overlap sprays or sprinklers to keep all unformed surfaces continuously wet. c. Ponding. Cover the surfaces with at least 2 in. of clean granular material, kept wet at all times, or at least 1 in. deep water. Use a dam to retain the water or saturated granular material. 3. Membrane Curing. Unless otherwise shown on the plans, choose either Type 1-D or Type 2 membrane -curing compound when membrane curing is permitted. Type 1-D (Resin Base Only) is required for interim curing bridge slabs and top slabs of direct -traffic culverts and all other surfaces that require a higher grade of surface finish. For substructure concrete provide only 1 type of curing compound on any 1 structure. Apply membrane curing just after free moisture has disappeared at a rate of approximately 180 sq. ft. per gallon. Do not spray curing compound on projecting reinforcing steel or concrete that will later form a construction joint. Do not apply membrane curing to dry surfaces. Dampen formed surfaces and surfaces that have been given a first rub so that they are moist at the time of application of the membrane. When membrane is used for complete curing, leave the film unbroken for the minimum curing period specified. Correct damaged membrane immediately by reapplication of membrane. Polyethylene sheeting, burlap -polyethylene mats, or laminated mats in close contact with the concrete surfaces are equivalent to membrane curing. K. Removal of Forms and Falsework. Unless otherwise directed, forms for vertical surfaces may be removed after the concrete has aged 12 hr. after initial set provided the removal can be done without w damage to the concrete. Keep forms for mass placements, defined in Section 420.4.G.14, "Mass Placements," in place for 4 days following concrete placement. Remove forms for inside curb faces and for bridge rails whenever removal can be done without damage to the curb or railing. Leave in place weight -supporting forms and falsework spanning more than 1 ft. for all bridge components and culvert slabs except as directed otherwise until the concrete has attained a compressive strength of 2,500 psi. Remove forms for other structural components as necessary. Remove inside forms (walls and top slabs) for box culverts and sewers after concrete has attained a compressive strength of 1,800 psi if an approved overhead support system is used to transfer the weight of the top slab to the walls of the box culvert or sewer before removal of the support provided by the forms. Forms or parts of forms may be removed only if constructed to permit removal without disturbing forms or falsework required to be left in place for a longer period on other portions of the structure. Remove all metal appliances used inside forms for alignment to a depth of at least 1/2 in. from the concrete surface. Make the appliances so that metal may be removed without undue chipping or spalling of the concrete, and so that it leaves a smooth opening in the concrete surface when removed. Do not bum off rods, bolts, or ties. Remove all forms and falsework unless otherwise directed. L. Defective Work. Repair defective work as soon as possible. Remove and replace at the expense of the Contractor any defect that cannot be repaired to the satisfaction of the Engineer. M. Ordinary Surface Finish. Apply an ordinary surface finish to all concrete surfaces as follows: • Chip away all loose or broken material to sound concrete where porous, spalled, or honeycombed areas are visible after form removal. • Repair spalls by saw -cutting and chipping at least 1/2 in. deep, perpendicular to the surface to eliminate feather edges. Repair shallow cavities using a latex adhesive grout, cement mortar, or epoxy mortar as approved. Repair large areas using concrete as directed or approved. • Clean and fill holes or spalls caused by the removal of form ties, etc., with latex grout, cement grout, or epoxy grout as approved. Fill only the holes. Do not blend the patch with the surrounding concrete. On surfaces to receive a rub finish in accordance with Item 427, "Surface Finishes for Concrete," chip out exposed parts of metals chairs to a depth of 1/2 in. and repair the surface. • Remove all fins, runs, drips, or mortar from surfaces that will be exposed. Smooth all form marks and chamfer edges by grinding or dry -rubbing. • Ensure that all repairs are dense, well bonded, and properly cured. Finish exposed large repairs to blend with the surrounding concrete where a higher class of finish is not specified. Unless noted otherwise, apply an ordinary surface finish as the final finish to the following exposed surfaces: • inside and top of inlets, • inside and top of manholes, • inside of sewer appurtenances, • inside of culvert barrels, • bottom of bridge slabs between girders or beams, and • vertical and bottom surfaces of interior concrete beams or girders. Form marks and chamfer edges do not need to be smoothed for the inside of culvert barrels and the bottom of bridge slabs between girders or beams. 420.5. Measurement. This Item will be measured by the cubic yard, square yard, foot, square foot, or by each structure. A. General. Concrete quantities will be based on the dimensions shown on the plans or those established in writing by the Engineer. In determining quantities, no deductions will be made for chamfers less than 2 in. or for embedded portions of steel or prestressed concrete beams, piling, anchor bolts, reinforcing steel, drains, weep holes, junction boxes, electrical or telephone conduit, ducts and voids for prestressed tendons, or f-I embedded portions of light fixtures. For slab and girder spans using pan forms, a quantity will be included for the screed setting required to provide proper camber in the roadway surface after form removal. For slabs on steel or prestressed concrete beams, an estimated quantity for the haunch between the slab and beams will be included. No measurement will be made during construction for variation in the amount of haunch concrete due to variations in camber of the beams. For cast -in -place slabs on slab beams, double-T beams, or box beams, the combination of span length, theoretical camber in beams, computed deflections, and plan vertical curve will be taken into account in determining the quantity for the slab. Additional concrete that may be required by an adjustment of the profile grade line during construction, to insure proper slab thickness, will not be measured for payment. Variation in concrete headwall quantity incurred when an alternate bid for pipe is permitted will not be cause for payment adjustment. Mass placements may be either a plans quantity item or measured in place as indicated. Quantities revised by a change in design, measured as specified, will be increased or decreased and included for payment. B. Plans Quantity. Structure elements designated in Table 2 and measured by the cubic yard are plans quantity measurement items. The quantity to be paid for plans quantity items is the quantity shown in the proposal unless modified by Article 9.2, "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. No adjustment will be made for footings or other in -ground elements where the Contractor has been allowed to place concrete in an excavation without forms. Table 2 Plans Quantity Payment (Cubic Yard Measurement Only) Culverts and culvert wing walls Abutments Headwalls for pipe Slab and girder spans an form Retaining walls Footings Inlets and manholes Pile bent caps Shear key concrete for box and Concrete wearing surface on pre -cast slab beams box beams, slab beams or double-T beams Bridge approach slabs I Cast -in -place concrete slabspans Note: Other structure elements, including pier and bent concrete, may be paid for as "plans quantity" when shown on the plans. _. C. Measured in Place. Items not paid for as "plans quantity" will be measured in place. 420.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the various structure elements -, specified of the various classes of concrete. Mass placements, as defined in Section 420.4.G.14, "Mass Placements," will be paid for separately for the various classes of concrete. This price is full compensation for furnishing, hauling, and mixing concrete materials; furnishing, bending, fabricating, splicing, welding and placing the required reinforcement; clips, blocks, metal spacers, ties, wire, or other materials used for fastening reinforcement in place; placing, finishing, curing, and grooving concrete; applying ordinary surface finish; furnishing and placing drains, metal flashing strips, and expansion joint material; excavation, subgrade preparation, and disposal of excavated material for bridge approach slabs; and forms and falsework, equipment, labor, tools, and incidentals. Diaphragm concrete will not be paid for directly but is subsidiary to the slab unless otherwise shown on the plans. Design and installation of foundations for falsework is at the Contractor's expense. The following procedure will be used to evaluate concrete where 1 or more project acceptance test specimens fail to meet the required design strength specified in Item 421, "Hydraulic Cement Concrete," or in the plans: • The concrete for a given placement will be considered structurally adequate and accepted at full price if the average of all test results for specimens made at the time of placement meets the required design strength provided that no single test result is less than 85% of the required design strength. -f • The Engineer will perform a structural review of the concrete to determine its adequacy to remain in service if the average of all test results for specimens made at the time of placement is less than the required design strength or if any test results are less than 85% of the required design strength. If cores are required to determine the strength of the in -situ concrete, take cores at locations designated by the t Engineer in accordance with Tex-424-A. The coring and testing of the cores will be at the Contractor's expense. The Engineer will test the cores. • If all of the tested cores meet the required design strength, the concrete will be paid for at the full price. • If any of the tested cores do not meet the required design strength but the average strength attained is determined to be structurally adequate, the Engineer will determine the limits of the pay adjustment. The average strength of the cores tested will be used in the pay adjustment formula. • Remove concrete that is not structurally adequate. • Concrete that has been determined to be structurally adequate may be accepted at an adjusted price based on the following formula: '§gl A = O.l OBp + 0.75(Sa/Ss) Bp where: A = Amount to be paid per unit of measure for the entire placement in question Sa = Actual strength from cylinders or cores. Use values from cores, if taken. Ss = Minimum required strength (specified) Bp = Unit bid price. • The decision to reject structurally inadequate concrete or to apply the pay adjustment will be made no later than 56 days after placement. r ITEM 421 HYDRAULIC CEMENT CONCRETE 421.1. Description. Furnish hydraulic cement concrete for concrete pavements, concrete structures, and other concrete construction. 421.2. Materials. A. Cement. Furnish cement conforming to DMS-4600, "Hydraulic Cement." B. Supplementary Cementing Materials (SCM). 1. Fly Ash. Furnish fly ash conforming to DMS-4610, "Fly Ash." 2. Ultra -Fine Fly Ash (UFFA). Furnish UFFA conforming to DMS-4610, "Fly Ash." 3. Ground Granulated Blast -Furnace Slag (GGBFS). Furnish GGBFS conforming to DMS-4620, "Ground Granulated Blast -Furnace Slag," Grade 100 or 120. 4. Silica Fume. Furnish silica fume conforming to DMS-4630, "Silica Fume." 5. Metakaolin. Furnish metakaolin conforming to DMS-4635, "Metakaolin." C. Chemical Admixtures. Furnish admixtures conforming to DMS-4640, "Chemical Admixtures for Concrete." Do not use calcium chloride. D. Water. Furnish mixing and curing water that is free from oils, acids, organic matter, or other deleterious substances. Water from municipal supplies approved by the Texas Department of Health will not require testing. When using water from other sources, provide test reports showing compliance with Table 1 before use. Water that is a blend of concrete wash water and other acceptable water sources, certified by the concrete producer as complying with the requirements of both Table 1 and Table 2, may be used as mix water. Test the blended water weekly for 4 weeks for compliance with Table 1 and Table 2 or provide previous test results. Then test every month for compliance. Provide water test results upon request. �-% Table 1 Chemical Limits for Mix Water Maximum Contaminant Test Method Concentration (ppm) Chloride (CI) ASTM D 512 Prestressed concrete 500 Bridge decks & superstructure 500 All other concrete 1,000 Sulfate(SO4)ASTM D 516 1,000 Alkalies (Na2O + 0.658K20) ASTM D 4191 & 600ASTM D 4192 Total solids AASHTO T 26 50,000 Table 2 Accentance Criteria for Ouestinnahie Water Sunnlies Property Test Method Limits Compressive strength, min % control ASTM C 1091 90 at 7 days Time of set, deviation from control, from 60 early Min. ASTM C 1911 I to 90 later 1. Base comparisons on fixed proportions and the same volume of test water compared to the control mix using city water or distilled water. Do not use mix water that has an adverse effect on the air -entraining agent, on any other chemical admixture, or on strength or time of set of the concrete. When using white hydraulic cement, use mixing and curing water free of iron and other impurities that may cause staining or discoloration. E. Aggregate. Supply aggregates that meet the definitions in Tex-100-E. Provide coarse and fine aggregates from sources listed in the Department's Concrete Rated Source Quality Catalog (CRSQC). Provide aggregate from non -listed sources only when tested and approved by the Engineer before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non -listed sources. Do not combine approved material with unapproved material. 1. Coarse Aggregate. Provide coarse aggregate consisting of durable particles of gravel, crushed blast furnace slag, recycled crushed hydraulic cement concrete, crushed stone, or combinations thereof that are free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, either free or as an adherent coating. Provide coarse aggregate of uniform quality throughout. Provide coarse aggregate that, when tested in accordance with Tex-413-A, has: • at most 0.25% by weight of clay lumps, • at most 1.0% by weight of shale, and • at most 5.0% by weight of laminated and friable particles. Wear must not be more than 40% when tested in accordance with Tex-410-A. Unless otherwise shown on the plans, provide coarse aggregate with a 5-cycle magnesium sulfate soundness of not more than 18% when tested in accordance with Tex-411-A. Crushed recycled hydraulic cement concrete is not subject to the 5-cycle soundness test. The loss by decantation as tested in accordance with Tex-406-A, plus the allowable weight of clay lumps, must not exceed 1.0% or the value shown on the plans, whichever is smaller. In the case of aggregates made primarily from crushing stone, if the material finer than the No. 200 sieve is established to be the dust of fracture and essentially free from clay or shale as established by Tex-406-A, Part 1II, the limit may be increased to 1.5%. When crushed limestone coarse aggregate is used in concrete pavements, the decant may exceed 1.0% but not more than 3.0% if the material finer than the No. 200 sieve is determined to be at least 67% calcium carbonate in accordance with Tex-406-A, Part 111. Unless otherwise specified, provide aggregate conforming to the gradation requirements shown in Table 3 when tested in accordance with Tex-401-A. Table 3 Coarse Aggregate Gradation Chart Aggregate Node Nominal Size Percent Passing on Each Sieve 2-1/2"�2-1-1/2" 1" 3/4" 1/2" 3/8" No.4 No.8 1 2" 100 80-100 50-85 20-40 0-5 2 467 1-1/2" 100 95-100 35-70 10-30 0-5 3 1-1/2" 100 95-100 60-90 25-60 0-5 4 57 1" 100 95-100 25-60 0-10 0-5 5 67 3/4" 100 90-100 20-55 0-10 0-5 6 7 1/2" 100 90-100 40-70 0-15 0-5 7 3/8" 100 70-95 0-25 8 3/8" 100 95-100 20-65 0-10 1. Corresponding ASTM C 33 gradation shown in parentheses. 2. Fine Aggregate. Provide fine aggregate consisting of clean, hard, durable particles of natural or manufactured sand or a combination thereof with or without mineral filler. Provide fine aggregate free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, and containing no more than 0.5% clay lumps by weight in accordance with Tex-413-A. Provide fine aggregate that does not show a color darker than standard when subjected to the color test for organic impurities in accordance with Tex-408-A. Unless otherwise shown on the plans, use fine aggregate with an acid insoluble residue of at least 60% by weight when tested in accordance with Tex-6124 in all concrete subject to direct traffic. Unless otherwise shown on the plans, when necessary, blend the fine aggregate to meet the acid insoluble residue requirement. When blending, use the following equation: Acid Insoluble (%) = {(AI)(P1)+(A2)(P2))1I00 where: Al = acid insoluble (%) of aggregate 1 A2 = acid insoluble (%) of aggregate 2 { P1 = percent by weight of Al of the fine aggregate blend P2 = percent by weight of A2 of the fine aggregate blend Provide fine aggregate or combinations of aggregates, including mineral filler, conforming to the gradation requirements shown in Table 4 when tested in accordance with Tex-401-A unless otherwise specified. Table 4 Fine Aaareaate Gradation Chart (Grade 1) Sieve Size Percent Passing 3/8 in. 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-65 No. 50 10-35 No. 100 0-10 No. 200 0-3 1.6-35 when sand equivalent value is greater than 85. 2. 0-6 for manufactured sand. Unless otherwise shown on the plans, provide fine aggregate with a sand equivalent of at least 80 in accordance with Tex-203-F. For all classes of concrete except Class K, provide fine aggregate with a fineness modulus between 2.30 and 3.10 as determined by Tex-402-A. For Class K concrete, provide a fine aggregate with a fineness modulus between 2.60 to 2.80 unless otherwise shown on the plans. 3. Mineral Filler. Provide mineral filler consisting of stone dust, clean crushed sand, or other approved inert material with 100% passing the No. 30 sieve and 65 to 100% passing the No. 200 sieve when tested in accordance with Tex-401-A. F. Mortar and Grout. When required or shown on the plans, provide mortar and grout consisting of 1 part hydraulic cement, 2 parts sand, and sufficient water to provide the desired consistency. Provide mortar with a consistency such that the mortar can be easily handled and spread by trowel. Provide grout of a consistency that will flow into and completely fill all voids. 421.3. Equipment. A. Concrete Plants and Mixing Equipment. Except for volumetric mixers (auger/mixer), each plant and truck mixer must be currently certified by the National Ready Mixed Concrete Association (NRMCA) or have an inspection report signed and sealed by a licensed professional engineer showing that concrete measuring, mixing, and delivery equipment meets all requirements of ASTM C 94. A new certification or signed and sealed report is required every time a plant is moved. Plants with a licensed engineer's inspection require reinspection every 2 years. Provide a copy of the certification or the signed and sealed inspection report to the Engineer. When equipment or facilities fail to meet specification requirements, remove them from service until corrected. 1. Scales. Check all scales prior to beginning of operations, after each move, or whenever their accuracy or adequacy is questioned, and at least once every 6 mo. Immediately correct deficiencies, and recalibrate. Provide a record of calibration showing scales in compliance with ASTM C 94 requirements. Check batching accuracy of volumetric water batching devices and admixture dispensing devices at least every 90 days. Perform daily checks as necessary to ensure measuring accuracy. 2. Volumetric Mixers. Provide volumetric mixers with rating plates defining the capacity and the performance of the mixer in accordance with the Volumetric Mixer Manufacturers Bureau or equivalent. Provide volumetric mixers that comply with ASTM C 685. Provide test data showing mixers meet the uniformity test requirements of Tex-472-A. 3. Agitators and Truck and Stationary Mixers. Inspect and furnish inspection reports on truck mixers and agitators annually. If an inspection within 12 mo. is not practical, a 2-mo. grace period (for a maximum of 14 mo. between inspections) is permitted. Include in the report the condition of blades and fins and their percent wear from the original manufacturer's design. Repair mixing equipment exhibiting 10% or more wear before use. Provide truck mixers and agitators equipped with means to readily verify the number of revolutions of the drum, blades, or paddles. Provide stationary and truck mixers capable of combining the ingredients of the concrete within the specified time or the number of revolutions specified into a thoroughly mixed and uniform mass and capable of discharging the concrete so that at least 5 of the 6 requirements of Tex-472-A are met. As directed, to resolve issues of mix uniformity and mixer performance, perform concrete uniformity tests on mixers or agitators in accordance with Tex-472-A. Perform the mixer or agitator uniformity test at the full rated capacity of the equipment and within the maximum mixing time or maximum number of revolutions. Remove from service all equipment that fails the uniformity test. Inspect and maintain mixers and agitators. Keep them reasonably free of concrete buildup, and repair or replace wom or damaged blades or fins. Ensure all mixers have a plate affixed showing manufacturer's recommended operating speed and rated capacity for mixing and agitating. B. Hauling Equipment. Provide hauling equipment capable of maintaining the mixed concrete in a thoroughly mixed and uniform mass and of discharging the concrete with a satisfactory degree of uniformity. When using non -agitating equipment for transporting concrete, provide equipment with smooth, mortar -tight metal containers equipped with gates that prevent accidental discharge of the concrete. C. Testing Equipment. Unless otherwise shown on the plans or specified, in accordance with the pertinent test procedure, furnish and maintain: • test molds, • curing facilities, • maturity meters if used, and * wheelbarrow or other container acceptable for the sampling of the concrete. Provide strength -testing equipment in accordance with the Contract controlling test unless shown otherwise. 421.4. Construction. A. Classification and Mix Design. Furnish mix designs using ACI 211, "Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete," or other approved procedures for the classes of concrete required in accordance with Table 5. Do not exceed the maximum water-to- cementitious-material ratio. A higher -strength class of concrete with equal or lower water-to-cementitious-material ratio may be substituted for the specified class of concrete. To account for production variability and ensure minimum compressive strength requirements are met, over -design the mix in accordance with Table 6. 1. Cementitious Materials. Use cementitious materials from prequalified sources; otherwise, request sampling and testing for approval before use. Unless otherwise specified or approved, tJ I limit cementitious material content to no more than 700 lb. per cubic yard. When supplementary cementing materials are used, "cement" is defined as "cement plus supplementary cementing material." Use Type III cement only in precast concrete or when specified or permitted. For monolithic placements, use cement of the same type and from the same source. When sulfate -resistant concrete is required, use mix design options 1, 2, 3, or 4 given in Section 421.4.A.6, "Mix Design Options," using Type 1/II, II, V, IP, or IS cement. Do not use Class C fly ash in sulfate -resistant concrete. Do not use supplementary cementing materials when white hydraulic cement is specified. Table 5 Concrete Classes Design Class of Strength, Min. Maximum Coarse Aggregate General Usage Concrete 28-day C, WIC Ratio' Grades (psi) Inlets, manholes, curb, gutter, curb & A 3,000 0.60 1-4, 8 gutter, conc. retards, sidewalks, driveways, backup walls anchors B 2,000 0.60 2-7 Riprap, small roadside signs, and anchors Drilled shafts, bridge substructure, bridge railing, culverts except top slab of direct CS 3,600 0.45 1-6 traffic culverts, headwalls, wing walls, approach slabs, concrete traffic barrier (cast -in -place) D 1,500 0.60 2-7 Ri ra E 3,000 0.50 2-5 Seal concrete Fs Note 6 0,45 2-5 Railroad structures; occasionally for bridge piers, columns or bents HS Note 6 0.45 3-6 Prestressed concrete beams, boxes, piling, and concrete traffic barrier (precast) SS 4,000 0.45 2-5 Bridge slabs, top slabs of direct traffic culverts P See 0.45 2-3 Concrete pavement Item 360 DC 5 500 0.40 6 Dense conc. overlay CO 4 600 0.40 6 Cone. overlay LMC 4,000 0.40 6-8 Latex -modified concrete overlay SS, Note 7 0.45 4-6 Slurry displacement shafts, underwater drilled shafts K Note 6 0,45 Note 6 Note 6 HES Note 6 0.45 Note 6 Note 6 1. Maximum water -cement or water-cementitious ratio by weight. 2. Unless otherwise permitted, do not use Grade 1 coarse aggregate except in massive foundations with 4-in, minimum clear spacing between reinforcing steel bars. Do not use Grade 1 aggregate in drilled shafts. 3. Unless otherwise approved, use Grade 8 aggregate in extruded curbs. 4. For information only. 5. Structural concrete classes. 6. As shown on the plans or specified. 7. Cementitious material content shall be minimum 658 lbley of concrete. I Table 6 Over Design to Meet Compressive Strength Requirements' No. of Tests2'3 Standard Deviation, psi 300 400 500 600 700 15 470 620 850 1,120 1,390 20 430 580 760 1,010 1,260 30 or more f 400 530 670 900 1,130 1. When designing the mix, add the tabulated amounts to the minimum design strength in Table 5. 2. Number of tests of a concrete mixture used to estimate the standard deviation of a concrete production facility. Test of another mix within 1,000 psi of the specified strength may be used. 3. If less than 15 prior tests are available, the overdesign should be I,000 psi for specified strength less than 3,000 psi, 1,200 psi for specified strengths from 3,000 to 5,000 psi and 1,400 psi for specified strengths greater than 5,000 psi. 2. Aggregates. Limit the use of recycled crushed hydraulic cement concrete as a coarse or fine aggregate to Class A, B, D, E, and P concrete. Limit recycled crushed concrete fine aggregate to a maximum of 20% of the fine aggregate. When white hydraulic cement is specified, use light-colored aggregates. 3. Chemical Admixtures. Use only preapproved concrete chemical admixtures from the list of prequalified concrete admixtures maintained by the Construction Division. Submit non- preapproved admixtures for testing to the Engineer for approval. Do not use high -range water - reducing admixtures (Type F or G) or accelerating admixtures (Type C or E) in bridge deck concrete. 4. Air Entrainment. Air -entrain all concrete except for Class B in accordance with Table 7 unless otherwise shown on the plans. Use moderate exposure values unless otherwise specified. If the air content is more than 1-1/2 percentage points below or 3 percentage points above the required air, the load of concrete will be rejected. If the air content is more than 1-1/2 but less than 3 percentage points above the required air, the concrete may be accepted based on strength tests. Table 7 Air Entrainment Nominal Maximum Aggregate Size, in. % Air Moderate Exposure Severe Exposure 3/8 Grades 7 & 8 6 7-1/2 1/2 Grade b 5-1/2 7 3/4 Grade 5 5 6 1 Grade 4 4-1/2 6 171/2 Grades 2 & 3 4-1/2 5-1/2 2 Grade 1 4 5 1. For specified concrete strengths above 5,000 psi a reduction of I percentage point is permitted. 5. Slump. Unless otherwise specified, provide concrete slump in accordance with Table 8 using the lowest slump possible that can be placed and finished efficiently without segregation or honeycombing. Concrete that exceeds the maximum acceptable placement slump at time of delivery will be rejected. When approved, the slump of a given concrete mix may be increased above the values shown in Table 8 using chemical admixtures, provided that the admixture -treated concrete has the same or lower water —cement or water—cementitious-material ratio and does not exhibit segregation or excessive bleeding. Request approval for the mix design sufficiently in advance for proper evaluation by the Engineer. Table 8 Slump Requirements Recommended Design Maximum Acceptable Concrete Designation and Placement Slump, Placement Slump, in. in. Drilled shafts See Item 416 See Item 416 Thin walled section 4 6-1/2 (9 in. or less Approach slabs, concrete overlays, ca;-s, columns, piers, 3 5 wall sections (over 9 in. Bridge slabs 4 5-1/2 Prestressed concrete members 4 6-1/2 Concrete traffic barrier, 4 6-1/2 concrete bride railing Dense concrete overlay 3/4 2 Latex -modified conc. for 3 7-1/2 bridge deck overlays Concrete placed underwater 6 8-1/2 Concrete pavement (slip- 1-1/2 3 formed Concrete pavement formed 4 6-1/2 Riprap, curb, gutter, slip- As approved As approved formed, and extruded concrete 1. If a high -range water reducer (HRWR) is used, maximum acceptable placement slump will be 9 in. 6. Mix Design Options. For structural concrete identified in Table 5 and any other class of concrete designed using more than 520 lb. of cementitious material per cubic yard, use one of the mix design Options 1-8 shown below. For concrete classes not identified as structural concrete and designed using less than 520 lb. of cementitious material per cubic yard, use one of the mix design Options 1-8 shown in Table 5, except that Class C fly ash may be used instead of Class F fly ash for Options 1, 3, and 4 unless sulfate -resistant concrete is required. a. Option 1. Replace 20 to 35%of the cement with Class F fly ash. b. Option 2. Replace 35 to 50% of the cement with GGBFS. c. Option 3. Replace 35 to 50% of the cement with a combination of Class F fly ash, GGBFS, or silica fume. However, no more than 35% may be fly ash, and no more than 10% may be silica fume. d. Option 4. Use Type IP or Type IS cement. (Up to 10% of a Type IP or Type IS cement may be replaced with Class F fly ash, GGBFS, or silica fume.) e. Option 5. Replace 35 to 50% of the cement with a combination of Class C fly ash and at least 6% of silica fume, UFFA, or metakaolin. However, no more than 35% may be Class C fly ash, and no more than 10% may be silica fume. f. Option 6. Use a lithium nitrate admixture at a minimum dosage of 0.55 gal. of 30% lithium nitrate solution per pound of alkalis present in the hydraulic cement. g. Option 7. When using hydraulic cement only, ensure that the total alkali contribution from the cement in the concrete does not exceed 4.00 lb. per cubic yard. of concrete when calculated as follows: lb. alkali per cu.yd. = (lb. cement per cu. yd.)x (% Na,O equivalent in cement 100 In the above calculation, use the maximum cement alkali content reported on the cement mill certificate. h. Option 8. For any deviations from Options 1-7, perform the following: • Test both coarse and fine aggregate separately in accordance with ASTM C 1260, using 440 g of the proposed cementitious material in the same proportions of hydraulic cement to supplementary cementing material to be used in the mix. • Before use of the mix, provide the certified test report signed and sealed by a licensed professional engineer demonstrating that the ASTM C 1260 test result for each aggregate does not exceed 0.10% expansion. B. Trial Batches. Perform all preliminary trial batches and testing necessary to substantiate the proposed mix designs, and provide documentation including mix design, material proportions, and test results substantiating that the mix design conforms to specification requirements. Make all final trial batches using the proposed ingredients in a mixer that is representative of the mixers to be used on the job. Make the batch size at least 50% of the mixer's rated capacity. Perform fresh concrete tests for air and slump, and make, cure, and test strength specimens for compliance with specification requirements. Test at least 3 sets of design strength specimens with 2 specimens per set in accordance with Tex-418-A or Tex-448-A for each test age. Before placing, provide the Engineer the option of witnessing final trial batches, including the testing of the concrete. If not provided this option, the Engineer may require additional trial batches, including testing, before the concrete is placed. Establish 7-day compressive strength target values using the following formula for each concrete mix to be used: Target value = Minimum design strength x 7 - day avg. trial batch strength 28 - day avg. trial batch strength When there are changes in aggregates or in type, brand, or source of cement, SCM, or chemical admixtures, reevaluate the mix as a new mix design. A change in vendor does not necessarily constitute a change in materials or source. When only the brand or source of cement is changed and there is a prior record of satisfactory performance of the cement with the ingredients, new trial batches may be waived by the Engineer. When the maturity method is specified or permitted, establish the strength —maturity relationship in accordance with Tex-426-A. When using the maturity method any changes in any of the ingredients, including changes in proportions, will require the development of a new strength —maturity relationship for the mix. C. Storage of Materials. 1. Cement, Supplementary Cementing Materials, and Mineral Filler. Store all cement, supplementary cementing materials, and mineral filler in weatherproof enclosures that will protect them from dampness or absorption of moisture. When permitted, small quantities of sacked cement may be stored in the open, on a raised platform, and under waterproof covering for up to 48 hours. 2. Aggregates. Handle and store concrete aggregates in a manner that prevents contamination with foreign materials. If the aggregates are stored on the ground, clear the sites for the stockpiles of all vegetation, level the sites, and do not use the bottom 6-in. layer of aggregate without cleaning the aggregate before use. When conditions require the use of 2 or more grades of coarse aggregates, maintain separate stockpiles and prevent intermixing. Where space is limited, separate the stockpiles using physical barriers. Store aggregates from different sources in different stockpiles unless the Engineer authorizes pre -blending of the aggregates. Minimize segregation in stockpiles. Remix and test stockpiles when segregation is apparent. Sprinkle stockpiles to control moisture and temperature as necessary. Maintain reasonably uniform moisture content in aggregate stockpiles. 3. Admixtures. Store admixtures in accordance with manufacturer's recommendations and prevent admixtures from freezing. D. Measurement of Materials. Except for volumetric mixers, measure concrete materials by weight. Measure mixing water, consisting of water added to the batch, ice added to the batch, water occurring as surface moisture on the aggregates, and water introduced in the form of admixtures, by volume or weight. Measure ice by weight. Measure cement and supplementary cementing materials in a weigh hopper and on a separate scale from those used for other materials. Measure the cement first when measuring the cumulative weight. Measure concrete chemical admixtures in powdered form by weight. Measure concrete chemical admixtures in liquid form by weight or volume. Measure batch materials within the tolerances of Table 9. Table 9 Measurement Tolerances — Non -Volumetric Mixers Material Tolerance % Cement, wt. f 1 Mineral admixture, wt. fl Cement + SCM cumulative weighing), wt. tl Water, wt. or volume f3 Fine aggregate, wt. f2 Coarse aggregate, wt. f2 Fine + coarse aggregate cumulative weighing), wt. t1 Chemical admixtures, wt. or volume t3 When measuring cementitious materials at less than 30% of scale capacity, ensure that the quantity measured is accurate to not less than the required amount and not more than 4% in excess. When measuring aggregates in a cumulative weigh batcher at less than 30% of the scale capacity, ensure that the cumulative quantity is measured accurate to f0.3% of scale capacity or f3% of the required cumulative weight, whichever is less. For volumetric mixers, base tolerances on volume —weight relationship established by calibration, and measure the various ingredients within the tolerances of Table 10. Correct batch weight measurements for moisture. When approved, under special circumstances, measure cement in bags of standard weight. Weighing of sacked cement is not required. Do not use fractional bags except for small hand -mixed batches of approximately 5 cu. ft. or less and when an approved method of volumetric or weight measurement is used. Table 10 Measurement Tolerances — Volumetric Mixers Material Tolerance Cement, wt. % 0 to +4 SCM, wt. % 0 to +4 Fine aggregate, wt. % f2 Coarse aggregate, wt. % f2 Admixtures, wt. or volume % t3 Water, wt. or volume % fl E. Mixing and Delivering Concrete. Mix and deliver concrete by means of one of the following operations: • central -mixed, • shrink -mixed, • truck -mixed, • volumetric mixer -mixed, or • hand -mixed. Operate mixers and agitators within the limits of the rated capacity and speed of rotation for mixing and agitation as designated by the manufacturer of the equipment. For shrink -mixed and truck -mixed concrete, when there is a reason to suspect the uniformity of concrete delivered using a truck mixer or truck agitator, conduct slump tests of 2 individual samples taken after discharging approximately 15% and 85% of the load as a quick check of the probable degree of uniformity. Take the 2 samples within an elapsed time of at most 15 min. If the slumps of the 2 samples differ by more than the values shown in Table 11, investigate the causes and take corrective actions including adjusting the batching sequence at the plant and the mixing time and number of revolutions. Delivery vehicles that fail to meet the mixing uniformity requirements must not be used until the condition is corrected. Table 11 Slump Tolerance' Average Slump Slump Tolerance2 4 in. or less 1.0 in. 4 to 6 in. 1.5 in. 1. Do not apply these tolerances to the required slumps in Table 8. 2. Maximum permissible difference in results of test of samples from 2 locations in the concrete batch. Re -tempering or adding concrete chemical admixtures is only permitted at the job site when concrete is delivered in a truck mixer. Do not add water after the introduction of mixing water at the batch plant except on arrival at the job site, with approval, to adjust the slump of the concrete. When this water is added, do not exceed the mix design water-cementitious-material ratio. Turn the drum or blades at least 30 additional revolutions at mixing speed to ensure thorough and uniform mixing of the concrete. Do not add water or chemical admixtures to the batch after any concrete has been discharged. Maintain concrete delivery and placement rates sufficient to prevent cold joints. Before unloading, furnish the delivery ticket for the batch of concrete containing the information required on Department Form 596, "Concrete Batch Ticket" When the concrete contains silica fume, adjust mixing times and batching operations as necessary to ensure the material is completely and uniformly dispersed in the mix. The dispersion of the silica fume within the mix will be verified by the Construction Division, Materials and Pavements Section, using cylinders made from trial batches. If uniform dispersion is not achieved, make necessary changes to the batching operations until uniform and complete dispersion of the silica fume is achieved. 1. Central -Mixed Concrete. Provide concrete that is mixed completely in a stationary mixer. Mix concrete for a period of 1 min. for 1 cu. yd. and 15 sec. for each additional cu. yd. of rated capacity of the mixer unless mixer performance test data demonstrate that shorter mixing times can be used to obtain a uniform mix in accordance with Tex-472-A. Count the mixing time from the time all the solid materials are in the drum. Charge the mixer so that some water will enter before the cement and aggregate. Ensure that all water is in the drum by the end of the first 1/4 of the specified mixing time. Adjust the mixing time if necessary to achieve a uniform mix. Concrete mixed completely in a stationary mixer must be delivered to the project in a truck mixer, truck agitator, or non -agitating delivery vehicle. When a truck mixer or truck agitator is used for transporting concrete, use the manufacturer's designated agitating speed for any turning during transportation. Non -agitating delivery vehicles must be clean and free of built-up concrete with adequate means to control concrete discharge. Deliver the concrete to the project in a thoroughly mixed and uniform mass, and discharge the concrete with a satisfactory degree of uniformity. Resolve questions regarding the uniformity of the concrete by testing when directed by the Engineer in accordance with Tex-472-A. 2. Shrink -Mixed Concrete. Provide concrete that is first partially mixed in a stationary mixer and then mixed completely in a truck mixer. Partially mix for the minimum time required to intermingle the ingredients in the stationary mixer, and then transfer to a truck mixer and mix the concrete at the manufacturer's designated mixing speed for an adequate amount of time to produce thoroughly mixed concrete. Deliver the concrete to the project in a thoroughly mixed and uniform mass, and discharge the concrete with a satisfactory degree of uniformity. 3. Truck -Mixed Concrete. Mix the concrete in a truck mixer from 70 to 100 revolutions at the mixing speed designated by the manufacturer to produce a uniform concrete mix. Deliver the f, concrete to the project in a thoroughly mixed and uniform mass and discharge the concrete with a satisfactory degree of uniformity. Additional mixing at the job site at the mixing speed designated by the manufacturer is allowed as long as concrete is discharged before the drum has revolved a total of 300 revolutions after the introduction of the mixing water to the cement and the aggregates. 4. Volumetric Mixer -Mixed Concrete. Unless otherwise specified or permitted, perform all mixing operations in accordance with manufacturer's recommended procedures. Provide an accurate method of measuring all ingredients by volume, and calibrate equipment to assure correct measurement of materials within the specified tolerances. 5. Hand -Mixed Concrete. When permitted, for small placements of less than 2 cu. yd., mix up to a 2-sack batch of concrete by hand methods or in a small motor -driven mixer. For such placements, proportion the mix by volume or weight. F. Placing, Finishing, and Curing Concrete. Place, finish, and cure concrete in accordance with the pertinent Items. G. Sampling and Testing of Concrete. Unless otherwise specified, all fresh and hardened concrete is subject to testing as follows: 1. Sampling Fresh Concrete. Provide all material to be tested. Fresh concrete will be sampled for testing at the discharge end if using belt conveyors or pumps. When it is impractical to sample at the discharge end, a sample will be taken at the time of discharge from the delivery equipment and correlation testing will be performed and documented to ensure specification requirements are met at the discharge end. 2. Testing of Fresh Concrete. a. Air Content. Tex-414-A or Tex-416-A. b. Slump. Tex-415-A. c. Temperature. Tex-422-A. d. Making and Curing Strength Specimens. Tex-447-A. 3. Testing of Hardened Concrete. Only compressive strength testing will be used unless otherwise specified or shown on the plans. a. Compressive Strength. Tex-418-A. b. Flexural Strength. Tex-448-A. c. Maturity. Tex-426-a. 4. Certification of Testing Personnel. Contractor personnel performing testing must be either ACI- certified or qualified by a Department -recognized equivalent written and performance testing program for the tests being performed. Personnel performing these tests are subject to Department approval. Use of a commercial laboratory is permitted. All personnel performing testing using the maturity method must be qualified by a training program recognized by the Department before using this method on the job. 5. Adequacy and Acceptance of Concrete. The Engineer will sample and test the fresh and hardened concrete for acceptance. The test results will be reported to the Contractor and the concrete supplier. For any concrete that fails to meet the required strengths as outlined below, investigate the quality of the materials, the concrete production operations, and other possible problem areas to determine the cause. Take necessary actions to correct the problem including redesign of the concrete mix. The Engineer may suspend all concrete operations under the pertinent Items if the Contractor is unable to identify, document, and correct the cause of the low strengths in a timely manner. Resume concrete operations only after obtaining approval for any proposed corrective actions. a. Structural Concrete. For concrete classes identified as structural concrete in Table 5, the Engineer will make and test 7-day and 28-day specimens. Acceptance will be based on the design strength given in Table 5. The Engineer will evaluate the adequacy of the concrete by comparing 7-day test results to the target value established in accordance with Section 421.4.13, "Trial Batches." b. All Other Concrete. For concrete classes not identified as structural concrete in Table 5, the Engineer will make and test 7-day specimens. The Engineer will base acceptance on the 7-day target value established in accordance with Section 421.4.13, "Trial Batches." 6. Test Sample Handling. Unless otherwise shown on the plans or directed, remove forms and deliver department test specimens to curing facilities, in accordance with pertinent test procedures. Clean and prepare forms for reuse. 421.5. Measurement and Payment. The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. r ITEM 432 RIPRAP 432.1. Description. Furnish and place concrete, stone, cement -stabilized, or special riprap. 432.2. Materials. Furnish materials in accordance with the following: • Item 420, "Concrete Structures" • Item 421, "Hydraulic Cement Concrete" • Item 431, "Pneumatically Placed Concrete" • Item 440, "Reinforcing Steel" • DMS-6200, "Filter Fabric." A. Concrete Riprap. Use Class B Concrete unless otherwise shown on the plans. B. Pneumatically Placed Concrete Riprap. Use Class II concrete that meets Item 431, "Pneumatically Placed Concrete," unless otherwise shown. C. Stone Riprap. Unless otherwise shown on the plans, use durable natural stone with a minimum bulk specific gravity of 2.40 as determined by Tex-403-A. Provide stone that, when tested in accordance with Tex-411-A, has a maximum weight loss of 18% after 5 cycles of magnesium sulfate solution and 14% after 5 cycles of sodium sulfate solution. For all types of stone riprap perform a size verification test on the first 5,000 sq. yd. of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 sq. yd. of riprap has been approved. When specified, provide grout or mortar in accordance with Item 421,"Hydraulic Cement Concrete." Provide grout with a consistency that will flow into and fill all voids. Provide filter fabric in accordance with DMS-6200, "Filter Fabric." For protection stone riprap, provide Type 2 filter fabric unless otherwise shown on the plans. For Type R, F, or Common stone riprap, provide Type 2 filter fabric when shown on the plans. 1. Type R. Use stones between 50 and 250 lb. with a minimum of 50% of the stones heavier than 100 lb. 2. Type F. Use stones between 50 and 250 lb. with a minimum of 40% of the stones heavier than 100 lb. Use stones with at least 1 broad flat surface. 3. Common. Use stones between 50 and 250 lb. Use stones that are at least 3 in. in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the plans or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 4. Protection. Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be at least 1/3 of the length. When shown on the plans or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. Determine gradation of the finished, in -place, riprap stone under the direct supervision of the Engineer in accordance with Tex-41 I -A, Part II. Table 1 In -Place Protection Riprap Gradation Requirements Thickness Maximum Size Ib. 90% Size 1b. 50% Size Ib. 8% Size', Minimum Ib. 12in. 200 80-180 30-75 3 15 in. 320 170-300 60-165 20 18 in. 530 290-475 105-220 22 21in. 800 460-720 175 300 25 24 in. 1,000 1 550-850 1 200-325 30 30 in. 2,600 1 1,150-2,250 1 400-900 40 1. As defined in Tex-401-A, Part H. Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the plans. Determine size distribution in accordance with Tex-401-A, Part I. Table 2 Protection Riprap Bedding Material Gradation Requirements Sieve Size (Sq. Mesh % by Weight Passing 3 in. 100 1-1/2 in. 50-80 3/4 in. 20-60 No. 4 0-15 No. 10 0-5 D. Cement -Stabilized Riprap. Provide aggregate that meets Item 247, "Flexible Base," for the type and grade shown on plans. Use cement -stabilized riprap with 7% hydraulic cement by dry weight of the aggregate- E. Special Riprap. Furnish materials for special riprap according to the plans. 432.3. Construction. Dress slopes and protected areas to the line and grade shown on the plans before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the plans or as directed. A. Concrete Riprap. Reinforce concrete riprap with 6 x 6 - W2.9 x W2.9 welded wire fabric or with No. 3 or No. 4 reinforcing bars spaced at a maximum of 18 in. in each direction unless otherwise shown. Alternative styles of welded wire fabric that provide at least 0.058 sq. in. of steel per foot in both directions may be used if approved. A combination of welded wire fabric and reinforcing bars may be provided when both are permitted. Provide a minimum 6-in, lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of I in. and a maximum cover of 3 in. Place the first parallel bar at most 6 in. from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. After placing the concrete, compact and shape it to conform to the dimensions shown on plans. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. Immediately after the finishing operation, cure the riprap according to Item 420, "Concrete Structures." B. Stone Riprap. Provide the following types of stone riprap when shown on the plans: • Dry Riprap. Dry riprap is stone riprap with voids filled with only spalls or small stones. • Grouted Riprap. Grouted riprap is Type R, F, or Common stone riprap with voids grouted after all the stones are in place. • Mortared Riprap. Mortared riprap is Type F stone riprap laid and mortared as each stone is placed. Use spalls and small stones lighter than 25 lb. to fill open joints and voids in stone riprap, and place to a tight fit. Do not place mortar or grout when the air temperature is below 35°F. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 ft. Secure fabric with nails or pins. Use nails at least 2 in. long with washers or U-shaped pins with legs at least 9 in. long. Space nails or pins at a maximum of 10 ft. in each direction and 5 ft. along the seams. Alternative anchorage and spacing may be used when approved. 1. Type R. Construct riprap as shown in Figure 1 and as shown on the plans. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. Place the upright axis of the stones at an angle of approximately 90° to the embankment slope. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. Fill open joints between stones with spalls. Place stones to create a uniform finished top surface. Do not exceed a 6-in. variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. When the plans require Type R stone riprap to be grouted, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet the stones thoroughly, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. Grout when specified N Slope of embankment Upright axes of stone perpendicular to slope T-6" min Figure 1 Type R stone riprap, dry or grouted. 2. Type F. a. Dry Placement. Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. Place stone to drain water down the face of the slope. Mortar when specified s. o� N " min N Slope of embankment �V-6" min Figure 2 Type F stone riprap, dry or mortared. b. Grouting. Construct riprap as shown in Figure 3. Size, shape, and lay large flat -surfaced stones to produce an even surface with minimal voids. Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. Place the stones to create a plane surface with a maximum variation of 6 in. in 10 ft. from true plane. Provide the same degree of accuracy for warped and curved surfaces. Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. Grout when specified Slope of embankment Figure 3 Type F stone riprap, grouted. c. Mortaring. Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth -raked joints as directed. 3. Common. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. When the plans require grouting common stone riprap, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. Grout when specified Multiple layers (more than one ? rock depth) �N . IF' 'Slope of embankment "i E. 1'-6"' in Figure 4 Common stone riprap, dry or grouted. 4. Protection. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the limits shown on the plans. Place stone for riprap on the bedding material to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids. Construct the riprap to the lines and grades shown on the plans or staked in the field. A tolerance of +6 in. and -0 in. from the slope line and grades shown on the plans is allowed in the finished surface of the riprap. Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well - graded distribution of stone sizes. ta E N Figure 5 Protection stone riprap. C. Pneumatically Placed Concrete Riprap, Class H. Meet Item 431, "Pneumatically Placed Concrete." Provide reinforcement following the details on the plans and Item 440, "Reinforcing Steel." Support reinforcement with approved supports throughout placement of concrete. Give the surface a wood -float finish or a gun finish as directed. Immediately after the finishing operation, cure the riprap with membrane -curing compound in accordance with Item 420, "Concrete Structures." D. Cement -Stabilized Riprap. Follow the requirements of the plans and the provisions for concrete riprap except when reinforcement is not required. The Engineer will approve the design and mixing of the cement -stabilized riprap. E. Special Riprap. Construct special riprap according to the plans. 432.4. Measurement. This Item will be measured by the cubic yard of material complete in place. Volume will be computed on the basis of the measured area in place and the thickness and toe wall width shown on the plans. For stone riprap for protection, the quantity of the bedding material to be paid for will be measured by the cubic yard as computed from the measured area in place and the bedding thickness shown on the plans. 432.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Riprap" of the type, thickness, and void -filling technique (Dry, Grout, Mortar) specified, as applicable. This price is full compensation for furnishing, hauling, and placing riprap and for filter fabric, expansion joint material, concrete and reinforcing steel, grout and mortar, scales, test weights, equipment, labor, tools, and incidentals. Payment for excavation of toe wall trenches, for all necessary excavation below natural ground or bottom of excavated channel, and for shaping of slopes for riprap will be included in the unit price bid per cubic yard of riprap. When bedding is required for protection stone riprap, payment will be made at the unit price for "Bedding Material" of the thickness specified. This price is full compensation for furnishing, hauling, placing, and maintaining the bedding material until placement of the riprap cover is completed and accepted; excavation required for placement of bedding material; and equipment, scales, test weights, labor, tools, and incidentals. No payment will be made for excess thickness of bedding nor for material required to replace embankment material lost by rain wash, wind erosion, or otherwise. ITEM 440 REINFORCING STEEL 440.1. Description. Furnish and place reinforcing steel of the sizes and details shown on the plans. 440.2. Materials. A. Approved Mills. Before furnishing steel, producing mills of reinforcing steel for the Department must be pre -approved in accordance with DMS-7320, "Qualification Procedure for Reinforcing Steel Mills," by the Construction Division, which maintains a list of approved producing mills. Reinforcing steel obtained from unapproved sources will not be accepted. B. Deformed Bar and Wire Reinforcement. Unless otherwise shown on the plans, reinforcing steel must be Grade 60, and bar reinforcement must be deformed. Reinforcing steel must conform to one of the following: • ASTM A 615, Grades 40 or 60; • ASTM A 996, Type A, Grades 40 or 60; • ASTM A 996, Type R, Grade 60, permitted in concrete pavement only (Furnish ASTM A 996, Type R bars as straight bars only and do not bend them. Bend tests are not required.); or • ASTM A 706. The provisions of this Item take precedence over ASTM provisions. The nominal size, area, and weight of reinforcing steel bars covered by this Item are shown in Table 1. Designate smooth bars up to No. 4 by size number and above No. 4 by diameter in inches. Table 1 Size, Area, and Weight of Reinforcing Steel Bars Bar Size Number in. Bar Size Number mm Diameter (in.) Area (Sq. in.) Weight per Ft. 3 10 0.375 0.11 0.376 4 13 0.500 0.20 0.668 5 1 16 0.625 0.31 1.043 6 19 0.750 0.44 1.502 7 22 0.875 0.60 2.044 8 25 1.000 0.79 2.670 9 29 1.128 1.00 3.400 10 32 1.270 1.27 1 4.303 11 1 36 1 1.410 1.56 5.313 14 43 1.693 2.25 7.650 18 57 2.257 4.00 13.60 Note: Bar size numbers (in.) are based on the number of eighths of an inch included in the nominal diameter of the bar. Bar size numbers (mm) approximate the number of millimeters included in the nominal diameter of the bar. C. Smooth Bar and Spiral Reinforcement. Smooth bars and dowels for concrete pavement must have a minimum yield strength of 60 ksi and meet ASTM A 615. For smooth bars that are larger than No. 3, provide steel conforming to ASTM A 615 or meet the physical requirements of ASTM A 36. Spiral reinforcement may be smooth or deformed bars or wire of the minimum size or gauge shown on the plans. Bars for spiral reinforcement must comply with ASTM A 615, Grade 40; ASTM A 996, Type A, Grade 40; or ASTM A 675, Grade 80, meeting dimensional requirements of ASTM A 615. Smooth wire must comply with ASTM A 82, and deformed wire must comply with ASTM A 496. D. Weldable Reinforcing Steel. Reinforcing steel to be welded must comply with ASTM A 706 or have a carbon equivalent (C.E.) of at most 0.55%. A report of chemical analysis showing the percentages of elements necessary to establish C.E. is required for reinforcing steel that does not meet ASTM A 706 to be structurally welded. These requirements do not pertain to miscellaneous welds on reinforcing steel as defined in Section 448.4.B.l.a, "Miscellaneous Welding Applications." Calculate C.E. using the following formula: %Mn %Cu %Ni %Cr %Mo %V -- 6 40 20 10 50 10 E. Welded Wire Fabric. For fabric reinforcement, use wire that conforms to ASTM A 82 or A 496. Use wire fabric that conforms to ASTM A 185 or A 497.Observe the relations shown in Table 2 among size number, diameter in inches, and area when ordering wire by size numbers, unless otherwise specified. Precede the size number for deformed wire with "D" and for smooth wire with "W." Designate welded wire fabric as shown in the following example: 6 x 12 - W 16 x W8 (indicating 6-in. longitudinal wire spacing and 12-in. transverse wire spacing with smooth No. 16 wire longitudinally and smooth No. 8 wire transversely). Table 2 Wire Size Number- Diameter. and Area Size Number in. Size Number mm Diameter (in.) Area (sq. in.) 31 200 0.628 0.310 30 194 0.618 0.300 28 181 0.597 0.280 26 168 0.575 0.260 24 155 0.553 0.240 22 142 0.529 0.220 20 129 0.505 0.200 18 116 0.479 0.180 16 103 0.451 0.160 14 90 0.422 0.140 12 77 0.391 0.120 10 65 0.357 0.100 8 52 0.319 0.080 7 45 0.299 0.070 6 39 0.276 0.060 5.5 35 0.265 0.055 5 32 0.252 0.050 4.5 29 0.239 0.045 4 26 0.226 0.040 3.5 23 0.211 0.035 2.9 19 0.192 0.035 2.5 16 0.178 0.025 2 13 0.160 0.020 1.4 9 1 0.134 0.014 1.2 8 0.124 0.012 0.5 3 0.080 0.005 Note: Size numbers (in.) are the nominal cross -sectional area of the wire in hundredths of a square inch. Size numbers (mm) are the nominal cross -sectional area of the wire in square millimeters. Fractional sizes between the sizes listed above are also available and acceptable for use. F. Epoxy Coating. Epoxy coating will be required as shown on the plans. Before furnishing epoxy - coated reinforcing steel, an epoxy applicator must be pre -approved in accordance with DMS-7330, "Qualification Procedure for Reinforcing Steel Epoxy Coating Applicators." The Construction Division maintains a list of approved applicators. Coat reinforcing steel in accordance with Table 3. Table 3 Epoxy Coating Requirements for Reinforcing Steel Material Specification Bar ASTM A 775 or A 934 Wire or fabric ASTM A 884 Class A or B Mechanical couplers As shown on the plans Hardware As shown on the plans Use epoxy coating material and coating repair material that complies with DMS-8130, "Epoxy Powder Coating for Reinforcing Steel." Do not patch more than 1/4 in. total length in any foot at the applicator's plant. Epoxy -coated reinforcement will be sampled and tested in accordance with Tex-739-I. Maintain identification of all reinforcing throughout the coating and fabrication and until delivery to the project site. Fumish 1 copy of a written certification that the coated reinforcing steel meets the requirements of this Item and 1 copy of the manufacturer's control tests. G. Mechanical Couplers. When mechanical splices in reinforcing steel bars are shown on the plans, use the following types of coupler: • sleeve -filler, • sleeve -threaded, • sleeve -swaged, or • sleeve -wedge. Fumish only couplers that have been produced by a manufacturer that has been prequalified in accordance with DMS-4510, "Mechanical Couplers." Sleeve -wedge type couplers will not be permitted on coated reinforcing. Couplers for use on individual projects must be sampled and tested in accordance with DMS-4510. Fumish couplers only at locations shown on the plans. 4403. Construction. A. Bending. Cold -bend the reinforcement accurately to the shapes and dimensions shown on the plans. Fabricate in the shop if possible. Field -fabricate, if permitted, using a method approved by the Engineer. Replace improperly fabricated, damaged, or broken bars at no additional expense to the Department. Repair damaged or broken bars embedded in a previous concrete placement using a method approved by the Engineer. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), must be as shown in Table 4. Table 4 Minimum Inside Diameter of Bar Bends Bar Size Bend Number Diameter E94, mm Bends of 90° and greater in10, 13, 16 4d stirrups, ties, and other 6, 7, 8 19, 22, 25 6d secondary bars that enclose another bar in the bend Bends in main bars and in 3 through 8 10 through 25 6d secondary bars not covered 9, 10, 11 29, 32, 36 8d 14,18 43,57 10d above Note: Bar size numbers (in.) are based on the number of eighths of an inch included in the nominal diameter of the bar. Bar size numbers (nun) approximate the number of millimeters included in the nominal diameter of the bar. i Where bending No. 14 or No. 18 Grade 60 bars is required, bend -test representative specimens as described for smaller bars in the applicable ASTM specification. Make the required 901 bend around a pin with a diameter of 10 times the nominal diameter of the bar. B. Tolerances. Fabrication tolerances for bars are shown in Figure 1. +1" ±2" From end of,bar to any ±1/2" +0, -1/4" if 6" or less +0, -1/2" if over 6" N tl Spiral or Stirrup or Tie Circular Tie Figure 1 Fabrication tolerances for bars. C. Storage. Store steel reinforcement above the ground on platforms, skids, or other supports, and protect it from damage and deterioration. Ensure that reinforcement is free from dirt, paint, grease, oil, and other foreign materials when it is placed in the work. Use reinforcement free from defects such as cracks and delaminations. Rust, surface seams, surface irregularities, or mill scale will not be cause for rejection if the minimum cross -sectional area of a hand wire -brushed specimen meets the requirements for the size of steel specified. D. Splices. Lap -splice, weld -splice, or mechanically splice bars as shown on the plans. Additional splices not shown on the plans will require approval. Splices not shown on the plans will be permitted in slabs 15 in. or less in thickness, columns, walls, and parapets. • Unless otherwise approved, splices will not be permitted in bars 30 ft. or less in plan length. For bars exceeding 30 ft. in plan length, the distance center -to -center of splices must be at least 30 ft. minus 1 splice length, with no more than 1 individual bar length less than 10 ft. Make lap splices I not shown on the plans, but otherwise permitted, in accordance with Table 5. Maintain the specified concrete cover and spacing at splices, and place the lap -spliced bars in contact, securely tied together. Table 5 Miinimum Lap Requirements for Bar Sizes through No. 11 Bar Size Number in. Bar Size Number mm Uncoated Lap Length Coated Lap Lenth 3 10 1 ft. 4 in. 2 ft. 0 in. 4 13 1 ft. 9 in. 2 ft. 8 in. 5 16 2 ft. 2 in. 3 ft. 3 in. 6 19 2 ft. 7 in. 3 ft. 11 in. 7 22 3 ft. 5 in. 5 ft. 2 in. 8 25 4 ft. 6 in. 6 ft. 9 in. 9 29 5 ft. 8 in. 8 ft. 6 in. 10 32 7 ft. 3 in. loft. 1 I in. 11 36 1 8 ft. 11 in. 13 ft. 5 in. Note: Bar size numbers (in.) are based on the number of eighths of an inch included in the nominal diameter of the bar. Bar size numbers (mm) approximate the number of millimeters included in the nominal diameter of the bar. • Do not lap No. 14 or No. 18 bars. • Lap spiral steel at least 1 turn. • Splice welded wire fabric using a lap length that includes the overlap of at least 2 cross wires plus 2 in. on each sheet or roll. Splices using bars that develop equivalent strength and are lapped in accordance with Table 5 are permitted. • For box culvert extensions with less than 1 ft. of fill, lap the existing longitudinal bars with the new bars as shown in Table 3. For extensions with more than 1 ft. of fill, lap at least 1 ft. 0 in. • Ensure that welded splices conform to the requirements of the plans and of Item 448, "Structural Field Welding." Field -prepare ends of reinforcing bars if they will be butt -welded. Delivered bars must be long enough to permit weld preparation. • install mechanical coupling devices in accordance with the manufacturer's recommendations at locations shown on the plans. Protect threaded male or female connections, and make sure the threaded connections are clean when making the connection. Do not repair damaged threads. • Mechanical coupler alternate equivalent strength arrangements, to be accomplished by substituting larger bar sizes or more bars, will be considered if approved in writing before fabrication of the systems. E. Placing. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. Place reinforcement as near as possible to the position shown on the plans. In the plane of the steel parallel to the nearest surface of concrete, bars must not vary from plan placement by more ' than 1/12 of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of f---= concrete, bars must not vary from plan placement by more than 1/4 in. Cover of concrete to the nearest surface of steel must be at least 1 in, unless otherwise shown on the plans. For bridge slabs, the clear cover tolerance for the top mat of reinforcement is —0, +1/2 in. J Locate the reinforcement accurately in the forms, and hold it firmly in place before and during concrete placement by means of bar supports that are adequate in strength and number to prevent displacement and to keep the steel at the proper distance from the forms. Support bars by standard bar supports with plastic tips, approved plastic bar supports, or precast mortar or concrete blocks when supports are in contact with removable or stay -in -place forms. Use bright basic bar supports to support reinforcing steel placed in slab overlays on concrete panels or on existing concrete slabs. Bar supports in contact with soil or subgrade must be approved. For bar supports with plastic tips, the plastic protection must be at least 3/32 in. thick and extend upward on the wire to a point at least 1/2 in. above the formwork. a' �l LA All accessories such as tie wires, bar chairs, supports, or clips used with epoxy -coated reinforcement must be of steel, fully coated with epoxy or plastic. Plastic supports approved by the Engineer may also be used with epoxy -coated reinforcement. Cast mortar or concrete blocks to uniform dimensions with adequate bearing area. Provide a suitable tie wire in each block for anchoring to the steel. Cast the blocks to the thickness required in approved molds. The surface placed adjacent to the form must be a true plane, free of surface imperfections. Cure the blocks by covering them with wet burlap or mats for a period of 72 hr. Mortar for blocks should contain approximately 1 part hydraulic cement to 3 parts sand. Concrete for blocks should contain 850 lb. of hydraulic cement per cubic yard of concrete. Place individual bar supports in rows at 4-ft. maximum spacing in each direction. Place continuous type bar supports at 4-ft. maximum spacing. Use continuous bar supports with permanent metal deck forms. The exposure of the ends of longitudinals, stirrups, and spacers used to position the reinforcement in concrete pipe and in precast box culverts or storm drains is not cause for rejection. Tie reinforcing steel for bridge slabs, top slabs of direct traffic culverts, and top slabs of prestressed box beams at all intersections, except tie only alternate intersections where spacing is less than 1 ft. in r' each direction. For reinforcing steel cages for other structural members, tie the steel at enough intersections to provide a rigid cage of steel. Fasten mats of wire fabric securely at the ends and edges. Before concrete placement, clean mortar, mud, dirt, debris, oil, and other foreign material from the reinforcement. Do not place concrete until authorized. If reinforcement is not adequately supported or tied to resist settlement, reinforcement is floating upward, truss bars are overturning, or movement is detected in any direction during concrete placement, stop placement until corrective measures are taken. F. Handling, Placement, and Repair of Epoxy -Coated Reinforcing Steel. 1. Handling. Provide systems for handling coated reinforcement with padded contact areas. Pad bundling bands or use suitable banding to prevent damage to the coating. Lift bundles of coated reinforcement with a strongback, spreader bar, multiple supports, or a platform bridge. Transport the bundled reinforcement carefully, and store it on protective cribbing. Do not drop or drag the coated reinforcement. 2. Construction Methods. Do not flame -cut coated reinforcement. Saw or shear -cut only when approved. Coat cut ends as specified in Section 440.3.F.3, "Repair of Coating." Do not weld or mechanically couple coated reinforcing steel except where specifically shown on the plans. Remove the epoxy coating at least 6 in. beyond the weld limits before welding and 2 in. beyond the limits of the coupler before assembly. After welding or coupling, clean the steel of oil, grease, moisture, dirt, welding contamination (slag or acid residue), and rust to a near -white finish. Check the existing epoxy for damage. Remove any damaged or loose epoxy back to sound epoxy coating. After cleaning, coat the splice area with epoxy repair material to a thickness of 7 to 17 mils after curing. Apply a second application of repair material to the bar and coupler interface to ensure complete sealing of the joint. 3. Repair of Coating. For repair of the coating, use material that complies with the requirements of this Item and ASTM D 3963. Make repairs in accordance with procedures recommended by the manufacturer of the epoxy coating powder. For areas to be patched, apply at least the same coating thickness as required for the original coating. Repair all visible damage to the coating. Repair sawed and sheared ends, cuts, breaks, and other damage promptly before additional f ' oxidation occurs. Clean areas to be repaired to ensure that they are free from surface contaminants. Make repairs in the shop or in the field as required. 440.4. Measurement and Payment. The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be considered subsidiary to pertinent Items. I ITEM 442 METAL FOR STRUCTURES 442.1. Description. Provide structural steel, high -strength bolts, forgings, steel castings, iron castings, wrought iron, steel pipe and tubing, aluminum castings and tubing, or other metals used in structures, except reinforcing steel and metal culvert pipe. 442.2. Materials. Furnish mill test reports (MTRs), supplemental test documentation, and certifications required by this and other pertinent Items. A. Structural Steel. The Engineer may sample and test steel in accordance with ASTM A 370. 1. Bridge Structures. Provide the grade of ASTM A 709 steel shown on the plans. Grade 50W, 50S, or HPS 50W may be substituted for Grade 50 at no additional cost to the Department. For tension members and components, provide steel that meets supplemental requirement S83, "Non -Fracture - Critical, T, Material; Toughness Tests and Marking," for non -fracture -critical applications and S84, "Fracture -Critical, F, Material; Toughness Testing and Marking," for fracture -critical applications. If no AASHTO temperature zone is shown on the plans, use Zone 1. 2. Non -Bridge Structures. a. Steel Classifications. Provide the types and grades of steel listed in this Section unless otherwise shown on the plans. (1) Carbon Steel. Meet ASTM A 36 (2) Low -Alloy Steel. Meet the requirements of one of the following standards: • ASTM A 572 Grade 50 or 55, • ASTM A 588; • ASTM A 709 Grade 50, 50S, 50W, or HPS 50W; or • ASTM A 992. Specify ASTM A 6 supplemental requirement S18, "Maximum Tensile Strength," for material used for sign, signal, and luminaire supports. b. Impact Testing. Tension members and components of the following structure types, if more than 1/2 in. thick, and other members designated on the plans must meet the Charpy V-notch (CVN) requirements of Table 1: • base plates for roadway illumination assemblies, traffic signal pole assemblies, high mast illumination poles, and overhead sign supports; • arm mounting plates and clamp -on plates for traffic signal pole assemblies; • pole shafts, ground sleeves, and handhole frames for high mast illumination poles; and • W-columns, tower pipes, multiple -sided shafts, tower pipe and multiple -sided shaft connection plates, chord angles, chord splice plates or angles, and truss bearing angles for overhead sign supports. Table 1 CVN Requirements for Non -Bridle Steel Material Thickness Minimum CVN Toughness ASTM A 36, A 53, A 242, A 500, A 501, A 709 Gr. 36, any other up to 4" 15 ft.-lb. at 70OF steel with minimum specified field point below 40 ksi up to 2" 15 ft.-lb. at 70OF ASTM A 5721, A 588 t, A 633, over 2" to 4", any other steel with minimum mechanically 15 ft.-lb. at 70OF specified yield point between 40 fastened and 65 ksi, inclusive over 2" to 4", 20 ft.-lb. at 70OF welded up to 2-1/2" 20 ft.-lb. at 50OF over 2-1/2" to 4", Any steel with minimum specified yield point over 65 ksi and under mechanically 20 ft.-lb. at 50OF 90 ksi' fastened over 2-1/2" to 4", 25 ft.-lb. at 50OF welded I. If the yield point of the material given on the MTR exceeds 65 ksi, reduce the testing temperature by 15T for each 10-ksi increment or fraction thereof above 65 ksi. 2. If the yield point of the material given on the MTR exceeds 85 ksi, reduce the testing temperature by I ST for each 10-ksi increment or fraction thereof above 85 ksi. Use the (H) frequency of testing for material with minimum specified yield point up to and including 50 ksi. Use the (P) frequency of testing for material with minimum specified yield point over 50 ksi. Ensure that steel is sampled and tested in accordance with ASTM A 673. 3. Other Components. a. Miscellaneous Bridge Components. For members such as steel bearing components not bid under other Items, steel diaphragms for use with concrete bridges, armor joints, and finger joints, provide steel that meets ASTM A 36, A 709 Grade 36, or A 500 Grade B unless otherwise shown on the plans. b. Shear Connectors and Anchors. For stud shear connectors, slab anchors, and anchors on armor joints and finger joints, provide cold -drawn bars that meet the requirements of ASTM A 108, Grade 1010, 1015, 1018, or 1020, either semi -killed or killed, and that have the tensile properties given in Table 2 after drawing or finishing. Determine tensile properties in accordance with ASTM A 370. Table 2 Minimum Tensile Proverties for Bar Stock Tensile strength 60 ksi Yield strength 50 ksi Elongation 20% 2" Reduction of area 50% Provide certification from the manufacturer that the studs or anchors as delivered have the required material properties. c. Fasteners. Provide high -strength bolts that meet ASTM A 325 or A 490 as shown on the plans. The Department may sample high -strength bolts, nuts, and washers for structural connections in accordance with Tex-719-I. Follow the requirements of Item 447, "Structural Bolting," for tests, test reports, and supplemental requirements for high -strength bolts, nuts, and washers. When ASTM A 325 or A 490 bolts are not shown on the plans, use bolts that meet ASTM A 307 and nuts that meet ASTM A 563. d. Slip -resistant Deck Plates. For deck plates, furnish steel that meets ASTM A 786 and one of A 242, A 588, or A 709 Gr. 50W. State the type and trade name of material to be used on the shop drawings. e. Rail Posts. Provide material for rail posts that meets ASTM A 36 or ASTM A 709 Grade 36 unless otherwise shown on the plans. B. Steel Forgings. Provide steel forgings for pins, rollers, trunnions, or other forged parts that meet ASTM A 668, Class C, D, F or G, as shown on the plans. For pins 4 in. or smaller in diameter for non - railroad structures, material that meets ASTM A 108, Grades 1016 to 1030, with a minimum yield strength of 36 ksi, may be used instead. C. Steel Castings. Provide steel castings that meet ASTM A 27, Grade 70-36. D. Iron Castings. Provide iron castings that are true to pattern in form and dimensions; are free from pouring faults, sponginess, cracks, blow holes, and other defects in positions affecting their strength and value for the service intended; and meet the standards shown in Table 3. Table 3 Standards for Iron Castings Casting Material ASTM Standard Grade or Class Gra iron A 48 35B Malleable iron A 47 32510 Ductile iron A 536 65-45-12 E. Steel Tubing. Provide steel tubing that meets ASTM A 500, Grade B unless otherwise shown on the plans. Tubing that meets API Standard 5L, Grade X52 may be used if produced by a mill listed in the standard API specifications as authorized to produce pipe with the API monogram. Hydrostatic tests are not required for API 5L steel, and instead of a mill test report the manufacturer may furnish a certificate for each lot or shipment certifying that the tubing meets the requirements of this Section. F. Pipe Rail. "Pipe" includes special extruded and bent shapes. Provide pipe that is rolled, extruded, or cold -pressed from a round pipe or flat plate, and of the section shown on the plans. If pipe is cold -pressed, ensure that the design of the press and dies results in a pipe of uniform section free from die marks. After the pipe has been formed to the required section, cut it to the lengths required. Make the end cuts and notches at the angles to the axis of the pipe required to produce vertical end faces and plumb posts when required by the plans. Provide a neat and workmanlike finish when cutting and notching pipe. G. Aluminum. Unless otherwise shown on the plans, provide aluminum materials that meet the standards shown in Table 4. Table 4 Aluminum Standards Material ASTM Standard Alloy -Temper Castings B 108 A444.0-T4 Extrusions B 221 6061-T6 Sheet or plate B 209 6061-T6 When testing is required, cut test specimens from castings from the lower 14 in. of the tension flange but not at the junction of the rib or base. Flatten the curved surfaces before machining. Provide standard test specimens in conformance with ASTM E 8. 4423. Construction. A. Fabrication, Erection, and Painting. Fabricate, weld, and erect structural metal in accordance with Item 441, "Steel Structures"; Item 447, "Structural Bolting"; Item 448, "Structural Field Welding'; and the applicable AWS welding code. Paint in accordance with Item 446, "Cleaning and Painting Steel." Aluminum or galvanized steel members do not require painting unless otherwise shown on the plans. B. Galvanizing. Galvanize fabricated steel items, steel or iron castings, bolts, nuts, screws, washers, and other miscellaneous hardware in accordance with Item 445, "Galvanizing." Galvanizing is not required unless specified. 442.4. Measurement. This Item will be measured by the pound of structural metal furnished and placed in a complete structure not including the weight of erection bolts, paint, or weld metal. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2, "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. The maximum percent variance from the plans quantity will be as given in Table 5. Table 5 Percent Variance Quantity Variance Over 1,000,000 lb. 1/2% 100,000 through 1,000,000 lb. 1% Under 100,000lb. 1-1/2% If the Engineer approves requests for increases in sizes or weights of members, measurement will be made on the sizes or weights shown on the plans. Castings, bearing plates, anchor bolts, drains, deck plates, armor joints, finger joints, and other metal for which no separate measurement is specified will be included in the total quantity of structural steel. The weights of rolled materials (such as structural shapes and plate) will be computed on the basis of nominal weights and dimensions using measurements shown on the plans. Deductions will not be made for material that is removed for copes, clips, planing, or weld preparation. The weight of castings will be computed from the dimensions shown on the approved shop drawings. Shoes will be measured by the weights shown on the plans. Weight of high -strength fasteners will be based on Table 6. Weight of other metal will be based on Table 7. Splices will be measured as follows: • No additional weight will be allowed for weld metal in a welded splice. • Where a bolted splice is permitted as an alternate for a welded splice, measurement will be made on the basis of a welded splice. • Where a bolted splice is required, the weight of the splice material, bolt heads, washers, and nuts will be measured with no deduction for holes. Table 6 Pay Weight for High -Strength Fasteners, Pounds ver Hundred Units Diameter Item Bolt heads Nuts Washers 3/4" 15 19 4.8 7/8" 23 30 7.0 1" 32 43 9.4 1-1/8" 45 1 59 11 1-1/4" 64 1 79 14 Table 7 Pay Weight for Metals Material Weight lb./cu. in Steel 0.2836 Cast iron 0.2604 Wrought iron 0.2777 442.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Structural Steel" of the type (Rolled Beam, Plate Girder, Tub Girder, Box Girder, Miscellaneous) specified. This price is full compensation for materials, fabrication, transportation, erection, paint, painting, galvanizing, equipment, tools, labor, and incidentals. r- ITEM 445 GALVANIZING 445.1. Description. Galvanize or repair galvanizing on metal items. 445.2. Materials. Provide galvanized metal items that meet the standards in Table 1. Table 1 Galvanizing Standards Item I Standard Fabricated items, rolled, pressed or forged steel shapes, plates, pipes, ASTM A 123 tubular items, and bars Steel or iron castings ASTM A 153, Class A Bolts, nuts, screws, washers, and other ASTM A 153, Class C or D miscellaneous hardware or ASTM B 695, Class 50 Miscellaneous fasteners ASTM B 633, Class Fe/Zn 8 Rail elements for metal beam guard AASHTO M 180 fence or bridge railing Permanent metal deck forms, ASTM A 653, Coating supporting angles and incidental items Designation G165 4453. Construction. A. General. If fabricated members or assemblies are required to be hot -dip galvanized, provide for proper filling, venting, and draining during cleaning and galvanizing. Provide drain holes or slots as required, except where prohibited by the plans. If assembling tapered members using slip joint splices, drain to the small end of the section. Ensure that cleaning and galvanizing do not produce hydrogen embrittlement. Before galvanizing material 1/4 in. or greater in thickness: • remove all sharp burrs and • chamfer to approximately 1/16 in. all edges exposed to electrical conductors or to human activity. If painting is specified on galvanized materials, paint in accordance with Item 446, "Cleaning and Painting Steel." Do not water -quench or chromate -quench galvanized surfaces to be painted. B. Galvanizing Weldments. If problems develop during galvanizing of welded material, the Engineer may require a test of the compatibility of the combined galvanizing and welding procedures in accordance with Section 441.3.B.6, "Testing of Galvanized Weldments," and may require modification of one or both of the galvanizing and welding procedures. C. Workmanship. 1. Coverage. Bare spots at most 1/8 in. across are acceptable unless numerous. Repair larger bare spots in accordance with Section 445.3.13, "Repairs." Runs or drips of zinc coating are acceptable unless they interfere with the intended use of the product. Carefully hand -file excessive zinc accumulations. 2. Adhesion. To test coating adhesion, tap the coated area with a small hammer. The coating is acceptable if it is not brittle and does not scale or flake. 3. Appearance. a. White Rust. A white powdery residue indicates moisture. Remove heavy layers of white rust that have caused the coating to pit. Light coatings may remain unless the Engineer requires chemical removal. Remove white rust from articles that will be in direct contact with soil. b. Red Rust. Red rust on galvanized items indicates uncoated areas. See Section 445.3.C.1, "Coverage," for acceptance criteria. c. Alligator Cracking or Spider Webbing. The composition of the base metal may cause dark lines resembling alligator skin. See Section 445.3.C.2, "Adhesion," to determine whether the coating is acceptable. d. Dull Gray Coating. The composition of the base metal can cause a dull gray color. See Section 445.3.C.2, "Adhesion," to determine whether the coating is acceptable. 4. Coating Thickness. Galvanize to the thickness specified. Use Tex-728-I to determine coating thickness. D. Repairs. Use zinc -based solders, sprayed zinc, or zinc -rich paints for repairs, in accordance with this Section. 1. Materials. a. Zinc -Based Solders. Solders used in rod form or as powders: • zinc —tin —lead alloys with liquidus temperatures in the range of 446°F to 500°F or • zinc —cadmium alloys with liquidus temperatures in the range of 518°F to 527°F. b. Sprayed Zinc (Metallizing). Zinc coating applied by spraying with droplets of molten metal using wire, ribbon, or powder processes. c. Organic Zinc -Rich Paints. Zinc -rich paints based on organic binders that: • are premixed and formulated specifically for use on steel surfaces and • will provide a dried film containing a minimum of 94% zinc dust, by weight. 2. Repair Processes. a. Zinc -Based Solders. Remove moisture, oil, grease, dirt, corrosion products, and welding slag or flux from surfaces to be repaired. Clean surface to white metal by wire brushing, light grinding, or mild blasting extending into the surrounding undamaged galvanized coating. Preheat cleaned areas to at least 600°F but not more than 750°F. Wire -brush while heating and evenly distribute a layer of zinc solder. When repair is completed, flush the repaired area with water or wipe with a damp cloth to remove flux residue. b. Sprayed Zinc (Metallizing). Remove oil, grease, corrosion products, and any welding slag or flux from surfaces to be repaired, and ensure that the surfaces are dry. Clean surface to white metal by wire brushing, light grinding, or mild blasting extending into the surrounding undamaged galvanized coating. Apply coating by metal -spraying pistols fed with either zinc wire or zinc powder. Provide a coating that is uniform and free of lumps, coarse areas, or loose particles. c. Organic Zinc -Rich Paints. Do not use paint to repair galvanizing damage caused by welding. Remove oil, grease, corrosion products, and welding slag or flux from surfaces to be repaired, and ensure that the surfaces are clean and dry. Clean surface to near -white metal by wire brushing, light grinding, or mild blasting extending into the surrounding undamaged coating to provide a smooth repair. Spray or brush -apply the paint to the prepared area in accordance with the paint manufacturer's instructions to attain the required dry -film thickness. Provide multiple passes when using spray application. 3. Repair Coating Thickness. After completing repair and cooling or curing, measure thickness in the repaired area using Tex-728-I. The minimum thickness required is the same as that required for the specified galvanizing. However, if the repair uses zinc -rich paints, the minimum coating thickness. is 50% higher than the specified galvanizing thickness, but not greater than 4.0 mils. 445.4. Measurement and Payment. The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be considered subsidiary to pertinent Items. ITEM 464 REINFORCED CONCRETE PIPE 464.1. Description. Furnish and install reinforced concrete pipe, materials for precast concrete pipe culverts, or precast concrete storm drain mains, laterals, stubs, and inlet leads. 464.2. Materials. A. Fabrication. Provide precast reinforced concrete pipe that conforms to the design shown on the plans and to the following: • ASTM C 76 or ASTM C 655 unless otherwise shown on the plans for circular pipe, or • ASTM C 506 for arch pipe, or • ASTM C 507 for horizontal elliptical pipe. Provide precast concrete pipe that is machine -made or cast by a process that will provide for uniform placement of the concrete in the form and compaction by mechanical devices that will assure a dense concrete. Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. Do not use transit -mixed concrete for precast concrete pipe. When sulfate -resistant concrete is required, do not use Class C fly ash. Do not place more than 2 holes for lifting and placing in the top section of precast pipe. Cast, cut, or drill the lifting holes in the wall of the pipe. The maximum hole diameter is 3 in. at the inside surface of the pipe wall and 4 in. at the outside surface. Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. B. Design. 1. General. The class and D-load equivalents are shown in Table 1. Furnish arch pipe in accordance with ASTM C 506 and the dimensions shown in Table 2. Furnish horizontal elliptical pipe in accordance with ASTM C 507 and the dimensions shown in Table 3. For arch pipe and horizontal elliptical pipe the minimum height of cover required is 1 ft. Table 1 Circular Pipe ASTM C 76 & ASTM C 655 Class D-Load I 800 II 1,000 III 1,350 IV 2,000 V 3,000 Table 2 Arch Pipe Design Size Equivalent Rise Span Diameter (in.) (in.) (in.) 1 18 13-1/2 22 2 21 15-1/2 26 3 24 18 28-1/2 4 60 22-1/2 36-1/4 5 36 26-5/8 43-3/4 6 42 31-5/16 51-1/8 7 48 36 58-1/2 8 54 40 65 9 60 45 73 10 72 54 88 Table 3 Horizontal Elliptical Pipe Design Size Equivalent Diameter in, Rise in. Span in. 1 18 14 23 2 24 19 30 3 27 22 34 4 30 24 38 5 33 27 42 6 36 29 45 7 39 32 49 8 42 34 53 9 1 48 1 38 1 60 10 1 54 1 43 1 68 2. Jacking, Boring, or Tunneling. Design pipe for jacking, boring, or tunneling considering the specific installation conditions such as the soil conditions, installation methods, anticipated deflection angles, and jacking stresses. When requested, provide design notes and drawings signed and sealed by a Texas licensed professional engineer. C. Physical Test Requirements. Acceptance of the pipe will be determined by the results of the following tests: • material tests required in ASTM C 76, C 655, C 506, or C 507, • absorption tests in accordance with ASTM C 497, • three -edge bearing tests in accordance with ASTM C 497 (Perform 3-edge bearing tests on 1 pipe for each 300 pipes or fraction thereof for each design or shape, size, class, or D-load produced within 30 calendar days. Test for the load to produce a 0.01-in. crack or 15% in excess of the required D-load, whichever is less. Test the pipe to ultimate load if so directed. Tested pipe that satisfies the requirements of Section 464.2.F., "Causes for Rejection," may be used for construction. As an alternate to the 3-edge bearing test, concrete pipe 54 in. in diameter and larger may be accepted on the basis of compressive strength of cores cut from the wall of the pipe. The manufacturer must determine the compressive strength of the samples. Obtain, cure, prepare, and test the cores in accordance with ASTM C 497. The manufacturer must plug and seal core holes in the pipe wall after testing.), and • inspection of the finished pipe to determine its conformance with the required design and its freedom from defects. D. Marking. Clearly mark the following information on each section of pipe: • class or D-load of pipe, • ASTM designation, • date of manufacture, • name or trademark of the manufacturer, and • pipe to be used for jacking and boring. For pipe with elliptical reinforcement, clearly mark 1 end of each section during the process of manufacture or immediately thereafter. Mark the pipe on the inside and the outside of opposite walls to show the location of the top or bottom of the pipe as it should be installed unless the external shape of the pipe is such that the correct position of the top and bottom is obvious. Mark the pipe section by indenting or painting with waterproof paint. E. Inspection. Provide facilities and access to allow for inspection regarding the quality of materials, the process of manufacture, and the finished pipe at the pipe manufacturing plant. In addition, provide access for inspection of the finished pipe at the project site before and during installation. F. Causes for Rejection. Individual sections of pipe may be rejected for any of the following: • fractures or cracks passing through the shell, with the exception of a single end crack that does not exceed the depth of the joint; • defects that indicate imperfect proportioning, mixing, and molding; • surface defects indicating honeycombed or open texture; • damaged ends where such damage would prevent making a satisfactory joint; • any continuous crack having a surface width of 0.01 in. or more and extending for a length of 12 in. or more. G. Repairs. Make repairs if necessary because of occasional imperfections in manufacture or accidental damage during handling. The Engineer may accept pipe with repairs that are sound, properly finished, and cured in conformance with pertinent specifications. H. Rejections. Allow access for the marking of rejected pipe. Rejected pipe will be plainly marked by the Engineer by painting colored spots over the Department monogram on the inside wall of the pipe and on the top outside wall of the pipe. The painted spots will be no larger than 4 in. in diameter. The rejected pipe will not be defaced in any other manner. Remove the rejected pipe from the project and replace with pipe meeting the requirements of this Item. I. Jointing Materials. Use any of the materials described herein for the making of joints, unless otherwise shown on the plans. Furnish a manufacturer's certificate of compliance for all jointing materials except mortar. 1. Mortar. Provide mortar for joints that meets the requirements of Section 464.3.C, "Jointing." 2. Cold -Applied, Plastic Asphalt Sewer Joint Compound. Provide a material that consists of natural or processed asphalt base, suitable volatile solvents, and inert filler. The consistency is to be such that the ends of the pipe can be coated with a layer of the compound up to 1/2 in. thick by means of a trowel. Provide a joint compound that cures to a firm, stiff plastic condition after application. Provide a material of a uniform mixture. If any small separation occurs in the container, stir to a uniform mix before using. Provide a material that meets the requirements of Table 4 when tested in accordance with Tex-526-C. o- Table 4 Cold -Applied, Plastic Asphalt Sewer Joint Compound Material Reauirements Com osition Analysis As halt base 1000/o-0/o volatiles-% ash, % by weight 28-45 Volatiles, 212°F evaporation, 24 hr., % by weight 10-26 Mineral matter, determined as ash % by weight 30-55 Consistency,cone penetration, 150 q, 5 sec., 77°F 150-275 3. Rubber Gaskets. Provide gaskets that conform to ASTM C 361 or C 443. Meet the requirements of ASTM C 443 for design of the joints and permissible variations in dimensions. 4. Pre -Formed Flexible Joint Sealants. Pre -formed flexible joint sealants may be used for sealing joints of tongue -and -groove concrete pipe. Provide flexible joint sealants that meet the requirements of ASTM C 990. Use flexible joint sealants that do not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. Supply in extruded rope form of suitable cross section. Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. Flexible joint sealants must be protected by a suitable wrapper, and the jointing material must maintain integrity when the wrapper is removed. 464.3. Construction. A. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures," except where jacking, boring, or tunneling methods are permitted. Jack, bore, or tunnel the pipe in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." If joints consist of materials other than mortar, immediate backfilling is permitted. Take special precautions in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. Unless otherwise shown on the plans or permitted in writing, do not use heavy earth -moving equipment to haul over the structure until a minimum of 4 ft. of permanent or temporary compacted fill has been placed over the structure. Remove and replace pipe damaged by the Contractor at no expense to the Department. B. Laying Pipe. Unless otherwise authorized, start the laying of pipe on the bedding at the outlet end with the spigot or tongue end pointing downstream, and proceed toward the inlet end with the abutting sections properly matched, true to the established lines and grades. Fit, match, and lay the pipe to form a smooth, uniform conduit. Where bell -and -spigot pipe is used, cut cross trenches in the foundation to allow the barrel of the pipe to rest firmly upon the bedding. Do not cut cross trenches more than 2 in. larger than the bell ends of the pipe. Lower sections of pipe into the trench without damaging the pipe or disturbing the bedding and the sides of the trench. Carefully clean the ends of the pipe before the pipe is placed. Prevent the earth or bedding material from entering the pipe as it is laid. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in the trench so that the markings for the top or bottom are not more than 5° from the vertical plane through the longitudinal axis of the pipe. Remove and re -lay, without extra compensation, pipe that is not in alignment or that shows excessive settlement after laying. Lay multiple lines of reinforced concrete pipe with the centerlines of the individual barrels parallel. Unless otherwise shown on the plans, use the clear distances between outer surfaces of adjacent pipes shown in Table 5. For arch pipe or horizontal elliptical pipe use the equivalent diameter from Table 2 or Table 3 to determine the clear distance requirement in Table 5. Table 5 Minimum Clear Distance between Pipes Equivalent Diameter Min. Clear Distance 18 in. 9 in. 24 in. 11 in. 30 in. 1 ft. 1 in. 36 in. 1 ft. 3 in. 42 in. 1 ft. 5 in. 48 in. 1 ft. 7 in. 54 in. 1 ft. 11 in. 60 to 84 in. 2 ft. C. Jointing. Make available an appropriate rolling device similar to an automobile mechanic's "creeper" for conveyance through small -size pipe structures. 1. Joints Sealed with Hydraulic Cement Mortar. Use mortar consisting of 1 part cement, 2 parts sand, and enough water to make a plastic mix. Clean and wet the pipe ends before making the joint. Plaster the lower half of the bell or groove and the upper half of the tongue or spigot with mortar. After the pipes are tightly jointed, pack mortar into the joint from both inside and outside the pipe. Finish the inside smooth and flush with adjacent joints of pipe. For tongue -and -groove joints, form a bead of semicircular cross section over the joint outside the pipe, extending at least 1 in. on each side of the joint. For bell -and -spigot joints, form the mortar to a 45° fillet between the outer edge of the bell and the spigot. Cure mortar joints by keeping the joints wet for at least 48 hr. or until the backfill has been completed, whichever comes first. When mortar joints are used, do not place fill or backfill until the jointing material has cured for at least 6 hr. Do not conduct jointing when the atmospheric temperature is at or below 40°F. Protect mortared joints against freezing by backfilling or other approved methods for at least 24 hr. Driveway culverts do not require mortar banding on the outside of the pipe. With approval, pipes that are large enough for a person to enter may be furnished with the groove between 1/2 in. and 3/4 in. longer than the tongue. Such pipe may be laid and backfilled without mortar joints. After the backfilling has been completed, clean the space on the interior of the pipe between the end of the tongue and the groove of all foreign material, thoroughly wet and fill with mortar around the entire circumference of the pipe, and finish flush. 2. Joints Using Cold -Applied, Plastic Asphalt Sewer Joint Compound. Ensure that both ends of the pipes are clean and dry. Trowel or otherwise place a 1/2-in.-thick layer of the compound in the groove end of the pipe covering at least 2/3 of the joint face around the entire circumference. Next, shove home the tongue end of the next pipe with enough pressure to make a tight joint. After the joint is made, remove any excess mastic projecting into the pipe. Backfill after the joint has been inspected and approved. 3. Joints Using Rubber Gaskets. Make the joint assembly according to the recommendations of the gasket manufacturer. When using rubber gaskets, make joints watertight. Backfill after the joint has been inspected and approved. 4. Joints Using Pre -Formed Flexible Joint Sealants. Install pre -formed flexible joint sealants in accordance with the manufacturer's recommendations. Place the joint sealer so that no dirt or other deleterious materials come in contact with the joint sealing material. Pull or push home the pipe with enough force to properly seal the joint. Remove any joint material pushed out into the interior of the pipe that would tend to obstruct the flow. When the atmospheric temperature is below 60°F, store pre -formed flexible joint sealants in an area warmed to above 70°F or artificially warm to this temperature in an approved manner. Apply flexible joint sealants to pipe joints immediately before placing pipe in trench, and then connect pipe to previously laid pipe. Backfill after the joint has been inspected and approved. D. Connections and Stub Ends. Make connections of concrete pipe to existing pipes, pipe storm drains, or storm drain appurtenances as shown on the plans. 4_� Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Repair any damage to the existing structure resulting from making the connections. Unless otherwise shown in the plans, make connections between concrete pipe and corrugated metal pipe with a suitable concrete collar having a minimum thickness of 4 in. Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the pipe. Fill lift holes with concrete, mortar, or precast concrete plugs after the pipe is in place. d 464.4. Measurement. This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment." Pipe that will be jacked, bored, or tunneled will be measured in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Measurement of spurs, branches, or new connecting pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, the length of pipe tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. For multiple pipes, the measured length will be the sum of the lengths of the barrels. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2. "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 464.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Reinforced Concrete Pipe," "Reinforced Concrete Pipe (Arch)," or "Reinforced Concrete Pipe (Elliptical)" of the size and D-load specified or of the size and class specified. This price is full compensation for constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope; and equipment, labor, tools, and incidentals. Protection methods for excavations greater than 5 ft. deep will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Excavation, shaping, bedding, and backfill will be paid for in accordance with Item 400, "Excavation and Backfill for Structures." When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring or tunneling is required, payment will be made under Item 476, "Jacking, Boring or Tunneling Pipe or Box." ITEM 467 SAFETY END TREATMENT 467.1. Description. Furnish, construct, and install safety end treatments for drainage structures. 467.2. Materials. A. General. Furnish materials in accordance with the following: • Item 420, "Concrete Structures" • Item 421, "Hydraulic Cement Concrete" • Item 432, "Riprap" • Item 440, "Reinforcing Steel" • Item 442, "Metal for Structures" • Item 445, "Galvanizing" • Item 460, "Corrugated Metal Pipe" • Item 464, "Reinforced Concrete Pipe." Unless otherwise shown on the plans, use Class C concrete for cast -in -place and precast concrete units. Furnish cast -in -place or precast safety end treatments unless otherwise shown on the plans. Furnish Class B concrete for concrete riprap unless otherwise shown on the plans. Provide galvanized steel for prefabricated metal end sections in accordance with Item 460, "Corrugated Metal Pipe." Furnish pipe runners in accordance with the following: • ASTM A 53, Type E or S, Grade B; • ASTM A 500, Grade B; or • API 5L, Grade X42. Furnish plates and angles in accordance with ASTM A 36. Furnish nuts and bolts in accordance with ASTM A 307. Galvanize pipes, plates, angles, nuts, and bolts in accordance with Item 445, "Galvanizing." B. Fabrication. Fabricate cast -in -place concrete units and precast units in accordance with Item 420, "Concrete Structures." Unless otherwise shown on the plans, when corrugated metal pipe (CUT) is specified for the pipe structure, provide either prefabricated metal end sections or mitered CMP. Unless otherwise shown on the plans, when reinforced concrete pipe (RCP) is specified for the pipe structure, provide one of the following: • mitered RCP or • precast safety end treatment (SET) units. For this alternative, provide riprap only if the plans specifically require it for precast SET units. 1. SET Types. a. Type I. Provide Type I SET consisting of reinforced concrete headwalls or wingwalls and pipe runners in accordance with the details shown on the plans when required. b. Type II. Provide Type II SET in accordance with the details shown on the plans consisting of the following: • CMP or RCP mitered to the proper slope, concrete riprap and pipe runners, when required; • prefabricated metal end sections, concrete riprap and pipe runners, when required; or • precast SET units, concrete riprap, when required, and pipe runners, when required. 2. Lifting Holes. For precast units, provide no more than 4 lifting holes in each section. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate liming devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. Repair spalled areas around lifting holes. 3. Marking. Prior to shipment from the casting or fabrication yard, clearly mark the following on each precast unit, mitered CMP, mitered RCP, or metal end section: • the date of manufacture, • the name or trademark of the manufacturer, and 3 • the type and size designation. 4. Storage and Shipment. Store precast units on a level surface. Do not place any loads on precast units until the design strength is reached. Do not ship units until design strength requirements have been met. 5. Causes for Rejection. Precast units may be rejected for not meeting any one of the specification requirements. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. Remove rejected units from the project and replace them with acceptable units meeting the requirements of this Item. 6. Defects and Repairs. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. The repaired units will be acceptable if they conform to the requirements of this Item and the repairs are sound and properly finished and cured in conformance with pertinent specifications. Repair damaged galvanizing in accordance with Section 445.3.1), "Repairs." 467.3. Construction. A. General. Remove portions of existing structures in accordance with Article 430.3, "Construction." Drill, dowel, and grout in accordance with Item 420, "Concrete Structures." Furnish concrete riprap in accordance with Item 432, "Riprap." Provide riprap on all prefabricated metal end sections. - B. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Take special iiiii. precautions in placing and compacting the backfill to avoid any movement or damage to the units. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. C. Placement of Precast Units. Provide adequate means to lift and place the precast units. Fill lifting holes with mortar or concrete and cure. Precast concrete or mortar plugs may be used. D. Connections. Make connections to new or existing structures in accordance with the details shown on the plans. Furnish jointing material in accordance with Item 464, "Reinforced Concrete Pipe." When removing existing headwalls, also remove a length of the existing pipe from the headwall to the joint as shown on the plans or as approved. Re -lay the removed pipe if approved, or furnish and lay a length of new pipe. 467.4. Measurement. SETs of all types will be measured by each barrel of each structure end. 467.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the various designations of "Safety End Treatment" specified as follows: • SET (Type I) (Barrel Span) (Wall Height) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) • SET (Type I) (Pipe Diameter or Design) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) • SET (Type II) (Pipe Diameter or Design) (Pipe Material) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) For payment purposes, the wingwall heights of Type I SETs for box culverts will be rounded to the nearest foot. This price is full compensation for constructing, furnishing, transporting, and installing the end treatments; connecting to existing structure; breaking back, removing and disposing of portions of the existing structure, and replacing portions of the existing structure as required to make connections; excavation and backfill; furnishing concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, and pipe runners; and concrete riprap, nuts, bolts, plates, angles, equipment, labor, tools, and incidentals. The removal and re-laying of existing pipe or the furnishing of new pipe to replace existing pipe will not be paid for directly but will be considered subsidiary to this Item. The mitered length of CMP or RCP that is a part of the SET (Type II) will not be paid for Li directly but will be considered subsidiary to this Item. The limits for payment for pipe will be as shown on the plans and paid for in accordance with the pertinent bid item. The limits of riprap to be included in the price bid for each SET will be shown on the plans. Any riprap placed beyond the limits shown will be paid in accordance with Item 432, "Riprap." Riprap between multiple precast SET units will be required as shown on the plans and is included in the price bid for SET. When precast SETs are provided as an option to mitered RCP, riprap aprons will not be required unless the plans specifically require riprap aprons for precast SET units. The plans will show the limits of the riprap to be included with the precast SET for payment. i DEPARTMENTAL MATERIALS SPECIFICATION DMS - 6200 FILTER FABRIC EFFECTIVE DATE: MAY 2010 FILTER FABRIC 6200.1. Description. This Specification governs the sampling, testing, and material requirements of filter fabrics. 6200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6200 3 _ Definitions; 1, ;Type�� _Type 1_is a standard weight fabric for retauung walls and soil separation: 6200.4. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains a material producer list (MPL) of products conforming to this Specification. Materials on the MPL, entitled "Silt Fence Filter Fabric and Fabric Underseal," require no further testing unless deemed necessary by the Project Engineer or CST/M&P Refer to DMS 6320 for further details on qualifyyngs for the Qiahty NTomtoring Program -:and obtaining a� the MPL. 6200.5. Sampling and Testing. Sample in accordance with Tex-7354. Perform testing in accordance with the test methods listed in Table 1. 6200.6. Material Requirements. A. General Requirements. Both types of filter fabric have the following qualities: • The fabric consists exclusively of manmade thermoplastic fibers, is a non -woven geotextile fabric, and forms a mat of uniform quality. • Fabric fibers are continuous and random throughout the fabric. • The fabric is mildew resistant and rot -proof, and it is satisfactory for use in a wet soil and aggregate environment. B. Physical Requirements. The fabric must conform to the requirements listed in Table 1 when tested in accordance with the test methods specified. TEXAS DEPARTMENT OF TRANSPORTATION 1-2 EFFECTIVE DATE: MAY 2010 DEPARTMENTAL MATERIALS SPECIFICATION FILTER FABRIC Table 1 Filter Fabric Requirements Physical Properties Test Method Type 1 Type 2 Fabric Weight, on an 136.0 g/m2(4 oz/yd-), 203.0 g/m2 (6 oz/y&), ambient temperature air- Tex-616-J dried, tension -free sample. minimum minimum Permittivity 1/sec. ASTM D 4491 1.0, min 0.5, min Tensile Strength, N ASTM D 4632 445 N (100 lbs.) 890 N (200 lbs.) minimum minimum Apparent Opening Size ASTM D 4751 70-100 80-120 Elongation at yield, % ASTM D 4632 20-100 20-100 Trapezoidal Tear, N ASTM D 4533 156 N (35 lbs.) 334 N (751bs. ) minimum minimum 6200.7. Packaging. Provide fabric in the length and width specified on the plans, specified in the purchase order awarded by the State or as approved. Wind fabric onto suitable cylindrical forms or cores to aid in handling and unrolling. Package fabric individually in a suitable container to protect the geotextile from damage due to ultraviolet light and moisture during normal storage and handling. 6200.8. Identification. Identify each roll with a tag or label affixed to the outside of the roll on one end. List the following information on the tag or label: • Unique roll number, serially designated; • Lot number or control numbers, if any; • Name of fabric producer; • Style or catalog designation of the fabric, if any; • Roll width in meters (inches); and • Roll length in meters (yards). 6200.9. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 2-2 EFFECTIVE DATE: MAY 2010 GENERAL CONSTRUCTION Al Cona0nx4on NW be in eaadrwe wkh War CIO' d Lt bbock pubao works ergkwrig deprbsem repirarwss and apeoYlcWoro. Con"olde MN NYC'o* a4 amfolwo, and wanton poor b commarttlng w L Co,woow Mal povde a4 com"Cam sm6v mods, k4x" ou"n and ekVilb(L ContaccW siahell eibni o 1z ft control==welbdm ft arglneer. an TMUTCO dxkW b mWntrn canyNYLv wih Caaracbr Ynl rl0gfy property owrgrs 72 haurc before prbrrtang ry work IhN w7 aOeU 0te oatxra aaese b drelr papery. AI wafire and mow pnmrra rrwMMp+stwN conpY »M rADOT sper�abon •Nam BB Probbrfabd PavOrneM McAdnps' New kbVy Layout b b be prenwked by ca b=W prbr to kntaft *ON, b be aPPrarad b7 WY tref8c snglnsar. -41 proridod h 1M plats may - reflod amml ground wnd Pons doe b LNw M. dory D1Patna aamtrlldlell. br arrdkr meledal aUt�raParad grad" am dtM slopm Convoclor YmN armua dut edeprole draYepa le matraaleod wslan do pro(eCt aameor Eatt aaA�dom dung mrotuelbn. b 1425 = .Mdw dubg =W"C tan Mall be a &&gad and d*nmd M odnt Nos materials rrasarlly rona.ed oombuodon IhN en nal sYvspeO and roused «robcabd shoo be removes and dIe $`ed dolfags by IM aontrarypr. LIMITS OF CONSTRUCTION Conlredor Mal Yrril opers0ons b wM*n be aadkq$ d tho work C.V.W mdoplero SWPPP C�ornttwibn may�ial t lea bwirg b `P"" b b°°'"'k'N co'"°'Ld°"' fo1SNIPYP—aov�oved. - An NOI Ned wkh TCEG end Copied b tM CIOr d LWbock 8torrn Water Depwb $ t -A $tam wort« pbn review spa ntlon (The roriaw fee le cashed.) -A Harm wait po8u8on pevaulan ptm wdrh vv8 kxkxW •Cordon Mformakbn for project pwwnnol raeponeble la ImplanwAwn d gw SWPPP (e) 'Delega6on > VWmles mp •A gen«al locWon mop shbwkg 1M nearest body ofvaW labeled •Deglbd mop d BMaP.10 be katabd e'er YuWatrSia"Nd1ke Wlgt m aat4mtad olMrbom srea d 10 awm tho general o aww Mal comply With 0. TPDES C.0 don G$nral Paint dselpnated es a Lrge Cams d. Sib. Par guesWu about saOn 11 requkom&-As contW Cleke Odemr lw 80F775.3180. UTILITIES Locwjwm oomtrtwtloo,wns°sp«or'"de � pq ;on tM plane. Prior b oaoMrrrKag Lane Nor nodNatlon 1-000-08g&TM T all eyelem I-OOD445-046 Locatbns d uMsrgrotM utNtlloa are nor shown m da plsreL Corral« shs8 predoate -( unesrgmed 4rJtlee attar b CorNorKlrg work by rt.1— trrbns raeeesary (rout deteWoa, ruavaton, survey). CaneraUor wiCpleya raeponamle br Corry and ad aowdirAdon wkh ad o p� arwlYns. d thearW�aaa7sdi�o oe may be neaaay br gu tlmYy and «cry yMoReapapbrnwN � aw�rierbaM�MWI rbwµNleWn approrsl angkter prbr b lekkq ulINy od d eerNa. to of NnWy sower—*101=s eWelly IDwN«vaho boxBNrad pado Municipal Indiana Paving Improvements 114th Street Ave to University Ave Marsha Reed, P.E., Chief Operations Officer Neil Welch, P.E., Capital Projects Engineer Kevin Morris, P.E., Project Engineer January 2012 TITLE SHEET/GENERAL NOTES G-1 HORIZONTAL ALIGNMENT DATA H-1 TYPICAL SECTIONS T-1 REMOVAL PLAN R-1 PLAN AND PROFILE P-1 - P-4 INTERSECTION LAYOUT 1-1 DRAINAGE DETAILS D-1 - D-2 DRAINAGE STANDARDS SETP-CD STRIPING DETAILS S-1 STRIPING STANDARDS PM(1),(2), &(4) MOD VICINITY MAP COORDINATION AND EMERGENCY NUMBERS THE FOLLOWING NUMBERS ARE 04CUMM FOR THE CONTRACTOR'S COMMENCE CITY OP LUBBOCK WATER UTILIMS 808.775.4161 MR. JOSH FLUO N8.548-4162 SUDDENLINKCOMMUNICATKNIS NO-77141229 MR. CARL MOCEO W6&771-6211 ATMOS ENERGY 1400-692.4684 DALE BROAOSTREET 805648.LIGHT 1898 LUBSOCK POWER ARBORf� 676�724�� AT&T 1400.288.8313 MR.RICHARO JOKES 806-741-SM CITY OF LUBBOCK TRAFFIC ENGINEERING 80 775.21132 EMERGENCY CONTACT 80&7752818 NTS COMMLINICATRM MS. STEPH4NIE NICHOL S 806648-2475 RENSPONS vs rnavraw lu`bb"7ick 114th STREET STRIP PAVING INDWNA AVE TO UNNER M AVE GENERAL NOTES G-1 av;rmar-1g g Cr g S � mmm PY�SSgS��° mm�. Y��tiR8��P"8 C3 "a� a s a . Pr � a _ _ m a AO Ar- 3 te � �Eli fl - g �Te14'1� II. GY.1lYYYtltl;`^Yi10EII YYY 'Ij i � 6 �spSgs as�alpyy7'a�gQg$�sFY �3s>�uSYr*1E14����E4�Fa fr6z Yggtygr e�ttk��n c�L�e��:�e�$g��Yq s Yea 2:. L.Y`.`} Y 2. 1 Ll t_1 VI U ' DIRT ROAD I 1 i 1 EXISTING TYPICAL SECTION 6 Q NORTH DITCH SECTION SOUTH DITCH SECTION NOTES. 1. ALL SUBGRADE SHALL BE CORP4CTED TO 952 MODIFIED PROCTOR DENSITY 2. DITCH AL IGNAENIS AND PROFILES ARE BASED ON TTPICAL SECTIONS UNLESS OTHERWISE INDICATED ON PLAN AND PROFILE SHEETS VARIES SECTION LINE PROPOSED TYPICAL SECTION IZ' 12' 12' TNRU TWLTL THRU R• BROKEN YELLOW STRIPE A' SOLID YELLOW STRIPE ( �• SOLID <' SOLID WSTRIPE WNIiE STRIPE HITE STRIPING TYPICAL SECTION THIS oTNJ CP NLO[ELAYOUT APP I S Foo[CR TNr¢ FUA4 INTE�S C4 `ONSHASISHOWN INxPLANSaN RETP WWIS •Jrt�E�`J AI/Wii REVISIONS Ha alc rcSRwnrea 1141h STREET STRIP PAVING INDIANA AVE TO UNIVERSITY AVE TYPICAL SECTIONS NOTES, I• AREAAPPROX/WTERANDTSHALLTBEEFIELLD VERIFIED AND COORDINATED WITH PROPERTY OWNERS IF NECESSARY 2. PUP, BORE PIPE AND ALL APPERTUNENCES PMNT SHALL B� SALVAGED AND STORED PROPERLY S OFF 38.87'LT CAP EXISTING CONCRETE IRRIGATION PIPE i N z1 tt FFII f !t! STA 0.29. 73 OFF 49. BO' LT CAP E%!STING CONCRETE IRRIGATION PIPE IRRIGATION PIPING TO BE CAPPED AND ABONOONEO IN PLACE OR REMOVED STa 9•]n. 91 OFF 19 90 LT E%IS7 [NO ROW REMOVE STANDPIPE STA IA.68.20 OFF 38.S3' LT CAP EX[ST[NG CONCRETE IRRIGATION PIPE STs 27-TB.S7 OFF 31.31' LT PLUG AND ABANDON IRRIGATION WELL IN COMPLIANCE WITN ALL LOCALS STATE AND FEDERAL REGULATIONS .... 1 BOWIE 0 30 1IN 13T 300 1 EXISTING ROMP — SCAT® i C 1i4TN Sr ' REMOVE 60S ST EXISTING ASPHALT PAVING acTix xWuls +'i "iuiotii ?� i mnx.MM REVISIONS xw .1c SAT NY.- lubVo' 114D1 STREET STRIP PAVING INDIANA AVE TO UNIVERSITY AVE REMOVAL PLAN SHEET R-1 a j BEGIN l NTN ST ALIGNMENT STATION - 3.09.56 7PI NORTHING 7, 241, 928. T87i DELTA 2' 49' 12.65• (LTI BE' PI STATION . 6.08.32 EASTING 935,986.1730 CT OF CWiYE • 0• ST' 00.6<' TANGENT i48.43 DELTA • 2• $t' 26. 19• tfl7J DEGREE Oi WRYE 0. 57' 00.64• "+ ( ^• i GRADE DITCH TO GRAIN LENGTH 296. 81 TO EXISTING CULVERT PAD[US 6.070. 00 TANGENT I50. 39 LENGTH 700.71 PC STATION i•61. 13 PT STATION 4.57.94 RADIUS 6, 070. 00 PC STATION 4.5T•94 -•, i EXISTING CULVERT TO REMAIN PT STATION 7.50:64 I TRANSITION ITCH FLOWLINE G TO LINE UP WITH CULVERT BEGIN TYPICAL NORTH DITCH pO i EXISTING ROW O Lp— ......................- _ _ __ __ 1 0.0 ... ... .... ... ..... .... ... .. .... w .... ._. •... _.. •... •, ... .., _ ; - u i EXISTING ROW j END TRANSITION 3 BEGIN TYPICAL SECTION STA 1.11.13 ST BEGIN TYPICAL SOUTH DITCH GRADE DITCH TO DRAIN TO EXISTING CULVERT\�`N114TH SITION WITH CULVERT TRANSITIONTO TYPICAL SECTION TO LINE UP WITH WLVERT N i i i MACH EXISTING CONCRETE PAVING STAY 0•i t. I7 i i i i i i i i i i t ss� i SCALE IN FEET ..lizz-7zz:.. �. `TRA1N51T'E0N'FROL7 EXTSTTNG ... "--•"•' �' > E CONCRETE PAVE7�N1'"TO FUCC ... «""""'7- "_"_�"_' .. y CRORN SF�CTfONw•.a.., •'•^^•,_'. '•.-✓G _��___. ...� - __ Try-- ...� .••,yy�•__�•� Y ,,,_.,=�_ 'BEGix Y3P[CAL,AI3CNE5 .::.. L ...., .... «••.•-:.-. ..._ i •._...�.•.•: .__"....-.•A'.Y,WTDRNEESS.£.T«NRXOI.:'T+5_7-RINCCCOZO'RNpTi'U.FN..:OD_R".3.RU«ERGY�EENYT• """,..»"'i {' ".....,_,.•._,.•.+•L{{ •.•`,•...... ..._ ...,. ;,,. *a'.,". '.. L ...•,.... •„..If-•:,:.--. -.-•. --1».-:.._iI4RATTi5TE1 -F.iIL0N-fi•%D {{.STTC•MI/iGO-EGRUTLNVS.£-...R-... � "t. _....._..., .••��._�.. y_� _i .•... � ':" ". ,. ._...•.._«. •,I—. :,.,��•"�`.•�..,.,.. PROFILE GRADE GRAD.E. LINE EXISTING GAUD 0 C.... a __._____.. UOTtOM'YYNOfANPROPOSED DITCH PROFILES __ ___ ._ EXISTING ui,,Rf TO"AEMAIR .... x w. .,i .. .., ., ..� .. .. I. ._ ptONL1NE EtEVAf10TM721a '6q;',• . ' -"•- ., .....,_. _j -i - r i _•__ L _ .. M ; •m ..�..� .. . •_ `7 •:..: '4--w'•+•r V•s�e_'a•+�"-"n•.-. a i..u'�"`iu.1v--,:'t"`'� "'-'a+:-'° �i Pa •�. m'..ua-""a..n, a e +wea'g a CC 1•Gn sun :•00 •".CA 7 00 A Dc s M ±f• C • ,.M 1^•Cl iv;. wais •- g�•I(XOS, • •• col/'�VSV,i REVISIONS xa u1c xavna4 1140t STREET STRIP PAVING INDIANA AVE TO UNIVERSITY AVE PLAN AND PROFILE BEGIN PROJECT - STA 12+00 T P-1 O ROW POINT O STA 26-68.59 OFF 34.99' RT O 0 EXISTING ROW . ....... . ... . ..... — ---- --- --- ------- --------------- — --- --- -----­--------- 114TH ST EXISTING ROW ROW N PO!T STA 25 S': 59 OFF 69 . RT N PROFILE SCALE Ts S. Ts IOD SCI.EE 14 FEET .. . ....... . ....... . 3228 I Wl ... .... ...... ........ p 7 . .. . ...... .. . ..... . .. 3226 L REVISIONS .... .... ....... .. . ..... . .. . 3220 I-N, I -7 77­ 3224 . . ....... ...... 3218 tz ...... 3222 777= 7 3216 ....... ... ... . _77 7 7 3220 mt-44 ub]54k .......... . . ........ . ... PROFILE GRADE LINE _4Z . ..... 114th STREET 4 . ....... . . EXISTING GRCxjND v 4L ------------ .......... I =7-r-r -4=6=7.11 77 ........ ..... . . ... 3218 ..... ........... PROPOSED DITCH PROFILES — — — — — —32/2 STRIP PAVING TO ...... INDIANA AVE UNIVERSITY AVE 3216 Il 7__ Zr 321 0 PLAN AND PROFILE _MZ ill STA 11-1-1-1 Mg "M 'z SHEET P-2 14.e.0 17-1.0 M-110 7i -00 ?7.110 2T.60 e.4.0 TRANSITION DITCH FLOWLINES TO TYPICAL DITCH SECTION BEGIN TYPICAL NORTH AND SOUTH DITCHES TRANSITION TO 4' FLAT BOTTOM DITCH O END TYPICAL NORTH DITCH--\ O O Q II41H St TRANSITION DITCH fLOWLINE O TO LINE UP WITH CULVERT h G EXISTING ROW N ____'-��__-------- ---_ __�__ �_�____ N t^J.1 EXISTING ROW - -- ...w ••• -- - TO TRANSITION CULYERTNE--/ �- 2T2438RCP•CO VERTI ROW- J LINE ON DITCH I. V 4 ROW POINT _•__ _ SMONE STA 29.99. 14 %fST�NG pOX INFOARMATIONET OFF 34.99 RT CONCRETE RIPRAP APRONSENO TYPICAL SWTN DITCH SEEDiiA1NAGE SHEET fORROWPONTMOREINFORMATION STA3BSO.I1RON 7iii POINT OFF 34, 99• qiN STA 29.99.14OFF 69.99' Ri ,� ROW POINT ROW POINT STA s8•SO.ii STA 38.30.1A OFF 6S.99' RT OFF 69. 99' RT z� Ii RECYCLED CONCRETE LINED CHANNEL SEE DRAINAGE SHEET FOR MORE INFORMATION ti{I i� 1 I� ���✓// 0 x4 40 }9 iD4 SCALE iM IEETJ ROW POINT RON 3POINT8-30 STA STA 284.99' OFF 284.99' P1 OFF 284.99' RT 284.99' 77 �' 'S:. "f' .....-L__._.._.,... '_"i 'r_ �' _"j"_ S' y� `J•ELE% 1� . , .., ,,....•__..�} f f ...,. ._._7..... ."- .., '- + -----i T.� ___-_..-..t._,,. �..L. 3 „ ... j. •" 3216 'I 7216 oinvrx REVISIONS s214 ..._ ` -{ , '}` "'�'•-t 1 __t_SLA AI AD AA,_ .. ... . Hw""".. ,. ... ..,. ..... f 'EL. '.+r. 3214 .:..:. ._-.3'- .i .._Y•_ : a. ] 21.I.AL w wrz onuunof 3212 ..I.STA' RA'�4 TROT i i .....�. 3212 __a.�-t- _....___ r —f __. ! ..a. "T J _.._L...-:.33....TS.AO_.. ' .7RAHs6ri0tl..D77Cu OFA.xui.- '•'-'-"" ". lubb$ck 3208 f _..__. ............. _.._ �.__._.. f �1 ':. ZO_ZZf.-TO exce sFA.CUL.YEA 1 eEG1N ZYAIOAL OI7C�IE5 ... f ,....__ 3208 PROFILE GRADE LINE ,,. 1 ."T '�� : __ i••••-•,._L onm.e.• 114N STREET ___....n. .� ... ,may L PPOPo5E0 EULYEiif.:_ EXISTING GROUND • Q -�-•I- + A 32O6 PROPOSED DITCH PROFILES 3206 STRIP PAVING -- -� ... ... , ¢ A7• f-ts'-szo9• zs INDIANA AVE TO UNIVERSITY AVE ... .....'- '"'""` ,O I '�, .... I-'•__N�-^._ 3' S 'EE-ORAINA6E�I �T.,FOR 3204 u_,4 r- ti o• Nr�. 1p Wf7 {G• : A iG N F "I-`T—N•I6I. 'rX. &^Ar a-' +..++h N xm e N m m e:-�--1-' es ah —. ra-vd'L" '✓,• h- N r A N rx ASA«- msN aza PLAN AND PROFILEN +p • --. .- o <••-r . ....... ••w • ....Iryi •^•-n�tV'r.--'-N' -MIN^G 4V- I '^�'�r" ..T,�ty�� � M tgl:•,,•,.T'..•_s•Ilu' vf+0'•a•_^ri�0"P"n^'wH0'�' .N O P STA26-50-41r00 N � 1�`PY- f j0, '�"IWP+Jr*-•IV�tli"P' O 1 N'N N N" 'ti N N FJ NFY'R fCi'N F 1V'N N'"'n'nNifJ'7J N`N'V N;�173'-iNiiY"'� N•N .: •-• N N.h....N N CJ'n"-N,N'IL Nf.ilri tr'"'-""tV N-h N'.N'.3 N'R E. lV'N•'PI'"•.••>3+fiT'w NSN•.�"`_••f:IrN trr t`Y,'N iJ""-iG1M�_••n.N•it'i'w•""•N`N"�_'--YV'N Y:i�'N e�v-`_N h 'i P 3 n . r ' in ••. +n r. -. n1n H.. n:n rr,_,.nn n.... n: r. . :�i•irn •S::" .n ww..,. n{wi r�:'-'n n•r... :','-` M.%.iir'iw1-•'_ n`S� ......�.� ....... ., n:ri wi _. ..-.._..___._.._..._ -__... _. _. _.._..-inn w n:. _ -•in ..n.n.....n.nn .n.;,,n.,. n. nr nrn wtMrn n-.. nin n rn r•. ••-••-»••••••• •• n ,r.G� � „w- •'...•. r, ... .^ T t•C +..R 3 •00 34.CF` � Gr n •On Ai• R SHEET TRANSITION PROPOSED DITCH TO MATCH ' EXISTING DITCH AT UNIVERSITY Eno 114TH ST ALIGNMENT TRANSITION ROADWAY CROWN AND NORTHING i.241 780.0221 PAYEMENT EDGES TO MATCH THE EASTING 941.16S.1448 o• PROPOSED TIE TO UNIVERSITY AVE m EXISTING ROW a f - - - --- ----- ---------- - ---------- ----- - ------- ------ - --_ -'sod•-------- - - w -t EXISTING ROW V F 114TH ST E TRANSITION PROPOSED DITCH TO MATCH EXISTING DITCH AT UNIVERSITY SEE INTERSECTION LAYOUT FOR MORE INFORMATION N 0 23 SO 1S .00 SCALE IN FEET "�Q/ ,. .... .. . .,..., .. ..., .. .. ,., .e .__L-.," ..... :....•;, . x ti 'JeSeX33' _ _ x _.._ "'» 7 7216 ... :...._. .. } ,. "7 i. 1 ELA 9421�2 "fl6...-L.,..... .. ..., "'^_"'{' u "r 3214 SIONS REVISIONS He, ar[ wauflw A2__.__ : - i .. _ _ ....."..":.: , .w...N —1- ..._. .,,.�._ ., •'" _1 ...off 3212 I te-s. 3210 .-;.., ...i5'_"_ .. 3210 .,.. I " ". _ -1 ,.. 1 "'_TRAIISLT LOM.PI{AEOSEO._DITGII TO'IAATCH_._ t i s T TRANSITION, PROM"TROPOSEO} �„ ._: I 1X.lLY�9S»i T. ". .... NaYt 7 T,7, lUbbOCiC 3208 ._. ......_. ..'" ., s _ .. ....._:.fiLS.JNSLAATSN:AT •fULI LTOWk PAVEMENT -TO - .�'-' ... .,., .... .. ... '. .... EX+5TING UNIVERSITY AVE- ... i ..' . 3208 ' PROFILE GRADE LINE F T ± .... F 1 ... , EXISTING GROUND • 11 _.. ., .. .t :_.:_ � _ 3206 : ... ..i .. PROPOSED DITCH PROFILES - - - - —.. .'— .....'""' .. ,, .. .. .. .. _.. 3206 S14 PPTRENT TR A I G _: .... I } ...... ;.. ... .......- .�. ._. .. .. .,. .. 7 ,. INDIANA AVE TO UNIVERSITY AVE PLAN AND PROFILE 3204 --, & .... . -' �• 320e f0°w•C,"'_a,K1"•i~•'^1-•aif 01 �"tS. :_�rA lca7'" N mouth, P. etlrt �.1- F .'1-Stl"1~ .l. 4Sx 1-ai"t Q, 2f' v{%. .Y-..A .., y o- o STA 41+00- 10 �• " t 0 o o 0 0— � o :o-w--*+I o m oc- o i-a'• o "o 6•--•+ o o<r 4.-0 ro. o --�o - -� -•• END PROJECT N N^N n.... , e ...»,. P-4 ir•r,l at.f•O a4 r; aR rO ..,:.rn .T. a .h. aA•r . np•h, SHEET w ~ l 4 EDGE OF PAVEMENT r------� STA 1800, 11 OFF 1 LT 1 TIE TO EXISTING PAVEMENT ELEV 32K 10.55 STA 51 +84. 1 1 OFF 42.95' LT / ELEV 3210.24 SEE DETAIL 'A' P BEGIN CROWN TRANSITION �s STA 51+34.02 OFF 0.00' LT ELEV 3211.40 TIE TO EXISTING PAVEMENT N STA 51+84.02 OFF 0,00' LT ELEV 3210.15 ........................ T._.............. _----------------------- --- -----------------------------------1-i------------------------- --------------------- .----------------- --------� 50+00 +00 . . . . . . . . . . . . . . rL 114TH ST C\�s wt. Louis`" JJ� EXISTING ROW EDGE OF PAVEMENT STA 51+58.93 OFF 18.00' RT REMSIONS ELEV 3210.49 \— TIE TO EXISTING PAVEMENT EXISTING EDGE OF PAVEMENT STA 51+83.93 OFF 43.05' LT ELEV 3210.12 w > Iubb`ilck 2 FT SAWCUT F NEAT EDGE 1141A STREET w > STRIP PAVING INDUWA AVE TO Z UNIVERSITY AVE PLAN AND PROFILE INTERSECTION LAYOUT DETAIL 'A' UNIVERSITY AVE SKE1 1-1 i i j j ■ ■ I CONCRETE RIPRAP SEE TRANSITION FROM TRAPEZOIDAND ALE4 OETAIL FOR GR40tNO CHANNEL TO NATURAL GROUND AT DETAIL SHEET 0-2 LIMIT OF DRAINAGE EASEMENT l A B 1 A 8 1 1 • ■ 1 j i RECYCLED CONCRETE RIPRAP PROTECTION r j N SAFETY ENO TREATMENT SAFETY END TREATMENT 2-24' 0.CP 311 CROSS OR4SN4GE 2-24" RCP, 311 CROSS DRAINAGE ...... .. .. ...APPROXIMATE NATURAL GROUND CONCRETE RIPRAP TOE " _..-..... E ELEV 3205.42 SEE DETAIL g, ELEV 3206.23 "" .. E ELEV 3204,5 .......-• •...__, TIE TO NATURAL GROUND S" TRICK CONCRETE RIPRAP, CITY OF LU08OCK CLASS 4 CONCRETE WITH 6"X6" 6 6UAGE —-`—"�-�' /J� �+►' WELDED WIRE FABRIC OR 4,(/ DEFORMEO BARS AT 12" OCEW , Y :/.••••••"•'•••••••-•-6 CONCRETE RIPRAP TOE [{Yt� w•u lolwl 1� SEE DETAIL RECYCLEDCONCRETE E TxDO PROTECTION TOE. SEE TKDOT `f TTe3�9i`� SPECIFICATION ITEM 432 FOR MORE INFORMATION F,i[Vu TIE TO NATURAL GROUND WITHIN DRAINAGE EASEMENT S' TNICK CONCRETE RIPRAP, CITY OF LUBBOC4 CLASS A CONCRETE WITH 6'XG" 6 GLACE WELDED WIRE FABRIC OR -4 DEFORMED BARS AT 12' OCEW 4yQ SEE CONCRETE TOE DETAIL SECTION 4-A NTS m� a, •A REBAR SPACED AT IB' LONGITUDINAL RE _- REBAR CONCRETE TOE DETAIL NTS TIE TO NATURAL GROUND WITHIN DRAINAGE EASEMENT 10" THICK RECYCLED CONCRETE RIPRAP PROTECTION, RECYCLED CONCRETE FREE FROM REBAR AND OELETERIOUS MATERIAL AND SIZED AND PLACED ACCORDING TO T%001 ITEM 432, GEOTEXTILE FABRIC 15 SUBSIDIARY, 1yQ RIPRAP PROTECTION TOE AT rYq 1 Y TOP OF SLOPE SNALL COMPLY WITH THE 0IMENS IONS AS DES RIBED IN Tx DOT ITEM ' A. I a• s• SECTION B-B NTS ixe.l N.[[ I P.lGlnia I 1141h STREET STRIP PAVING INDIANAAVE TO UNIVERSITY AVE DRAINAGE DETAILS iT D-1 1 p1 ... .. .... 1 p1 ....... .._. .,.... '� p1 ♦ y iQ' S4' � O° � ♦ l ' PtO............. ..... 'y0�°�°q• p, ^y p� I.> py� ti j t . p.;• { ,w�l�• ,p� 1� y�y�,1 ,'.��'ry�0'.. .._.. ... .. 4t.�0p'1.:................................_............_._....._..... _... _.... .�0r'�y2do'........»...-.,..................._............... � .......... ' ._.._..'00• 1 :....,.... ................ ............ I I -....._._»....._.'i'..........._......._._..._............................................. .. ................._........_........ ........ .0p6 �Q ..�OyP 'k.••{,t0_._......_....__...._._._.._......�0 400°l. y1!` • 4�0. Ada:......................«..«............_..._.............. «................,10°,'b° ylP4 0'' UPSTREAM CONCRETE RIPRAP GRADES DOWNSTREAM MGRADESETE 05091 FEW .•, 6rtrfil• mrav�: iwdwu� rc.aona i 1141h STREET STRIP PAVING INDUWA AVE TO UNIVERSITY AVE DRAINAGE DETAILS :T D-2 Working Point lot Intersection of nominal I.D.) c Trimmed Edge of Pipe M�*or0 8€ II NOTE: All Pipe Runnors, calculotans, and dimensions ore based on the pope culverts mitered as shown in this detail. Alternate styles of mitered ends will require that appropriate adjustments be made to the values presented on this standard. SIDE ELEVATION OF TYPICAL PIPE CULVERT MITER (Showing Corrugoted Metal Pipe Culvert. Detoils of Concrete Pipe Culvert we similar.) L (mots of Riprap tto be included with S.E.T. g«a for payment) qO Limit$ of Riprap (to be 7"x Miter 12" included with S.E.T. rL Cross Pipe for payment) q Anchor Bolt Top of Riprap g«` Working r r Point Trimmed Edge of Pipe Culvert ng 6" 4" �5 n F m IZ" $ c$ Miter 3 Ftow u \:J �O Lima SIDE ELEVATION OF bog- CAST -IN -PLACE CONCRETE Bo h To run (Stowing f Corrotecd oncrete Pipe Culvert. -bgg Details OPiI Runners nnootoShownefor l clarity) similar. 1� a agC O`O(A�a 41t ^O Pipe Runner Bottom Anchor Cross Pipe Pipe _ ,• �L,' Flow Bottom Line Anchor Toewoli ISOMETRIC VIEW OF TYPICAL INSTALLATION (Showing installation with n0 skew.) 5 CROSS PIPE LENGTHS & PIPE RUNNER LENGTHS Nominal Pipe Cross Culvert Culvert Pipe 3:1 Side Slope 4:) Side Slope 6.1 Side Slope I.D. Soo - G Length n• <vwW tc cvw., xn• cl,-W Ac• ev-W n• ck..� — 0v..,, sn• I= Ac• c4-W n• cKww I4• — I tn• ck..,, I ea• 0v-W 11 TYPICAL PIPE CULVERT MITERS QQ CONDITIONS WHERE PIPE RUNNERS 2 STANDARD PIPE S ARE NOT REQUIRED MAX PIPE RUNNER I �� Nominal �� Side 0" IS- 30' 45• Single Multiple Pipe Pipe Pipe S lope Skew Sker Skew Skew Cul vert Pipo Culvert Pipe Culverts Site O.D. I.D. ESTIMATED CONCRETE RIPRAP QUANTITIES ICY) Nominal 3:1 Side Slope 4.1 Side Slope 6:1 Side Slope Culvert t.0. 0• SKer IS- SKer 30• SKer 45• Skew 1 0• Sker I IS- Sker I 30• Sker 1 45' Skew 1 0• Sker I IS- Skew 30- Skew 1 45• Sker 54" j 1.3 j 1.3 j N/A 1.4 N/A N/A N/8 1.7 N/A N/A N/A 2.3 N/A N/A N/A OSize of Pipe Runner Shot be as shown in the tables. Cross Pipe Shall be the some size a$ the Pipe Runner. Cross Pipe Stub Out and Bottom Anchor Pipe Shot be the next smnlier size pipe as shown in the STANDARD PIPE SIZES tools. OThis standard allows for the elOcement of only one pipe runner across each culvert pipe opening. In order to limit the clear opening to be troversed by an errant vehicle, the following conditions must be met: For 60' culvert pipes, the ekew must not exceed 0'. For 54" culvert pi0l6, the ekew must not exceed 15% For 48' Culvert pities, the skew must not exceed 30% For all culvert pipe sizes 42' and lase, the ekew must not exceed 45'. if the above conditions cannot be met, the designer should consider using o safety end treotment 'th flaretl wings. For further. infarmat ion, refer to the T%DOT "Roaawoy Design Manual". O3 Miter - Slope of Mitered Pipe Culvert End O4 Riprap placed beyond the limits shown will be paid as Concrete III prop in accordance with tem 432, 'Riprap•. OS Ouontlties shown are far are end of one reinforced Concrete Pipe Culvert. For multiple Pipe Culverts or for Corrugated Metal Pipe Culverts• auantities will need to be adjusted. Riprap quantities are for Contractor's information only. SHEET I OF 2 —A* Texas DleDartmeVOF TrartsportaNcn If BrldOa OWStm SAFETY END TREATMENT FOR 12- DIA TO 60' DIA PIPE CULVERTS TYPE II - CROSS DRAINAGE SETP-CD mL l4y0 .4bt M OAF a, CAT M xe , GAF QN00T FabrVYy Salo 1 oust -la who rwxa vxct lwulms r�•,l- nr� none uer +oF «luw+ a 3 Tf/iroupn Hale/x�CraislPice Di. 9' L 12" 1 4 %x" j Is/w" Did Through Pipe Runner Warkinp 1 Point — a E'"--� 010 Through Hole 1/x^ Oia Xole 9 .0. ' rL St Out e rL Cross Pipe 0 9 Crass Pipe OPTION Al OPTION A2 CROSS PIPE AND CONNECTIONS DETAILS _.¢.—.—_—. sd« fg %s" Did Hole ;;,, =$ng i rt %* Did Throupn 4 /s" ' g'4}« I Hole eat upper end SS of Pipe) 9" t6 Pipe Runner Length (See table) Fg.. n NOTE: ross Pipe Connection The separate Pipe Ruiner shown is required when COption At is used. ;b PIPE RUNNER DETAILS cbh SL a � � OPTION B1 OPTION 82 —1 BOTTOM ANCHOR PIPE DETAILSIo (L )'." Dia x 12' Cross Pipe Anchor Solt / Hex NO Washer—,"., 3^ _ f/P/d ulcer 12' •9%.der •\� / <enay. q I f See Y JCL %x` Did Bolt w/ aOfej Nuts 2 WOShe, Crass Pipe �f Stub Out • J !!! I\\ / •/� yY- UIO NOIe` E Pipe ,Runner ' Bottom Anchor Pipe Anchor Toew011 SIDE ELEVATION OF SAFETY END TREATMENT INSTALLATION (Showing Pipe Ruiner with Cross Pipe Connection option 41 and Anchor Pice apt l on B2 on Corrugoted Metal Pice Culvert. Concrete Pipe Culvert details we Simi lor. Riprop not shown for clarity) 8• Ann !oo'n Q/'\�'^ \';�T•!a0 Ruiner Pipe ' L k er Bottom Anchor Batton Anchor Pipe rt Pi Pe' I ll Bottom Anchor 0attpn Anchor Anchor TOewdll Toawol 1 Tcewal I 6"�6" 3' Min 12" CIeOr 14" OPTION 81 OPTION E12 BOTTOM ANCHOR TOEWALL DETAILS (Culvert 8, Riprop not shown for clarity) OMardi, placed beyanc the limits Shown will be paid as Concrete RioroP in oCC reance with Item 432, -Riprop". © Recommended values of 31 a 8l ope are 3:I, 4:1, 6 611. All quontities, col culot ions, nnd dimensions Shown herein are 0 See on tnese recommended values. Slope of 3:1 or flatter is required for vehicle safety. O Note that actual slope of Pipe Rumer may vary slightly from Side Slope of RiPrap one trimmed Culvert Pipe edge. OCore shall be taken t0 ensure that Riprop concrete does not r low into the Cross Pipe soas to permit disassembly of the bolted Connection to a IOw CIconcut access. OAfter instal lotion, the yx' hate shot be inspected to ensure that the lap Of the Pipe Runner with the Bottom Anchor Pipe is adequate. 10 At fowicoler's option, a heat bend to a Smooth 5" radius or a manufactured elbow (of ine same material as the Rumor) may be substituted for the mitered and welded joint in the Bottom Anchor Pipe. �. No x 12" Bolt w/ —Hex Nut s. Wosher (Typo -- GENERAL NOTES: Pipe Runners are designed far a Traversing load of Ladd Pounds oT yield as nnerecommended by Research Report 280-1, "Safety Treatment of Rooaside Crass-Dro)nope Structures", Texas Trnnspertation Institute, Me Me The Safety End Treatments shown sera in are intended for use inn those Installations Mere out Of control vehicles we likely t0 traverse the apenings approximately perpendicular to the Pipe Runners. R iproo and all necessary nverts shall be Concrete RiprOP Conforming to the redui rements of Item 432, "Riprop". Synthetic fibers listed on the 'Fibers for Can crete" Moteriol Producer List (MPL) may be used in lieu Of steel rolinforCing in riprop concrete unless noted otherwise. Payment for riorap and tpewail is included in the Price Bid for each Safety End Treatment. Pipe Runners, Cross Pipes, ono Anchor Pipes shall conform to the requirements of ASTM A53 IType E ar S, Grade B), ASTM A500 (Grade B), or API 5LX52. Belts and nuts shoal conform to 4STM A307. All stl components, except concrete reinforcing, shall be golvon(xed afee ter fabricot, on. Galvanizing damaged during tra)Sport or construction shall be repaired in accordance with Me SpeCif)CCti Ons. Pipe Culvert (C. M. P. pr Concrete) r— 9. Roadway Limits of i Riprop Step I 7 � t I 1 rL Pipe � L17g Side Slope© 1 rL Cross Pipe (flush with top of Riprop)- Anchor Toewoll Pipe Ruiner or Stub Out PLAN OF SKEWED INSTALLATION all $PC - G ' SHOWING CROSS PIPE 8, ANCHOR TOEWALL SECTION A —A Limits df Riprop (to De fneluded w.fh S.E.T. or pay sn" Tangent to 1'-6" dest portion _ of Pipe Culvert j It I prop �^7` Pice Culvert SHOWING TYPICAL PIPE CULVERT 8. RIPRAP —A* Texas Department of Transportation If &(dill, AYlalal SAFETY END TREATMENT FOR 12' DIA TO 60' DIA PIPE CULVERTS TYPE II - CROSS DRAINAGE NOTES I. ALL STRIPING NOT SHOWN 1N THE DETAILS ON THIS SHEET SMALL MEET THE TYPICAL STRIPING LAYOUT AS SHOWN IN THE TYPICAL SECTIONS p. TWO-WAY LEFT TURN LANE ARROWS ARE TO BE PLACED APPRONI MATELT EVERT 1000 FT AND LOCATIONS OF THE ARROWS WILL BE COORD INATEO WITH THE CITY TRAFFIC ENGINEER, BEGIN 4- SOLIO WHITE EDGE STRIPE AT THE BEGINNING OF PROPOSED ASPHALT PAVEMENT 50• 75, BEGIN TYPICAL STRIPING SEE TYPICAL SECTIONS FOR MORE iNFORMAT[ON INDIAHA AVE EDGE OF PAVEMENT B' SOLID WHITE STRIPE WITH TYPE I•C RPM SPACED AT 10 FT N DOUBLE 4' SOLID TELLGD STRPE WITH TYPE II -A -A APIA SPA CEO AI rr T 0 FT BEGIN A• SOLID WHITE EDGE STRIPE AT THE BEGINNING OF PROPOSED ASPHALT PAVEMENT � •fir [T IX YO•�IS • 105091 BEGIN A- SOLID WHIT*STRIPE AT THE END OF RADIUevunx SEE(TYP(CtL ASECTfONSHFOR TTYPELII•A-AOLID YELLOW RPM SPACED ATR10 FTI REVISIONS MORE INFORMATION Wt( W:WIltIP • • • • • • • • • WHITE STOP BAR lubti�ck STREET PAVING B" SOL 10 WHITE STflIPE WITH114Ih TYPE I•C RPM SPACED AT 10 FTSTRIP INDIANA AVE TO ATG�NE END OF RADIUS UNIVERSITY AVE STRIPING DETAIL SHEET S-1 Pawaent Edpv --� 6' min. .ten TWO LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS SrwAllder yf0in m tfhwlder emote ttyp.l my wary (tyd,) Illttt Yellow Centwil- 10' min. •12' rrow. sV] e o o e o o Ye s- mite Wt70.� Edge Line t' Solid �, �' SolfO 3' m1n.•4• meal i�o 0 0 3' Whin. •K•. Well. Line Yet low LIM Sao /hdpr w;dtn say Tarr Pwelro1n1t EdOe 6' Whin Ityp,l 4' min, i' IN i Pw t Edge 6' min. (ryp.) Whom. STCP LINES 30 ones. solid Mite ,' White Lae LIM a Whim 12' min. — o 0 0 0 edit. Lane Lira —f t� �• yellow Edge Line 24' dal. ]0' W IO'W I0'J �/t e o c �>0;'� r\ EDGE L[NE 4^Solid mite '✓ So) 10 .' mite Edge Line Y.Iiw Lino e o e o a C> a• Whit. E L'rie CENTER.IkE K• Tel Iw 0 o 0 0 o c a� 6•{n, ttyc' ) LWQTN 10, Gaot 30• . 0Pf10tUL EDGE LINE AND LANE LINES .^ Sol to CENTERLINE AND LANE LINES ONE—WAY ROADWAY eel pp Iicr M Operations t0 !' mih.•A• UeM01 FOUR LANE TWO—WAY ROADWAY u2• pow. tar trov0leo WITH OR WITHOUT SHOULDERS Ini(500' 1,1 'S00• `Iti' WITH OR WITHOUT SHOULDERS Wax q�e W then Minlmw pegyiremenrs MmtmMe aea,o-emenhre far mgelmu far con+.runes wirh0ur EagellMa As' mly) Irow iw Wo)' olden t 20' POYevnt slotlh 16' s Is 20' FOUR LANE DIVIDED ROADWAY INTERSECTIONS ROADWAYS WITH REDUCED SHOULDER GUIDE FOR PLACEMENT OF STOP LINES, EDGE LINE & CENTERLINE WIDTHS ACROSS BRIDGE OR CULVERT Based on lrwelod War and Pwonent Widths far UMi Yiaed kl9MQyA POrepent Eder --� a• mlyd Lobe LIM �,• Mite LIM a o liw Edge LIM o o ti a w ism. K YIn1mW A• mi to A5d Bridge RO;I or ro:e `:.. ........ ...... .. of CMrt, .. .. TABLE 1 - TYPICAL LENGTH (L) Posted Sp 9ed rprvMlp 2 30. 35, M n L• 60 Medial 20 tyo. 12• Whin. 45, 50, 55, Width mm;. 2<• fyp 60, 65, 70 L.WS midth W �Wnite mQel;m i! elfin rwrpnrllw eos•o wyvr a W,w on rode, r.r. trwwllW.irp Irlhe Map •I I10 y yr b p, �tIM,. i,w.•n.. A' Yel Iw Edge Line, R) dot La�w9�wr a Ifi,h w•wIOM a ar,st Irt.h s' Solis mite thennelizing Lim es— --- '-•-• - W Lox width greeter tnorh ar e0W1 �Ivrl,q to it, 0 0 0 o }} EXAMPLES. K' mite Edge Lim t� y � t' mtt0 Lam Lino Yarias 4 i fettle doge l'M An a foot snouladr in odroru of o prtage 1'em,cu .o tgIEA A feet on a 70 LPN rood'oy. Tie lurgtn of the arMse- rotwing sr —la De: I. Ro•Oasaing xoM on bridge a ooen is Ootiawl Wt if Mace, it "II W o minieud 500 feet long. L ' B s 70 • %0 ft. A K loaf (110MI der 1a oawamo of a ortoge reaubea to All me0t0r16 6ro11 ee Tield oh100hred to aelermim this I=tion of MoessO y striping. Stoplrleid 2. For rfOsemlohirg IMgth 1L) see Tople 1. 2 feet On O AO MPH r000Ny. The length of ton CrOK� p0•s a10 a `M"li'Yes sw l Ito piowd hest~ the maim Width is p'eetor then 70 ft, 7M Weida 3. TM width Of ins offset tN) am the rewlred aroKmtonlnq width is the full saoMlotr width in rgtchinq NW10 W. Width Is flmd M ion Oren Dehmcn two roowo a of O dlrl0ea hi dsh mlrwd from Of ae oavothenW6 Of terI L A(AO1X / bo 106, 67 ft, rd{Whdea to 110 ft.olff rra 1.0 wW t. edge of r Ied wof. Themwd;m a Awes turn lams The Modica width be K. Ito—stictchlrg %hould tc repaired if Thesmulaer width in damps of the Ori0g0 I$ A fear roht IWltweOh 17tersactiona, Interdhhogoe and of oppmInd Oporoocnds Of tM emrl interseorim. of eider om Wry rao.";m In enoMl Oor wirlth amoso tM (r;ow odours. Th. rorrw maim width will De ins strolling width to det"IM If norklrgs are rewired. S. For guard fends det011s, refer .lather. In the of—. STANOARO PLANS Texas DVwhwd of rramportollon YIELD LINES TdrrfcCx.WA—an'+sen GENERAL NOTES+ Eogel lm striping stroll a ae etwn in the OWS or oa oireored nY theErglha . ion itch" ftw tM 3 l0 12' TYPICAL STANDARD The hm001 9hw10 typically a pldx0 a mihln a of 6 edge o/ This I Ia• odd t, dlatdncd My h it due to pdvemnt rweiln0 or other eowltidna. Eogel thin Or'e not rewired In orb eon gutter sear;OM of roodwnye. SPECIFICATIOI REFERENCE TABLE PAVEMENT MARKINGS rlea wd1' trot Wes only ?hot or e pt;an of in.rooway Used for veniwlar on Ifvrf MATERIAL SPECIFICATIONS -•IV V V V V PAVEMENT MARKERS (REFLECT.] DMS-K200 irdrel W not ton puking lanes, sidewalks, ba'mi cad shouloers. TM ifOrelm EPDXY OYS•61W PM (1 ) — 03 M00 rolls shot) m edatAred from the Inside of edgellm to inside of eoWllM of o BITLMIAOUS ADHESIVE FOR PAVEMENT MARKERS M-6150 FOB POSTED SPEED EQUAL 10 OR GREATER INM e5 td'N two tale roodwoy. 3 to 12' tit F H 12' NPradr lie e••BAS �•rDW �•lAl n+' All pprugnt owking moteriols limit meat the required DepertmeMdl IfOt71a1 v � � � � � � � � � ���Of Soxifl <dtions as 1w;fidd try the dime. 16 f-.95 � 6 S•2 FOR POSTED SPEED EOUAL TO OR LESS 190 10 MPN a. Sw! REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSITIONING GUIDANCE /7 SEE DETAIL 'A' SEE DETAIL 'e' ` Type It -A -A a✓/ O a O a O 1 O, f0 p p Ir— w' —�I-- ---_ {�- e0,-i,o' _.1-- 40' --1 CENTERLINE FOR ALL TWO LANE ROADWAYS < 3 Type I-C o Co 0 o a o a o o to Type II -A -A SEE DETAIL 'C' f a AD, p o 0 0 o o O o 0 0 CENTERLINE & LANE LINES Weed �t marker Type I-C 0— taoe towOrd tnreel traffla, eholl FOR FOUR LANE TWO-WAY HIGHWAYS Do placeo w e0-four centere. Type II -A -A 1'•2• Type If -A -A 1 , A 4.T e- , ........:.:.� Type DETAIL "A" DETAIL "BN DETAIL "C" 12'- 1' 16'• 1• y/m• . 3'N• sh•• �_ 'I 2 to T ,' EDGE LINE OR CENTM INE OPTIONAL 6' EDGE LINE OR CENTERLINE CENTER OR EDGELINE Centerl;. 1 5yemctricol oroNna centerline ccntln two-way left tam lone Type II -.A -A 0 0 0 o 0 o 0 o p o a o D o p o p o 0 Type I-C I^ CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE L ) Type I-C or n•C-R r(� o o a o 0 0 0 0 0 c Type I, or. 11-C-R LANE LINES FOR ONE-WAY ROADWAY (NON -FREEWAY FACILITIES) Roleea cavemen a MWS Type II-C-R Noll teem. Clear face toward ,weal trafflc ana red fare tow d wong-may traffic. �1 IE— 12•_ 1• 30- —�TEROKEN LANE LINE REFLECTORIZED PROFILE PATTERN DETAIL USING REFLECTIVE PROFILE PAVEMENT MWXIKGS ' T 700 to 500 e11 height 4' A ytrit Two check for ire tnickhess of DDN line m0 profl le marking is approX leately aNM101 to o stock of 5 aartera to o mal1— �f--;N{ 2 to 3' Mel" Of 7 charter For Mlle the thidmea refW to Special Spell floot;on 'ReflectOrited Profile Pavement tWklnOL " ,- LAME LINE OPTIONAL 6' LANE LINE GENERAL NOTES: All rallied paeeelent mvkere ploced In woken Itnea mall be PIOM in line with aU oiowy Oetween the striPea. On concrete poVeaenta the ralwo oovemont markers ShWid be DlOWO to one lido of the lQN;tUOln01 f0int6. All p0"m<nt aMtinO WtarioIf Nmee t et the reau;red Delwte ontoI Material Spocificotiaw os sMt:fled oy the plops. SPECIFICATION REFERENCE tARLE MATERIAL SPECIFICATIONS EPDXY 04-6101 PAVEMENT MARKERS (REFLECT-1 SITWIA MS ADHESIVE FOR PAVEMENT UMERS OMS-61 RAISED PAVEMENT MARKERS (REFLECTORIZED) I've I To VI" A- �/,' - A — A Refleafortzad 35o Pep(- SM foce 25- e to 7e lea. Apwelra R SMA-ffoce SECTION A Type II Top VIa, Reflectcritao surface 1� ,' C ,t• Roadway �L Adh00(w carfare SECTION R STANDARD PLAN$ 0 Texas Oe dluld o/ Transpwl'allon Trcffle OwdiO,e Dhfa w POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS PM(2)-08 MO ,-52 5-00 L - r-- L 5 sw oo� of u�3 �w ag gk e gc= €8" xl GA ova wi g98y� h g�¢e� gfr4 Ia.kg 3 0 5�« care =nyyd —ogato So Tyrparenwnt aarksr Type I-C evvery 1. aeto 16 \a t — �yl _ p Refer to Dims for iengm a Iypicol poised p.mant marker ,nr of coaMaWed aecrim ,nr�� Type I1-s-/ every 16• SEE DETAIL E ISO feet wIni- 1500 feet maxi — p o •— o � p o o — Typical TKLTL Transition at One-way Cross Street 1' white broken f�J f�J MINOR (NON -SIGNAL i ZE0) Dewitt Turn Arrows optional ONIE-WAY STREET 1 "en Type II -A -A fellSolid wcwd or 10 reef a Type 11 -A-A Y]f far ll fe - pos(tiawd MIM in. a-Yeta ing rQ rhq C) dinetlen of Mawel Ty- I-Cor 11•C•9 .vaoid 01 so fe.t DETAIL B DETAIL A Type II•A-A 1larkere to be posit ialx0 behind the orasshctaning for the direatian or troval 1 irch lei low Sono 32 fat typical TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS 1' yell. ar Ken — / o o a o p a — 150 feel efniaup Typical TRLTL Transition at Two -Way Cross Street MINOR Type 11•A-A Mmk § Too•WAY STREET to to positlewo banne l the on,"WMIng for rlw direction of frown 1i� a ra 1. Salto 1 roan Tell. Solid SEE DETAIL 8 1' yellow wild * * Val iai basso on length of trim pay * * * Typically egwl to yt the lenpfn of storage lone DETAIL E Type If•A-A Morkers DETAIL C ro be ppei1ion.0 behind the croaatatahing for the Roie.b ya•swnt wvkwr direetlan of trovel Type I-C with , 01= niglway.. ,loin .wdioa One two W left tvn laps. Rai ssa 0awwwlt ao'hsr iy- with elr(bo I0 � �. — nlp.wre adiaro. gs One — Full Lone widen -- Typical 12 feet Yin, I I - �-'' TYPICAL TRANSITION FOR TWLTL AND DIVIDED HIGHWAY I 0 0 24' Unite — (typ, l o 0 O O 0 0 1= — SEE DETAIL D MAJOR TKO -MAY STREET DETAIL D F1.1 placaenl of St. Bar EM riVuwalk Yell - approved by In. fnairoer In ins fl.1 d. GENERAL NOTES Refer elswwtere In plans for additional RPM plaoepant and dotal ls, Dotal le for words and arrows as shown on ottler elects. All pavement marking wateriais SalI Mwet tM required material Specifications os amifi.d by tte plods. For a left tarn day, two drroa Shall ne used If the Iupm of the pay is aaual to or greater than IBD feet. The Dottom of the first arrow &ail 0e placed at the begiminq of the turn boy lone Tins as alawn above. Other Gaaswclk DOttwn in the 'taws MaRal an Vniforw Twna as alaraffic Control DerlceS' my be wed. SPECIFICATION REFEIIEHCE TABLE MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECT.) OMS•4200 EPM M.61 Do STTLMINWS ADHESIVE FOR PAYE. mRS. OUS•6130