Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
14 Venessa Garza 16
City of College Station P . 0 . Box 9960 College Station, TX 77842-0960 NORMAND DRIVE SIDEWALK PURCHASE ORDER NO . 140916 O'Malley Strand Associates, Inc 203 South Jackson Street Brenham, TX 77833 (979) 836-7937 Professional Services: July 01, 2015 through July 31. 2015 August 12, 2015 Project No : 3924 .009 Invoice No : 0113999 Project 3924 .009 Normand Dr. Construction Phase Services Fee Total Fee Percent Complete Billings to Date Fee Totals 3 ,340 .00 100 .00 Total Earned Previous Fee Billing Current Fee Billing Total Fee Current 167 .00 167.00 Prior 3,173 .00 3,173.00 \ 3,340 .00 3,173.00 167.00 Total this Project Total 3 ,340 .00 3,340.00 Total this Invoice ,1· ,/"" ~·' • 'I.. • ... .··,- Invoice 167.00 $167.00 $167.00 City of College Station P. 0 . Box 9960 College Station , TX 77842-0960 O'Malley Strand Associates, Inc 203 South Jackson Street Brenham, TX 77833 (979) 836-7937 ~L~~~ May 14, 2015 Project No: Invoice No: Professional Services: April 01. 2015 through Aprll 30. 2015 Project 3924.009 Fee Total Fee Percent Complete Billings to Date Fee Totals Project Fee Total Fee 3924.010 Percent Complete Billings to Date Fee Totals Proj ect Fee Total Fee 3.9-24 .011 Normand Dr. Construction Phase SeNices 3,340.00 80.00 Total Earned Previous Fee Billing Current Fee Billing Total Fee Current 1,670 .00 1,670.00 Prior 1,002 .00 1,002.00 Normand Drive Materials Testing 1,100 .00 78.00 Total Earned Previous Fee Billing Current Fee Billing Total Fee Current 858 .00 858.00 Prior 0 .00 0.00 2,672 .00 1,002.00 1,670.00 Total this Project Total 2,672.00 2,672.00 Total this Project Total 858.00 858.00 858 .00 0 .00 858 .00 Ngrrn!-md DrTAS _Plan Review and Inspection 880 .00 TERMS: Paymen t is due with in 30 days of the date on this invoice . Invoice 1,670.00 $1,670.00 858.00 $858.00 Project 3924 .009 Normand Dr. Construction Phase Services Invoice 0111853 Percent Complete 100.00 Total Earned 880 .00 Previous Fee Billing 660.00 Current Fee Billing 220 .00 Total Fee 220.00 Total this Project $220.00 Billings to Date Current Prior Total Fee 220 .00 660 .00 880.00 Totals 220.00 660.00 880.00 Total this Invoice $2,748.00 TERMS : Payment is due within 30 days of the date on this invoice. Page 2 City of College Station P. 0. Box 9960 College Station, TX 77842-0960 O'Malley Strand Associates, Inc 203 South Jackson Street Brenham, TX 77833 (979) 836-7937 Professional Services: March 01. 2015 through March 31. 2015 April 10, 2015 Project No : Invoice No: 3924 .009 0110937 Invoice Project 3924.009 Normand Dr. Construction Phase Services Fee Total Fee Percent Complete Billings to Date Fee Totals 3,340 .00 30 .00 Total Earned Previous Fee Billing Current Fee Billing Total Fee Current 501 .00 501.00 Prior 501 .00 501.00 TERMS : Payment is due within 30 days of th e date on this invoice . 1,002 .00 501 .00 501.00 Total this Project Total 1,002.00 1,002.00 Total this Invoice RECEIVED APR 2 0 2015 ACCOUNTING 501.00 $501.00 $501.00 City of College Station P. 0. Box 9960 College Station , TX 77842 -0960 O'Malley Strand Associates, Inc 203 South Jackson Street Brenham, TX 77833 (979) 836-7937 Professional Services: February 01. 2015 through February 28. 2015 March 12, 2015 Project No: 3924 .009 Invoice No : 0110315 Project 3924.009 Normand Dr . Construction Phase Services Fee Total Fee Percent Complete Billings to Date Fee Totals 3 ,340 .00 15 .00 Total Earned Previous Fee Billing Current Fee Billing Total Fee Current 501.00 501.00 Prior 0.00 0.00 TERMS : Payment is due within 30 days of the date on this invoice . Total this Project Total 501.00 501.00 Total this Invoice 501 .00 0 .00 501 .00 Invoice 501.00 $501.00 $501.00 1 1nvo-ice l I ---------------· I mistakenly put this in Commun ity Services folder . City of College Station P. 0 . Box 9960 College Station TX 77842-0960 O'MALLEY ENGINEERS, LLP P. 0. Box 1976 Brenham, Texas 77834-1976 (979) 836-7937 ---e-· CE' R - DEC 0 1 2014 ACCOUNTING November 24, 2014 Project No : 00675 .006 Invoice No : 0010535 NORMAND DRIVE SI~~ PURCHASE ORDER~ Professional services from September 28, 2014 to November 8, 2014 Task: 04 Bid Phase Services Fee Total Fee Percent Complete 1,550 .00 100.00 Task: 07 TAS Plan Review and Inspection Fee Total Fee Percent Complete 880 .00 75 .00 Total Earned Previous Fee Billing Current Fee Billing Total Fee Total Earned Previous Fee Billing Current Fee Billing Total Fee 1,550.00 0 .00 1,550 .00 Total this task 660.00 0 .00 660 .00 Total this task Total this invoice 1,550.00 $1,550.00 660.00 $660.00 $2 ,210.00 r-----------1 L_ Invoice _ _I City of Co ll ege Station P. 0 . Bo x 9960 College Station TX 77842 -0960 O'MALLEY ENGINEERS, LLP P. 0. Box 1976 Brenham, Texas 77834-1976 (979) 836-7937 September 16 , 2014 Project No : 00675 .006 Invoice No : 0010398 NORMAND DRIVE; SIDE ~ PURCHASE ORDE:R NO~ Professional sent.ices from August 4, 2014 to August 30, 2014 Task : 03 Construction Plans and Specifications Fee Total Fee Percen t Complete 10 ,680 .00 90 .00 Total Earned Previous Fee Bill ing Current Fee Billing Total Fee 9 ,612 .00 6,408.00 3,204 .00 Total this task Total this invoice 3 ,204.00 $3,204.00 $3 ,204.00 1·on Normand Drive Sidewalk Design 030115-033115 . . ---.,.------·-···--.E.Qli~Q..4.Q.()_. -·-··-----··-·-----------.9.9.rJ!r~ct# 14-294____ 0 ~~----...... . Normand Drive Sidewalk Des ign 020115-022815 .. OSA $501 .00 ·--·--------·--PO!J 50_400 ··---·--··---·-·-·------Q911Jf.~9!tt1.4:.f..9_L________ --.. -·-·------ Normand Drive Sidewalk Design OE, $T,2Il'.£I.£JO, ·--------.E.QlL1_5_Q400 ·-------.. -.. ------Contr~9t# 1.4:-294_ ____ _ ~ bo~ -37-&,7 ~v~O % 6J(o'33:) I Check No : Check Date STRAND ASSOCIATES, INC 6oo b'1061 05/14/2015 $3 ,212 .00 CHECK IS PRINTED ON CHEMICAL REACTIVE PAPER WHICH CONTAINS A WATERMARK. I.. ef ' Branch Ba nking ari d Tru st sand~Two Hundred ·Vendor NumjJer 3006 Check Date 05/14/2015 VOID 90 DAYS F~OM DATE OF ISSUE·. CHANGE ORDER NO. 3 DATE: 6/22/15 Contract No. 15-041 P.O.# 150370 PROJECT: Normand Drive Sidewalk Proiect OWNER: CONTRACTOR: VOX Construction, LLC City of College Station P.O . Box 9960 Ph : Colleae Station , Texas 77842 Fax: PURPOSE OF THIS C HANGE ORDER: A. Decrease in value of contract B. C . ~: ~ :~~~: ~: ~ :~ :~ :~~~~ :~ :~ :~ :~: ~: ~ :~ :~ :~: ~ :~ :~~k~1~~~~: ~ :~ :~ :~ :~: ~ :~: ~: ~: ~: ~: ~~~:~ :~: ~ :~:m~ :~J~~~~: ~ :~~f ~: 1 Credit -Did not install all of sod ($1,100.00) TOTAL ($1, 100 .00) THE NET AFFECT OF THIS CHANGE ORDER IS % INCREASE/DECREASE. LINE 1 (acct.lwork order numbE Org : 41399971 Object: 6561 -1100.00 LINE 2 (acct./work order number) LINE 3 (acct.lwork order number) TOTAL CHANGE ORDER (1,100 .00) ORIGINAL CONTRACT AMOUNT $44,212.60 CHANGE ORDER NO. 1 ($223 .20) -0 .00504833 % CHANGE CHANGE ORDER NO . 2 ($520 .68 ) -0 .01177673 % CHANGE CHANGE ORDER NO. 3 ($1 , 100.00) -0.02487979 %CHANGE REVISED CONTRACT AMOUNT $42,368 .72 -0.04170485 % TOTAL CHANGE ORIGINAL CONTRACT TIME Days Time Extension No. 1 Days Revised Contract Time 0 Days SUBSTANTIAL COMPLETION DATE REVISED SUBSTANT IAL COMPLETION DATE ~D ~{ . h ~ ) ,00 z_q ~15 -.~LA-U·~~·~l5 l~TF~ ~ 6 Date DEPARTMENT DIRECTOR Date G:. ·?Ae· \s CbNSTRUCmON CONTRACTOR Date EXECUTIVE DIR BUS SRVS Date ~~ ~ ~ {1-'1I1~ PROJECT MANAGA ~ Date C ITY ATTORNEY Date A.11~,,.A. b-'L t:t-f '7 )11fY ENGINEER/ ~ Date CITY MANAGER Date ' CITY O F COLLEGE STATIO Public Works Departm en t APPROVAL FOR APPLICATION AND CERTIFICATE FOR PAYMENT PROJECT NAME : PROJECT NOS. PURCHASE ORDER CONTRACTOR: Normand Drive Sidewalk Project ST14-18 150370 VOX Construction, LLC ORIGINAL CONTRACT AMOUNT : $42,368 .72 DRAWNO. 3 DRAW DATE: July 2015 DRAW AMOUNT : $4,236.87 *See Attached Breakdown of Accts BALANCE TO FINISH, PLUS RETAINAGE: $0 APPROVED FOR PAYMENT: Ven~~za~ Project Manager ~!~ Proje~ecto~ Lance Simms Director of Planning and Development Services Accounting Date Date Date Date I BREAKDOWN OF DRAW #01 LINE ITEM #l -ST-1418: Org: 41399971 Object: 6561 $42,368 .72 Total to Date 10% Retainage f------- $42,368.72 Total $38,131.85 Previous Payments Authorized $4,236.87 TOT AL TO PAY APPLICATION FOR PAYMENT OWNER: PROJECT: APPLICATION NUMBER: 3 DISTRIBUTION: City of College Station 1101 Texas Avenue Normand Drive Sidewalks CONTRACTOR · ARCHITECT · File · College Station , Texas 77842 77845 ST 14018 CONTRACTOR: Engineer: VoX Construction , LLC 1118 Ashburn Ave College Station , Texas 77840 APPLICATION FOR PAYMENT -SUMMARY Refer to continuation sheets attached for detailed breakdown . 1. ORIGINAL CONTRACT AMOUNT: 2. NET CHANGES TO CONTRACT: 3. TOTAL CONTRACT AMOUNT: 4. TOTAL COMPLETED AND STORED TO DATE: 5. RETAINAGE: a . ~ % of Completed Work b . 10 .0 % of Stored Material Total Retainage : 6. TOTAL COMPLETED LESS RETAINAGE: 7. LESS PREVIOUS APPLICATIONS: 8. CURRENT PAYMENT DUE: 9. BALANCE TO FINISH INCLUDING RETAINAGE: EXTRA WORK SUMMARY Changes From Prev Applications : Changes From This Appl ication : Total : Net Changes: PERIOD TO : June 22 . 2015 PURCHASE ORDER#: 150370 VoX Contract #: 11-0100-2014 CONTRACT WORK: General Requirements WORK CATEGORY NO: 1000 CONTRACTOR'S CERTIFICATION: The undersigned Contractor to the best of his knowledge , information and belief the Wor l{ covered by this Application for Payment has been completed in accordance with the Contract Documents , that all amounts have been paid to him for Work for which previous Cert ific ates for _____ 4_4_,2_1_2_.6_0_Payment were issued and payments iv ed from the Owner, and that current payment shown (1 ,843.88) herein is now due . 42,368 .72 CONTRACTOR: 42,368 .72 0 .00 Subscribed:Korn to bef this ~ dayof 0.00 0 .00 Notary Public Name: ---------Commission Expiration Date : 42,368 .72 OWNER'S CERTIFICATION: June 23,2015 KAYLA GLOVER Notary Public. Stale of Texas My Commiss ion Expires MAY 10,2017 3 8, 131 .85 The Architect hereby confirms that based on site observations & to the best of his/her knowledge, ---------this payment application accurately reflects the progress ion of work and that this work meets contract requirements suffic ient enough to justify payment in the amount certified below: -----, 4,236.87 . AMOUNT CERTIFIED: ---------Provide explanation below or attached if amount certified does not match this application amount. ADDITIONS DELETIONS -- (1,843.88) - In itial all figures & markups to agree with certified amount. ARC~ I}~ (1,843.88) -The Amount Certified is payable to the contractor listed above . (1 ,843.88) FROM: VoX Construction , LLC WORK: 1000 -General Requirements WORK CATEGORY Item Description No. A B Ill>-Base Bid 1 Mobilization 2 Traffic Control Implementation 3 Relocate ex isting stop sign & pole 4 Grass Sod Replacement 5 Demo existing sidewalks 6 Demo existing private driveway apron 7 Construction 4" concrete sidewalk 8 Construction 6" residental driveway 9 Construct ADA Ramp SW3-00 10 Construct ADA Ramp SW3-05 11 Construct Parallel curb ramp 12 Demo top of exist. Mahole 13 Remove 2' of C&G , and provide laydown curb 14 Remove laydown curb & provide new C&G I Subtotal for Base Bid l Unit Price I 7940 .9 2376 135 3.35 48 .6 48 .6 3 .36 33.15 351 351 378 324 214 .65 13.77 Ill>-Alternate Bid A Street Crossing Replacement A1 Demo exist. Street crossing 29.16 A2 Construct 6" flex base 9 .61 A3 Co nstruct 2" hot mix asphalt 20 .52 A4 Construct C&G & 6" apron 5 .78 I Subtotal Alternate Bid A " .,.. Change Orders C1 Credit for manhole/add concrete -223 .2 C2 Credit for misc. -520 .86 C3 Credit for sod -1100 I Subtotal for Cf )Qe Orders Quantl ty Scheduled Value c 1 $7 ,940 .90 1 $2 ,376 .00 1 $135.00 680 $2 ,278 .00 30 $1,458 .00 30 $1,458 .00 4450 $14 ,952 .00 30 $994 .50 4 $1,404 .00 6 $2,106.00 1 $378 .00 2 $648.00 2 $429 .30 15 $206 .55 $36,764.25 140 $4,082.40 105 $1 ,009 .05 105 $2,154 .60 35 $202.30 $7,448.35 11 ($223.20) 1 ($520 .68) 1 ($1 , 100.00) ($1,843.88) COMPLETED WORK Prev.App. This App. %/ Value %/Qty Work In Place StoNd M.t .j Qtv D=Prev. (D+E) J=D/C E F iK•(E+F)IC $7,940 .90 100% 0 .00 0% $2 ,376 .00 100% 0.00 -0% $135 .00 100% 0.00 -0% $2 ,278 .00 100% 0 .00 0% $1,458 .00 100% 0 .00 -0% $1,458.00 100% 0 .00 -0% $14 ,952 .00 100% 0.00 -0% $994 .50 100% 0 .00 -0% $1,404 .00 100% 0 .00 -0% $2 ,106 .00 100% 0 .00 -0% $378 .00 100% 0 .00 -0% $648 .00 100% 0 .00 -0% $429 .30 100% 0 .00 -0% $206 .55 100% 0 .00 -0% $36,764.25 $0.00 $4 ,082.40 100% 0.00 -0% $1 ,009 .05 100% 0 .00 -0% $2 ,154 .60 100% 0 .00 -0% $202 .30 100% 0 .00 -0% $7,448.35 $0.00 ($223 .20) 100% 0.00 -0% ($520 .68) 100% 0.00 -0% $0.00 0% 1 ,100.00 -100% ($743.88) $2.ct ·~1. 100 .00) so.oo I APPLICATION NO: 3 FOR PERIOD ENDING: 6/23/15 PROJECT: Normand Drive Sidewalks NO: 11 -0100-2014 Total BALANCE TO FINISH %/Qty Value %/Qty G=D+E+F L=G/C H=C-G i M=H/C $7 ,940.90 100% 0 .00 0% $2,376 .00 100% 0 .00 0% $135 .00 100% 0.00 0% $2,278 .00 100% 0 .00 0% $1,458 .00 100% 0 .00 0% $1,458 .00 100% 0 .00 0% $14 ,952 .00 100% 0 .00 0% $994 .50 100% 0 .00 0% $1,404 .00 100% 0.00 0% $2 ,106 .00 100% 0 .00 0% 1~·· $378 .00 100% 0 .00 0% $648 .00 100% 0 .00 0% $429 .30 100% 0 .00 0% $206 .55 100% 0 .00 0% $36,764:25 $0.00 I $4 ,082 .40 100% 0 .00 0% $1 ,009 .05 100% 0 .00 0% $2,154.60 100% 0 .00 0% $202 .30 100% 0 .00 0% $7,448.35 $0.00 I ($223 .20) 100% 0.00 0% ($520 .68) 100% 0 .00 0% ($1 ,100 .00) 100% 0.00 0% ($1,843.88) $0.00 I RETAINAGE Value (10.0%) I 794 .09 237 .60 13.50 227.80 145 .80 145 .80 1,495.20 99 .45 140.40 210 .60 37.80 64 .80 42 .93 20.66 $3,676.431 408 .24 100.91 215.46 20 .23 $744.841 22.32 52 .07 110 .00 ($~ WORK CATEGORY COMPLETED WORK RETAINAGE ; Quantl BALANCE Unit Pri ce Prev.App. This App. Total Item Description ty Scheduled , TO FINISH %/Qty Value No . Value Value l •/o I Qty Work In Place 8toMMM,l %/ Value %/Qty (10.0%) : Qty A B c D=Prev. (D+E) ! J=D /C E F !K•(E+F)/C G=D+E+F L=G/C H=C-G M=H /C I Total Base Contract Work: Base Bid 36,764.25 36,764.25 100% " " 0% 36,764.25 0% " 0% 3,676.43 Alternate Bid A 7,448.35 7,448.35 100% " " 0% 7 ,448.35 0% " 0% 744.84 Change Orders (1,843 .88) (743.88) 0% (1 ,100 .00) 100% (1,843 .88) 0% 0% (184 .39) GRAND TOTAL: $42,368.72 $43 ,468.72 103% ($1 , 100.00) " (3%) $42,368.72 100% $0.00 0% $4,236 .87 AFFIDAVIT OF BILLS PAID AND RELEASE OF LIENS BY CONTRACTOR The undersigned ("Contractor"), having furnished materials and/or performed labor in connection with the construction (the "Project") of certain improvements for Normand Drive Sidewalk (ST1418), College Station, Texas, for and inconsideration of the payment to the Contractor of the sum hereinafter specified does hereby acknowledge and release as follows: Upon the receipt of $4,236.87 being paid on Invoice #3 dated 23 June 2015, for materials and/or labor performed by the Contractor for the Project (the "Work"); Contractor waives and releases any and all liens , rights and interests (whether choate or inchoate, and including , without limitation, all mechanic's and material liens under the Constitution and the statutes of the "Property" state) which are or may be owed, claimed or held by Contractor in and to the Property and the improvements constructed thereon by reason of the Work or otherwise, and Contractor will thereby RELEASE AND FOREVER DISCHARGE any and all claims , debts , demands or causes of action the Contractor has or may have as a result of the same including, without limitation, any liens of Contract for the Work now or hereafter filed for record in said County. Contractor represents, warrants, and certifies that all bills owed by the Contractor for materials furnished and labor performed in connection with the Work have been or will be fully paid and satisfied. If for any reason a lien or liens are filed for materials or labor against the Property by virtue of the Contractor's participation in the Project by any person claiming by, through, or under the Contractor, then Contractor will immediately obtain a settlement of such lien or liens and obtain and furnish to the owners of the Property a release thereof. Contractor shall indemnify such owners and their respective heirs, successors and assigns from any such bill or liens and from all costs and expenses, including attorney's fees, incurred in discharging any such bills or removing such liens. Executed 26 June 2015 By:--1=-~~--1----+-.---=======~~~~~- Rachel Renders Title: Manager Subscribed and sworn to before me under my official seal of office this 26th day of June 2015. KAYLA GLOVER NotlrY Public . State of Texas My Commiss ·o'.' Expi res MAY10 ,2017 CHANGE ORDER NO. 2 P.O .# 150370 OWNER: City of College Station P .O . Bo x 9960 Colleae Station , Texas 77842 DATE: 6/3/15 PROJECT : Normand Drive Sidewalk Project PURPOSE OF THIS CHANGE ORDER: A. Decrease in value of contract B. C. Contract No. 15-041 CONTRACTOR: VOX Construction , LLC Ph : Fa x: : : : : I:~~~:::: : : '.: : : ~~~::: '.: : : : : : : : : : : : : : : : : : : : ~~~~:1~i16~ : : : : : : : : : : : : : : : : : : : : '.:: ~~~b~:: : : : : :6G~~~~:: ~i:~~~~: '.:: ~o~f: : 1 A 1 Credit -Did not demo all of existina street crossinqs $29 .16 140.00 129.31 $311 .72 2 A2. Credit -Did not construct 6" flex base {with above) $9 .61 105.00 94 .31 $102 .73 3 A3 Credit -Did not construct 2" hot mi x asphalt (with abo $20 .52 105.00 94 .31 $219 .36 Credit -Did not remove curb and gutter and replace 4 13 with laydown curb Additional concrete for redirected sidewalk at 5 7 Ponderosa and Normand 6 Provided 1/2 parallel curb at Pondersa and Normand 7 Additional excavation for concrete listed above THE NET AFFECT OF THIS CHANGE ORDER IS LINE 1 (acct./work order numbE Org: 41399971Object:6561 LINE 2 (acct./work order number) LINE 3 (acct./work order number) TOTAL CHANGE ORDER ORIGINAL CONTRACT AMOUNT CHANGE ORDER NO . 1 CHANGE ORDER NO . 2 REVISED CONTRACT AMOUNT ORIGINAL CONTRACT TIME Time Extension No . 1 Revised Contract Time SUBSTANTIAL COMP LETION DATE REVISED SUBSTANTIAL COMPLET ION DATE APPROVED NE CONTRACTOR Date CONSTRUCTION CONTRACTOR Date PROJECT MANAGER Date CITY ENGINEER Date $214 .65 2.00 $3 .36 4480 % INCREASE/DECREASE. -520.68 (520.68) $44,212.60 0 4543 TOTAL ($223.20) -0 .00504833 % CHANGE --~($_52_ .. 0_.6_8~) -0 .01177674 % CHANGE ($429 .30) $211 .68 $155 .25 $175 .50 ($520 .68' $43,468 .72 -0.01682507 % TOTAL CHANGE Days ___ 0 ___ Days Days DEPARTMENT DIRECTOR Date EX ECUTIVE DIR BUS SRVS Date C ITY ATTORNEY Date CITY MANAGER Date _Y6X ____ CONSTRUCTION , LLC Change Proposal Request #2 Owner: City of College Station ADDRESS: 1101 Texas Avenue, College Station PROJECT NO.: 11-0100-2014 PROJECT TITLE: Normand Drive Sidewalks This Change Proposal Request (CPR) is submitted requesting an increase or decrease the value of the Contract. Detailed Basis/Scope for CPR Various changes as described below : Cred it for area of asphalt not replaced -10 .69SY -Cred it not to remove & replace lay-down curb ~ vo~ •~ r\A ~ Total Credit ~~jv~. Add itional conc rete at corner of Ponderosa & Normand 7 Provide Y:z parallel curb Add itional excavat ion for concrete listed above Total Addition Total value of this change <131.&'l kt (~7) ($429.30) 1. to'-'3. I l ($1,060 .37) VI $211 .68'(p,~ ~. -$155 .25 ~ $175.50 / $542.43 ($517.94) S 'Zo · \Q '6 · Original Contract Value: $44,212.60 Value of Previous Changes : ($215 .10) By sign ing and submitting this CPR the Contractor certifies that the supporting cost data is accu rate and , in the opinion of the unders igned , the stated prices and/or time request are both fair and reasonable . Name : Rachel Henderson Signature : Title : Manage r Date of Subm ittal : 26 May 2015 AL A'J; A3 .. . . . ~ .. APPROVAL FOR APPLlCATION AND CE RT IFICATE FOR PAYMENT PROJECT NAME: PROJECT NOS. PURCHASE ORDER CO T RACTOR: Normand Drive Sidewalk Project STl4-18 150370 VOX Con truction, LLC ORIGINAL 0 TRACI AMOUNT: $43,468.72 DRAW DATE: DRAWNo (f)'J,,-June 2015 ORA W AMOl T: $12,740.69 *See Attached Break:dovvn of Accts BALANCE TO F INISH, PLUS RETAfNAGE: $5 336.87 APPROV D FOR PA YME T: Ven~s~~ Project. Manager ~L Lance imms Director of Planning and Development Services Acco untin g Date Date Date Date BREAK.now OF DRAW #01 LINE ITEM #l -ST-1418: Org: 41399971 Obiect: 6561 $42,368 .72 Total to Date $4236.87 10% Retai na ge $3 8, 131.85 Tota l 25,39 I .16 Previous Payments Authorized $12 ,740.69 TOTAL TO PAY / APPLICATION FOR PAYMENT OWNER: PROJECT: APPLICATION NUMBE.R:2 DISTRIBUTION: City of College Station Normand Drive Sidewalks CONTRACTOR · ARCHITECT · File · 1101 Texas Avenue ST 14018 College Station , Texas 77842 77845 CONTRACTOR: VoX Construction , LLC 1118Ashbum Ave College Station , Texas 77840 Engineer: APPLICATION FOR PAY ENT-SUMMARY Refer to conti nuation sheets attached tor detailed breakdown . 1 . ORIGINAL CONTRACT AMOUNT: 2. NET CHANGES TO CONTRACT: 3. TOTAL CONTRACT AMOUNT: 4. TOTAL COMPLETED AND STORED TO DATE: 5. RETAINAGE: a . ~ % of Completed Work b . 10.0 % of Stored Material Total Retainage: 6. TOTAL COMPLETED LESS RETAINAGE: 7. LESS PREVIOUS APPLICATIONS: 8. CURRENT PAYMENT OUE: 9. BALANCE TO FINISH INCLUDING RETAINAGE: EXTRA WORK SUMMARY Changes From Prev Applications : Changes From Th is Application : Total : Net Changes : PERIOD To: June 8, 2015 PURCHASE ORPER #: 150370 VoX Contract #: 11-0100-2014 CONTRACT WORK: General Requ ireme nts WORK CATEGORY No: 1000 CONTRACTOR'S CERTIFICATION; The undersigned Contractor to the best of his knowledge, infonnatlon and belief the Worlc covered by thls Application for Payment has been completed in accordance with the Contract 44 212 60 Documents. that all amounts have been paid to him for Work for which previous Certificates for -----.-·--· _ _,/Payment were issued and pay ts received from the Owner, and that current payment shown (743 .8 8f 7 herein is now due. --~--------43,468. 7 2 CONTRACTOR: 42,368.72 $tate:_TX _____ County : _B_ra_z_os ________ _ __ 4_._236_0_:_~_.;....2_36_._a7_::~~ :;:~ i&l Commission Expiration Date : ~ i Q ~ )'J 3 8 ,131.85 OWNER'S CERTIFICATION: 25,391.1 e The Architect hereby confirms that based on site observations & to the best of his/her ------'---this payment application accurately reflects the progression of work and that this work contract requ irements sufficient enough to justify payment in the amount certified belo.1/11.-.,_._,.,. ----12-,7-4-0.-69-, 5,336.87 AMOUNT CERTIFIED: -----'"'---- ADDITIONS - (743.88) (7 4 3.88) (743.88) DELETIONS - - - Provide explanation below or attached if amount certified does not rnatch th is application amount Initial all figures & markups to agree with certified amount ~ AR~CT: The Amount Certified is payable to the contractor listed above. FROM: VoX Construction , LLC WORK: 1000 -General Req uirements WORK CATEGORY l Item I Description No. l l ' .. l A l s ~Base Bid 1 Mobilization 2 Traffic Control Implementation 3 Re locate existing stop sig n & po le 4 Grass Sod Replacement 5 Demo existing sidewalks 6 Demo existi ng pn11ate dri 11eway apron 7 Construction 4" con crete sidewa lk 8 Co nstruction 6" res id ental drive way 9 Const ruct ADA Ramp SW3-00 10 Construct ADA Ra mp SW3-05 11 Construct Parallel curb ramp 1.2 Demo top of exist. Mahole 13 Remove 2' of ~G . and pn!lllcle Jaydo>o<n curb 14 Remove laydown curt> & provide nww C&G I Subtotal for Base Bid Unit Price 7940.9 2376 135 3 .35 48.6 48.6 3 .36 33.15 351 351 378 324 214 .65 13 .77 .-Alternate Bid A Street Crossing Replacement A1 Demo exist. Street cr os si ng 29.16 A2 Construct 6 " flex base 9 .61 A3 Construct 2· hot mix asphalt 20.52 A4 Construct C&G & 6 " apron 5 .78 I Subtotal Alternate Bid A ~ Change Orders C1 Credit fo r manho le/add co ncr e le I -223 .21 C2 Cred it for -520.86 I Subtotal for Change Orders Total Base Contract Work: I Quant! Prev.App. ty Scheduled Vttlue Value j%10ty I D"'Pfav (O+i;}j J=OIC ! c '. 1 $7 ,940.90 $7,940.90 100% 1 $2,376.00 $1,500.00 63% 1 $135.00 $0.00 0% 660 $2 ,278.00 $0.00 0% 30 $1 ,458.00 $1,458.00 100% 30 $1,458.00 $1,458.00 100% 4450 $14,952.00 S1 1,000.00 74% 30 $994.50 $994 .50 100% 4 $1 ,404.00 $1,404.00 100% 6 $2 ,106.00 $1,755.00 83% 1 $378.00 $378.00 100% 2 $648.00 $648.00 1 00% 2 $429.30 $0.00 0 % 15 $206.55 $0.00 0 % $36,764.25 $2.8,536.40 140 $4,082.40 $0.00 0% 105 $1,009.05 $0.00 0 % 105 $2, 154.60 $0.00 0% 3 5 $202 .30 $0.00 0 % $7,448.35 $0.00 11 ($223 .20) $0.00 0% 1 ($520.68) $0.00 0 % ($743.88) $0.00 $0.00 I COMPLETED WORK This App. Work In Pla¢9 1 -.:r·~~-- l : Q E. l F lK"il<"'°'Jit ' 0 .00 0% 87 6 .00 -37% 135 .00 ~ 100% 1 ,178.00 52% 0 .00 -0% 0 .00 -0% 3,952.00 -26% 0 .00 -0% 0 .00 -0% 351 .00 -17% 0 .00 -0% 0 .00 -0% 4 29 .30 -100% 206 .55 -10 0% $7,127.85 4 ,082 .40 -10 0% 1 ,009.05 -100% 2 ,154.60 -100% 202.3 0 -100% $7,448 .35 223.201 -100% 520.68 -100% {$743.88) $0.00 Af>PLlCATKm NO: 2 FOR . PERIOD · ENDING; 61811 5 PROJECT: Normand Drive Sidewalks No:11 .Q100-2014 Total BALANCE j TOFmlSH j .,.. , Qty ·- Value •1.1 Qty ! I GeJ:)t£+F l..=.GIC tf;Q-G j M:HIC $7,940.90 100% 0 .00 0% $2,376.00 100% 0 .00 0% $135.00 @ 0 .00 0% $1 ,178.00 Yo 1.1 00.00 48% $1.458.00 100% 0 .00 0 % $1.458 .00 100% 0.00 0% $14,952.00 100% o.oo 0% $994 .50 100% 0 .00 0% $1,404 .00 100% 0.00 0% $2,106.00 100% 0 .00 0% $378 .00 100% 0 .00 0 % $648.00 100% 0.00 0 % $429.30 100% 0 .00 0 % $206 .55 100% 0 .00 0 % $35,664.25 $1,100.00 $4,082.40 100% 0 .00 0 % $1 ,009.05 100% 0 .00 0 % $2 .154.60 100% 0 .00 0% $202 .30 100% 0 .00 0 % $7,448.35 $0.00 ($223.20) 100% 0 .00 0% ($520.68) 100% 0 .00 0 % f$743.88) $0.00 I RETAfNAGE Value (1-0.0%) I 794.09 237.60 13.50 11 7 .80 145.80 145.80 1 ,495.20 9 9 .45 140.40 2 10 .60 37.80 64 .80 : 42.93 20.66 ' $3,566.43.. 408.24 100.91 215.46 20.23 $744.84 22 .32 52.07 {$74.39} I WORK CATfOOR.Y COMPLETED WORK RETAfNAGE ! Unit Price Qu;intl ?rev.App. This.App. Tot.al 8At.ANCE ! lt&m ty Scheduled TO FINISH j % / Qty Value No. Description ~ Value ) ! ; %1 '"'"-... •·----;-··-~--(10.0%) i . Value j%JQty WorklnPlac.1"'-'-! Qtv Value \%/Qty ; ' A e ! c O*Pfel! jf»E) t J:=D/C E I F j K~ G=D•E•f f L"'(;IC H#C-G i M=H/C I Base Bid 36,764.25 128.536.40) 78% 7,127.85 # 19% 35,664.25 0% 1 ,100.00 3% 3,566.43 -Alternate Bid A 7 ,44B .35 -0% 7 ,44B .35 -100% 7 ,448.35 0% # 0% 744.84 Change Orders (743.88) 0% (743.88) 100% (743.88) 0% 0% (74.39) GRAND TOTAL! $43,468.72 $28 ,536.40 66% $13,832.32 -32% $42,368.72 97% $1 ,100.00 3% $4,236.87 Vendor# Vendor Name PO lt Invo ice# Invo ice Amount Invoice Descr i ption Invoice Date Rece ived Date Due Date Project String Org/Obj Construction Contracts 2111 VOX Construction ·~ 1.50~10 rw Draw 1 28 ,212.40 Line 2 Will default from PO 5/21/2015 5/22/2015 5/22/2015 Will Populate from PO Note : Retainage amount for draw: $2,821.24 Prepared Inv# DR AW #1 5292 12.40 VOX CONSTRUCTIO'J LLC 05121120 15 ii Pages 5 FPS DOC20512.966 PO# 150370 CITY 01~ COLLEGE STATIO .P11blic WorkS D epartme11t APPROVAL FOR APPLICATION AND CERTIFICATE FOR PAYMENT PROJECT NAME: PROJECT NOS. PURCHASE ORDER CONTRACTOR: Normand Drive Sidewalk Project ST-14-18 15037 0 VOX Construction, LLC ORIGINAL CONTRACT AMOUNT: 44212 .60 DRAWNO. l DRAW DATE: April 2015 DRAW AMOUNT: $25 .39 1.16 *See Attached Breakdown of Accts "2> BALA 1 CE TO FINISH, PLUS RETAINAGE: t9-;5fi~ l~,S2...\. ~1 APPROV ED FOR PAYM ENT: Project Tnspe tor 0 c~~~ Lance Simms Director of Planning and Development Services ~ti w41~t Accounti Date Date Z I /I '".c//d Date BREAKDOWN OF URA W #01 LINE ITE M #1 -ST-1418: Org: 41399971 Object: 6561 $28,212.40 Tota l 10 Dat e $2,82 1.24 10% Reta ina ge $25,391.16 T otal ! : f-----------'-0 Previous Pa yments Authorized $25 391.16 TOTAL TO PAV ml I APPLICATION FOR PAYMENT OWNER: PROJECT : APPLICATION NUMBER: 1 DISTRIBUTION : City of College Station 1101 TexasAvenue Normand Drive Sidewalks CONTRACTOR ARCH ITECT File · Project No. ST 14-1 8 PERIOD To: 4130/15 College Station , Texas 77842 77845 CONTRACTOR : VoX Construction , LLC 1118 Ashburn Ave College Station, Texas 77840 ARCHI TECT : PURCHASE ORDER#: 150370 VoX Contract #: 11-0100-2014 CONTRACT WORK: General Requirements WORK CATEGORY NO: 1000 APPLICATION FOR PAYMENT -SUMMARY CONTRACTOR'S CERTIFICATION: Refer lo continuation sheets attached for detailed breakdown . 1. ORIGINAL CONTRACT AMOUNT: 2. NET CHANGES To CONTRACT : 3. TOTAL CONTRACT AMOUNT : 4 . TOTAL COMPLETED ANO STORED T O DAT E: 5 . RETAINAGE: a . ~%of C o m p leted Work b. 10.0 % of St o red Material Total Retainage : 6 . TOTAL COMPLETED LESS RETA INAGE: 7 . LESS PREVIOUS APPLICATIONS: 8 . CURRENT PAYMENT DUE: 9 . BALANCE TO FINISH INCLUDI NG RETAINAGE : EXTRA WORK SUMMARY C h anges From Prev Applications: C h anges From This Application : Tota l: N et Changes: The undersigned Contractor to the best of his knowledge , informat ion an d belief the Worll covered by th is Application for Payment ha s been completed in acc ord ance w ith the Contract Documents , that all amounts have been pa id to him for Work for whi ch previous C ert:fteates for _____ 44-:..,2_1_2_.6_0_ Payment were issued and pay ts re ce ived from the Ow ner, and that curra nt payment shown '2. 2-3 . ~O herein is now due 4., '\~4_4044 ,212 .60 CONTRACTOR : Apr 30 , 20 15 28.212 .40 2 ,821 .24 State:_T_x ____ County : ~B~raz~os~-----,ll'!!!!lll!!!l!!!•!l!lll•-• .. •~11111-• .ay--~ 0 .00 Nal8ty Plbic:, s.tofT- _____ 2_,a_2_1_._24_Notary Public Name: ~ Mr Commiaion Expires OCT06ER 17 --" 8 25 ,391.16 OWNER'S CERTIFICATION: ihe Engineer hereby confnms that based on sije observations & to the best of his/her knowledge, ---------this payment application aCGu rately refl ects the progression of worll and tha i this work meets contract req uirements sufficient enough to iustify payment In the amount ce rtified below 1------, ~S,391.16 _ I QS4K2-t8 ,a21 .44 ADDITIONS DELETIONS -- -- -- - AMOUNT CERTIFIED: Prov id e exp lanation below or attached If amount certified does not match this application amount Initial all figures & marku ps to ag ree with certified amount. The Amount Certified is payable to the contractor listed abOve . FROM: VoX Construction . LLC WORK : 1000 -General Requirements WORK CATEGORY Item Description No. A B .,.. Base Bid 1 Mobilization 2 Traffic Control Implementation 3 Relocate existin g stop sign & pole 4 Grass Sod Replacement 5 Demo existing sidewalks 6 Demo existing private driveway apron 7 Construction 4" concrete sidewa lk 8 Construction 6" resldental driveway 9 Construct ADA Ramp SW3-00 10 Construct ADA Ramp SW3-05 11 Construct Parallel curb ramp 12 Demo top of exist. Mahole 13 R..,.,.,., 2' of C&G. and provkie la)'<lo-1.n aKb 14 Remove laydown cum & provide new C&G I Subtotal for ease Bid Unit Pi'k:e 7940.9 2376 135 3 .35 48 .6 48 .6 3.36 33.1 5 351 351 378 324 214.65 13.77 11> Alternate Bid A Street Crossing Replacement A1 Demo exi st. Street crossing 29.16 A2 Construct 6" flex base 9 .61 A3 Construct 2" hot mix asphalt 20.52 A4 Construct C&G & 6" apron 5 .78 I Subtotal Alternate Bid A Total Base Contract Worit: Base B id Alternate Bid A GRAND TOTAL: Quanti ty Scheduled Value ; c j 1 $7 ,940.90 1 $2 .376.00 1 $135 .00 680 $2 ,278 .00 30 $1 ,458 .00 30 $1 ,458.00 4450 $14,952 .00 30 $994.50 4 $1 ,404 .00 6 $2 ,106.00 1 $378 .00 2 $648 .00 2 $429 .30 15 $206.55 $36,764.25 140 $4,082 .40 105 $1.00905 105 $2,154.60 35 $202 .30 $7,448.35 36,764.25 7,448.35 $44,212.60 l APPllCA TIOH HO: 1 ------·~-------_FOR PERIOD _!NDl~§]. ___ ~~0!~~---· PROJECT: Normand Drive Sidewalks N0:11-0100-2014 COMPLETED WORK RETAlNAGE Prev.App. This App. Total BALANCE TO FINISH %/Qty Value ~--%/ ·-(10.0%) :•;./Qty ' Value Wort< tn Plac:<t ,....., -: Otv Value %/Qty o-"· (O•E) ~ J :O/C E ' F i"*iS"'J-'G G:O+E+F L=G/C H=C-G M"HIC I $0.00 0% 7 ,940 .90 100% $7,940.90 100% 0 .00 0% 794.09 $0.00 0% 1.500 .00 -63% $1 ,500.00 63% 876.00 37% 150.00 $0.00 0% 0 .00 -0 % $0 .00 0% 13500 100% 0.00 $0.00 0% 0 .00 0% $0 .00 0% 2 ,278 .00 100% 0 .00 $0.00 0% 1 ,458 .00 . 100% $1,458.00 100% 0 .00 0% 145.80 $0 .00 0% 1,458 .00 -100% $1 ,458.00 100% 0 .00 0% 145.80 $0 .00 0% 11 ,000.00 -74% $11.000 .00 74% 3 ,952 .00 26% 1,100.00 $0 .00 0% 994 .50 -100% $994.50 100% 0.00 0% 99.45 $0.00 0% 1.404.00 -100% $1.404.00 100% .. .0 .00 .0% 14.0.40 $0.00 0% 1.755.00 -83% $1 .755.00 83% 351 .00 17% 175."50 $0.00 0% 378 .00 -100% $378 .00 100% 0 .00 0% 37.80 $0.00 0% 324 .00 -50% $324 .00 50% 324 .00 50% 32.40 $0 .00 0% 0.00 -0% $0 .00 0% 429 .30 100% 0 .00 $0 .00 0% 0 .00 -0% $0.00 0% 206 .55 100% 0 .00 $0.00 $28,212 .40 $28,212.40 $8,551.85 $2,821.24 $0.00 0% 0 .00 0% $0 .00 0% 4 .082.40 100% 0 .00 $0.00 0% 0 .00 -0% $0 .00 0% 1.009.05 100% 0 .00 $0.00 0% 0 .00 -0% $0 .00 0% 2 ,154.60 100% 0 .00 $0.00 0% 0 .00 -0% $0.00 0% 202 .30 100% 0 .00 $0.00 $0.00 $0.00 $7,448.35 $0.00 . 0% 28,212.40 -77% 28,212.40 0% 8,551.85 23% 2,821.24 -0% . . 0% . 0% 7,448 .35 100% . $0.00 0% $28,212 .40 64% $28,212.40 64% $16,000.20 36% $2 ,821.24 CITY OF 'COLLEGE STATION Public Work s Departm ent APPROVAL FOR APPLICATION AND CERTIFICATE FOR PAYMENT PROJECT NAME: PROJECT NOS. PURCHAS E ORDER CONTRACTOR: Normand Drive Sidewalk Project ST-14-18 150370 VOX Construction, LLC ORIGINAL CONTRACT AMOUNT: 44212.60 DRAWNO. l DRAW DATE: April 2015 DRAW AMOUNT: $25,391.16 *See Attached Breakdown of Accts BALANCE TO FINISH, PLUS RETAINAGE : t9 ,566 .~ 1<6,~2-\. £\1 APPROVED FOR PAYMENT: Project Inspe tor 0 v ______ Lance Simms Director of Planning and Development Services Accounting Date Date Date Date \J2> .. BREAKDOWN OF DRAW #01 LINE ITEM #l -ST-1418: Org: 41399971 Object: 6561 $28,212.40 Total to Date $2,821.24 I 0% Retainage $25,391.16 Total o---------0 Previous Payments Authorized $25,391.16 TOTAL TO PAY TION FOR PAYMENT OWNER: PROJECT: APPLICATION NUMBER: 1 DISTRIBUTION: City of College Station Normand Drive Sidewalks CONTRACTOR · ARCHITECT · File · 1101 Texas Avenue Project No. ST 14-18 PERIOD TO: 4/30/15 College Station , Texas 77842 77845 CONTRACTOR: VoX Construction, LLC 1118 Ashburn Ave College Station , Texas 77840 ARCHITECT: APPLICATION FOR PAYMENT -SUMMARY Refer to cont inuat ion sheets attached for detailed breakdown . 1. ORIGINAL CONTRACT AMOUNT: 2. NET CHANGES TO CONTRACT: 3. TOTAL CONTRACT AMOUNT: 4. TOTAL COMPLETED AND STORED TO DATE: 5. RETAINAGE: a . ~ % of Completed Work b . 10.0 % of Stored Material Total Retainage: 6. TOTAL COMPLETED LESS RETAINAGE: 7. LESS PREVIOUS APPLICATIONS: 8. CURRENT PAYMENT DUE: 9. BALANCE TO FINISH INCLUDING RETAINAGE: EXTRA WORK SUMMARY Changes From Prev Applications : Changes From This Application: Total : Net Changes : PURCHASE ORDER #: 150370 VoX Contract #: 11-0100-2014 CONTRACT WORK: General Requirements WORK CATEGORY NO: 1000 CONTRACTOR'S CERTIFICATION: The unders igned Contractor to the best of his knowledge , informat ion and bel ief the Work covered by this Application for Payment has been completed in acco rdance with the Contract Documents , that all amounts have been paid to him for Work for wh ich previous Cert ificates fo r _____ 4_4_,2_1_2_.6_0_Payment were issued and pay ts rece ived from the Owner, and that current payment show n herein is now due . 44,212 .60 CONTRACTOR: 28,212.40 2,821.24 25,391 .16 OWNER'S CERTIFICATION: Apr30,2015 MIYMm~ Nd8ry Pubic. S1lfe on- Mr Commistion Expires OCTOBER 17.--1 18 The Eng ineer hereby confirms that based on site observations & to the best of his/her knowledge , ---------this payment application accurately reflects the progress ion of work and that th is work meets contract requirements suffic ient enough to just ify payment in the amount certi fi ed below : ----25-,3-9-1-.1-s""'I 18 ,821.44 AMOUNT CERTIFIED: ---------Provide explanation below or attached if amount certified does not match this appl ication amount. ADDITIONS DELETIONS In itial all figu res & markups to agree with certified amoun t. -- -- --The Amount Cert ified is payable to the contractor listed above . - FROM: VoX Construction , LLC WORK : 1000 -General Requirements WORK CATEGORY Item Description No. A B ""Base Bid 1 Mobilization 2 Traffic Control Implementation 3 Relocate existi ng stop sign & po le 4 Grass Sod Replacement 5 Demo existing sidewalks 6 Demo existing private driveway apron 7 Construction 4" concrete sidewalk 8 Construction 6" residental driveway 9 Construct ADA Ramp SW3-00 10 Construct ADA Ramp SW3-05 11 Construct Parallel curb ramp 12 Demo top of exist. Mahole 13 Remove 2' of C&G , and provide laydown curb 14 Remove laydown curb & provide new C&G I Subtotal for Base Bid ! uo;t Pri"' 7940 .9 2376 135 3 .35 48 .6 48 .6 3 .36 33.15 351 351 378 324 214 .65 13.77 "" Alternate Bid A Street Crossing Replacement A1 Demo exist. Street crossing 29.16 A2 Construct 6" flex base 9.61 A3 Construct 2" hot mix asphalt 20.52 A4 Construct C&G & 6" ap ron 5 .78 I Subtotal Alternate Bid A Total Base Contract Work: Base Bid Alternate Bid A GRAND TOTAL: Quant! Prev.App . ty-Scheduled Value Value %/Qty I c D=Prev. (O+E) J=D/C 1 $7 ,940 .90 $0 .00 0% 1 $2,376 .00 $0 .00 0% 1 $135 .00 $0.00 0% 680 $2 ,278 .00 $0.00 0% 30 $1,458 .00 $0.00 0% 30 $1,458.00 $0 .00 0% 4450 $14 ,952 .00 $0 .00 0% 30 $994 .50 $0 .00 0% 4 $1,404.00 $0.00 0% 6 $2,106.00 $0 .00 0% 1 $378 .00 $0.00 0% 2 $648.00 $0.00 0% 2 $429 .30 $0 .00 0% 15 $206 .55 $0.00 0% $36,764.25 $0.00 140 $4 ,082.40 $0.00 0% 105 $1 ,009.05 $0.00 0% 105 $2,154 .60 $0.00 0% 35 $202 .30 $0 .00 0% $7,448.35 $0.00 36,764.25 -0% 7,448.35 -0% $44,212.60 $0 .00 0% COMPLETED WORK This App. . % I Work In Place ltONd pg(, 1 Qtv E F !K •(E+F)/C 7 ,940 .90 100% 1,500 .00 -63% 0 .00 -0% 0 .00 0% 1,458 .00 -100% 1,458 .00 -100% 11 ,000.00 -74% 994 .50 -100% 1,404 .00 -100% 1 ,755 .00 -83% 378.00 -100% 324 .00 -50% 0 .00 -0% 0 .00 -0% $28,212.40 0.00 -0% 0 .00 -0% 0.00 -0% 0 .00 -0% $0.00 28 ,212.40 -77% --0% $28,212.40 -64% .APPLICATION NO : 1 FOR PERIOD ENDING : 4/30/15 PROJECT: Normand Drive Sidewalks No: 11-0100-2014 Total BALANCE TO FINISH %/Qty Value %/Qty G=D+E+F L=G/C H=C -G ! M=H/C $7 ,940 .90 100% 0 .00 0% $1 ,500.00 63% 876 .00 37% $0 .00 0% 135.00 100% $0.00 0% 2 ,278.00 100% $1,458 .00 100% 0 .00 0% $1 ,458 .00 100% 0.00 0% $11 ,000 .00 74% 3 ;952.00 . 26% $994 .50 100% 0 .00 0% $1,404 .00 100% ... .o.oo 0% $1 ,755.00 83% 351 .00 17% $378 .00 100% 0 .00 0% $324 .00 50% 324 .00 50% $0.00 0% 429 .30 100% $0 .00 0% 206 .55 100% $28,212.40 $8,551.85 $0.00 0% 4,082.40 100% $0 .00 0% 1 ,009 .05 100% $0 .00 0% 2 ,154 .60 100% $0.00 0% 202 .30 100% $0.00 $7,448.35 28,212.40 0% 8,551.85 23% -0% 7,448.35 100% $28,212.40 64% $16,000.20 36% ' RETAINAGE Value (10.0%) I 794 .09 150.00 0.00 0 .00 145.80 145.80 1 ,100.00 99.45 . 14.P.40 175 .'50 37 .80 32.40 0 .00 0 .00 $2,821.24 0 .00 0 .00 0 .00 0 .00 $0.00 2,821.24 - $2,821.24 BREAKDOWN OF DRAW #01 LINE ITEM #l -ST-1418: Org: 41399971 Object: 6561 $2 8,2 12.4 0 Total to Date $3,56 6.08 I 0% Reta in age $24,646.33 Tota l 0 Prev iou s Payments Autho r ized $24,646.33 TOT AL TO PAY S/1q ~ U.QiacJt, · furl OU~~ AP OVALFOR APPLICATION AN CERTIFICATE FOR PAYMENT PROJECT NAME: PROJECT NOS. PURCHASE ORDER CONTRACTOR: ORJGINAL CONT DRAWNO. l VOX Construction, LLC TAMOUNT: 44212.60 DRAW DATE: April 2015 $24,646 .33 *See Attached Breakdown of Accts BALANCE 0 FINISH, PLUS RETAINAGE: 19 ,566.28 V nessa Garza Project Manager ~e~L=--=----- Lance Simms Director of Planning and Development Services Accounting Date Date Date PRO ECr: APP I li."flO~ N SfR 1 Av fl Co ege St 1 n. T a 776 17 5 CO TRACt~: VoX C-c-ri h1ct1ori. L LC '11'16 As 11'1 A'lf Co Stat io n Ti xas 77840 APPLICATION FOR PAVMEN R". r lo to 11 .ia'k:1 & !~ !lfKI 1. ORlGlN l. CO, TRACT At OU T; Z. N!; T CHAN 1ES TO CON'tAACT: 3 . TCl'IA CO'IT 'f A 0 '4T: ~Q 14 eoso Sidewo 11ts No~~ D!tiv( 'Sid-..Lw~c.. roJ ct No . 5 I l 4-I g Ptruoo o: 4Jlfil15 WORK CA'TEGO'QY ff : 1000 CONTRACToR·s c RT IFICATION: .:\. CO"lfAACTOft 4. TOTA .. co Pl..LTEO At.o s roq 0 TO OA'f E 5. RfT l~G : b ·o c % ot Storn-:r Mat~•tal Tc· I< ·!u n 6. TOTAL COV LE ·o LESS RETA!NAG~: t'·, t>S ¢;iy ~· It:<'# ;:> ~ ~': M~ ;....::;.~~~-=-..:;..:;..~=-- OWNeR·s CER · 1FJCATION: ARCHlTECf: OlS ~UTION: CONTRAC OR /RC ITECT Fife APP ICATf ON FO OV h Ef,; OJ EG T: Af' UCAl l()~ ll1113ER 1 0iSl'·J3\JiiO,.t CO lTR1'.:;'!QR /l.fi CH IH:t,; File C ity o f Cottege Sial101 . 101 To as /wen .· -lQ 1 ~. 0030 Side.1:&1~ No12.~~ Dt2:1 ve., S'iclewttl..l<. ro)u ct No .~ STl41i PERl O . ·r :4f3(}t1 ~ Co''ege Station . Te a 77!M 2 778 45 CON TRA CT ~: AR CHnt:c r : VoX Cons cl io'l, L LC 1118 Asl b in Ava PAYMENT ·SUMMARY Refer h) Cl.)"l r ;a;i~"I $t1 .tt a'.11\·:r-t<l fo, 0"\;1!1!!"1 L'-'~aJ.;~·n. ·1. 0 IGI NAl. CON rnAc Ar Out l: 2:. Net CH To CON'tAACT: 3. T01i1t CONT A l A\tOUNT: 4. T OTA;.. COrtlf'LETE() At( S ro~e o TO DAT E 5. R ETAIWi.G : G. rorA co PLEff,;O LES R 1M AG E: ~4 .21 2. 0 24 646 .33 PURCHAS ORDER#:~ IS'b3/0 VoXCo nttll c l #: 030566-21e4 CONT A r W O K: GM el h qu ireme nts W K C~TEGO~Y NO: 1000 CONTRACTOR 'S CERT I FICATION: ~l • ,,r;:or1.;. ·c·.I '.;or:: C!'.;1 !·~ ~h> bes'. OI •u; <.f'•:i ... oo~~. do 'f•~<i'.k il 1rt b?1t:-' :"e ·/;'Qr• ::cu~r ·d 1:1. lr>s > ~·D .;:if n fo1 P .·1~·11 t-~~ b%'1 o-n p-O~E':l <I l;"f:l.11'!:~ .i.r: · :"111 Ccrtrao(r '.):\c~ ·~<'!$ t1 a: .?·I <II'\ ';r~~ a & ~.1 .::.orJ I• h r . kr'•Wk lo • "'l'l•v h pffr•"'"~ C<>" ~·:s'.~~ ':;« .,.s r;:;U..h"'-11-t. Ii 01l'"ler an;l :"S\ J ft \ll'l f'~>'·'~': i.~\ ··1 OWNER'S CER l FICATION: I ! I \ f F RO : VoXConi WO'qj('. 100 • Genera l R . .f1 merts U!'h~ 0 l'ltity P...v. Tot.al SALA it I ~ ~~!Oh ~~d TO f!NISH No . Vltha ~ ;\ c ~~t!H' fl> GaH aid 1 Mo Uitat'-0 n 1 O.SI 1 S7 0.00 so. 0 0% 7 9.:.().00 0 .00 794 09 2 Tra$ CO t· 11 · 1>' rr·en• : .. 2316 1 $2 37 .oo so () .5 0 00 S7 00 1500 3 ~le $13$.CO $0 0 o~ 3500 0.0 4 $2,278 00 0.00 ·~ o.ao Of. 2 ,27800 10 % 0.00 5 St .458. lJ 00% 100'h. 0 e $1.4$$.00 . 1 0% 0 . 7 74P s 00'!; 9 -1GO% 0 8 % 713 1 $3 .o::i 00% 12 324 2 $ .0 ~ ~ 13 Rtma .... 'i'"" e&::: .. ~"!lle t ~ ·lb 21 4.85 2 15 $0.00 $28 ,2 12 . 0 C>amo exls . tr tcro~i n g 0% 0 $000 0% A2 CoM n.d 6 ' rex base v, 0 .00 $ {} 0% A3 c I'! () o. 5.7 35 0% 00 o~ 2023 $0.00 $7,44$.36 $144Jt4 36,7f>4 .2 5 77% 28 ,212.40 OVt1 8 ,551 ,$$ 23% 2,821.24 7,44 .$6 144.84 $44 ,2 1~.6 ,Q $0.00 64% S28,2t:t.4() as~ $3,566.08 4130f 15 FRO : VoX Con I "'iC t LLC w ~!\'. 1000 -Ge era ! R ~J rorn~l s N :08 -01 0·2 013 RY Ile; -''NAG •o .Ati~ f r.> t BA Ct:. tt ,I ~& r' UO!l d .. o • .....,__. _,.._ .. -··oo~•.--'-"'~·H --·~··~...-..·-·-ro FtN IS H IQt;i v l\ N , ~ (1:>.!W. ~ u J >"'A\: F ,,_, Bsie Bid 1 t1 Di!izat'o n s 00 o ~"' ?.9~0 .00 0%; ·00% o.oa 0% ($4 09 2 Traffi' c t· l l'n p'erren tallo % ; ,5lJO 00 <I .~ S1, 63% 8 0 7:1 150 0 Rae ~~); nna """&. & p:i!e 0 ~1: 00 ~' ·"" 135 c t i'o 0 .00 4 <3rn Sod ep cc on ~ 0 ~1 0 . 0 c~~ $0.CO 0% 2,2:78 0 100% 5 e MO ex.sti ng sldewn 'kr CA, 1.458.00 ·oc 9 • S1 ~s .oo 100% 00 Q?/ 8 1.458 00 1 0% s i.~~!loo 10 'l! 0 .00 0% 1 C;;., !ru: ·OI" <1' . n :0 &da .~e f ( 4~ 00 4% s 11 .oc~ 0 0 74% 3 952 .0::l 2"% ,10000 8 C 1 Ir ;'.1 ;m 5' r ~s r<l e 1!>11 -::~vo ·N;,·r ---·------·A 9 Cl t :.ci ADA Ramp S '.\''3-~0 :J ~o ,.,1 .id A AH ~ SW'3·05 351 6 ~I c ~I I ?ara l ~I c ... ·b •)111p 76 SOOD .. 12 D?mo to p I o is U Jah 'e 324 2 $5A8 . 0 SO OD 0 % 13 t ~ ~-~< c. ~"; tt•(j ' ~' .. ,~:-..... ,1 O...th 2 14 .65 2 $4293 $::J o:J 0% ~<, . soon 42 ,30 I •;)% 000 ~ ;j 13 77 15 l!O . 0 0 % Q% I $0 .CQ 06 55 1C0% I oco so ,oo ! $2!!,.2t%.4'.0 $28,2'2.40 $8,551.8 6 $2 ,821.24 .., Alternate Bid A Stroot Crossing Repl c ment A1 De r a exist SU OI .:.:rc::ssi ng 29 fl3 14 0 ::J 0% o oo ' 0% 07: 4.082.40 '00% 4 08.2~ I A2 Co stn. .. :::t 6 ' r.ex base 96 1 $-0.C-O oa • 0 . Q\ 0 % 1 0 .05 10!h4 0 1 'fJ A3 52 0. () oc 2 ,15#60 1 00~\\ 2 546 M 5. g 00 0 % 02 ~(i 1CC % 202 $1,448.35 $0 .00 $0.00 $7,4~.35 $744 .lt4 36,764.i 5 ·~1. 28,212.40 77t/, 2S .21 U;J ()'lo 8,551 .85 ;: »( ·n 2 .821.Z4 7,448.35 Tu o ~~ 7,M 8.3S 0:)% 744.84 544, 212.6<> $0 .00 6 4°/1 S2B,212 .4 0 64,~ 1$1 ,000.20 36% Sl,5GG.08 FRO : VoX Con t. ;~le:n. LLC WO:'.l1'~ IOGO . Ge nra l Re<:iJ reme<l s lfom No . ~ Ba,s.e Bid 1 ~h>biliz a t'o n 2 Traffic Cc nl:o l l:n p!err.entallo j Ru cca~ ~x-.,,!lna 510'? s~ & JX!lfr 4 Grass So d Rep 'acemont 5 Demo 4l itisti ng sldew-a !ks 6 "tO ~~ .u1·1:1 ;in'•llXI ar. Ms·, tillfo" i er. · lr u:bo ~ ' cc nuo!a s d owa1< a Co $1ru;;.-;i ;m o' rfiSklenliJI vrtYOWi:Y. 9 Co 11 stt:;c1 ADA Ramp $1.'\•'J -OO 0 Co -,:;1r Joi f>._I\ Hai . S 1N"3 ·05 \1 Cons'.1 ct ?a1 a lle:l e<tt b rarnp 12 D~m o top I' ox i t. Ma ho;e 13 H~:.o i~ u1 C.S.G ""' 'ro~~le h s\H~·h o...rtJ ... l~tnw .-.i 14)-.:0'."-> a. .!. '"'";;j r:~,. Cf.C, I Subtota l rot B H Bid 7940 ,9 2376 13 5 3 .3.5 48 .e ·i 8 6 3.36 3~.1 5 35 1 351 7$ 324 2 14 .65 13 77 .-Altorna ta Bi d A Strcrot C.ross~ng Rep la ce m ent A1 De no exist Su ot c rossing 29.16 A2 Constrvcl et flex base 9 6 1 A3 Corstrvct 2" · t 1 a~µh ai t 20 52 M Cimstrn c t C&G &. 6' sprc"' 5.7'8 I Subt<>t:il Altamafe Bl<i A .. . - To ta l Ba :· Co-ntrac.t Work: Base Bt tl Al t~rn a te B id A GRAN D TOTAL: Pr4 v.Aw , %. /Qty ' l . ' ll•. ~~· 'cM!';. J >l)!C . I 1 $7 .S40.9::l $000 0% 7.940 .00 1 s2 370,ao sooo 0"% .5~0 00 t $135.CO ~00 0 0% 0 ,00 G80 $.2,2 7.3 .0(} $0 .00 0% 0 .00 30 St.4 8 .00 so .co 0% 1.458 .00 30 SI .458.00 so co 0% 1.458 .00 .w;o $14 .952.CO $000 0% 11,000 00 -~ ¢ClQ..d ,l;O ·--'"· SO.O.!L fl ~.~ CC14...$Q 4 s i,40 4 o o $0 .C-O 0 % 1.404 .00 6 S2 .10 6.00 so.co 0% 1.755 .00 1 $$75 .00 sooo 0%. 378.00 I 2 $'548 .CO so 00 0% ' 32 4 00 2 $429 30 ${)00 0% 0.00 1 Hi $206 55 $0.CO 0 % o.oo i $36 ,764.25 $0 ,00 !U9 ..2t%.4~ 140 $4 ,0.82: t.t) $000 0% o oo i I 105 St ,00905 ~o .co o•' ,. 0 .00 1 105 $2 ,154.60 so.co 0% 0.00 35 $i?C<.2 .JO SO.DO 0%1 . 000 $7,448 .35 $0.00 I $0.00 36,76 4 .25 . 0% :za,2 12.40 7 ,448 .l$ . 0:,{, . 54.4,21 2.60 $0.00 o ~' tt $2 8,2 12 .~ . flt lCATION WO : . l\G• 4/J-0115 O.lECT: No. rn nd Or Sidewalks N :08·010 0·20 13 to t BA CE . 0 Fl f'JlS H 'ff ,•Qty 100% J ' S7 ,94v 90 ' ~00% o.ou O'X; 63% 51,501.l 00 53% 611$00 37% O:ffl so .oo Q ~' 135 00 100% 0% $0.CO 0% 2,276 0 0 100%i. . mo~: $1.~5 !>.CO 100'% {) 00 0 lo 100% j S l.4&.l 00 : 100% 0 .00 0% . 74% S11.000 0 0 74% 3 952 .0 0 26 % 1-00%-94-0-0---4--0 0 ':~ -ft.H -· .... __ ~ •¥ -100% $1,404.ClO 100% 000 0% . 83% $1 .755.00 83 % :.>51 co 17% 00% .·376.00 . 10 Y:i 0 ,0 0 0/ 50% $324 00 5041: 324 .00 50% . 0% sooo O"i, 4 2 9.~0 100% . 0% $0 .CO 0% 206 .5-5 IOOS'u $28,212.40 SB,5$1.85' 0% I $000 i 0% 4.082:.40 100 % O,{i ! $000 0% 1,000.05 10D % . Q ,{, .. UCO 0% .~54 .60 100% 0% .$0.CO o~ Z02 SO 10 ., :O $0.00 $1,-443 .~6 . 77 % 28.21 2 . .!0 0'/,; S,551.85 :.!3 % 0% . 0% 7,448.3S 0:)% 64"/. $28 ,212.4 0 54•(, I $16,0 00.21'.l a s·~ Vat~ 11 0.iw.1 794 cu 150 00 0.00 .00 ·t 4S .80 145.60 ,100 00 ;g..45 140.40 T75.5 0 37.$0 32 .4-n (} 00 0 00 $2 ,821 .24 ·H>o .2 4 ·oo .Sri 2 548 2023 $744.84 2 ,8 21 .M 744.B •i $.l ,5 6 6 .08 CITY OF C LLE E TATIO Public Works Department APPROVAL FOR APPLICATION AND CERTIFICATE FOR PAYMENT PROJECT NAME: PROJECT NOS. PURCHASE ORDER CONTRACTOR: Normand Drive Sidewalk Project ST-15-041 150370 VOX Construction, LLC ORIGINAL CONTRACT AMOUNT: 44212.60 DRAWNO. l DRAW DATE: April 2015 DRAW AMOUNT : $24,646.33 *See Attached Breakdown of Accts BALANCE TO FINISH, PLUS RETAINAGE: 19 ,56 6.28 APPROVED FOR PAYMENT: Projectlnspecto ~ L_v~ Lance Simms Director of Planning and Development Services Accounting Date ---~-I;>-'/), Date Date BREAKDOWN OF DRAW #01 LINE ITEM #l -ST-1418: Org: 41399971 Object: 6561 $28,212.40 Total to Date $3 ,566.08 10% Retainage $24,646.33 Total ..._ _____ 0 Previous Payments Authorized $24,646.33 TOT AL TO PAY ott e S a'.101 AP L f\110'4 ~ ''I ER 1 2Q I ~ GOSG Sidene'ks Noo_~~ D12.:1 \Jl. S'ideVJtt.l.lt r )act l o. ~ ST 141 i PE'. 10. . ); 4fJ0115 tat .o n. Te a 17 3<1 2 CONT C VoX C ~n l!Jt:-l1ol'I . L 1118 As b 111 /\ve Co 'O fO St al' n A QCHIT fC f : APP !CATI ON FOR PAY M NI • SUMn ARY ·1. ;G!NA L CONfllACf AM OU M : To •f!AACT: 4. TA~ 5, A!i TAn!A ~; b \e n % u' s·:.ro·! '-1<t ~e". 1 !C'.il , I ~<''.< n g G. TOTA 7. ·ss rt VI vs A P.1 'A'rl OW: 8 . CLRREN f PA Y u:m D UE.: . u LA'-l t T Ft IS!i I N L ~ N. r~;;:rAt'I AGF: PURClfA EO f~D -R#: ~ IS'b310 v x o o ttnc t :J: ~3 ·eeee-2 1 e11 CON A r WO K: G fl .:!1'2 1 Ii quire enls F ife -1 !'! .tF-.:10 .. iit ·ed ~ .. r · .. 3..;.•:1 f.;~~·..,t,.e1!0 l "'\i •f1),._~J ;e r c··'1~8 1 kq *' 1t,e .:•!~.,,. V~>.c" :-c••!ir·d ti tr>' r p ";:it•jr fo· P l i~ .. 11 i-. _.,,., co11 p : ~ 1 ati;o:lar=-e """'' ~ ('r.;rt·a{' :...~ t... ~~1 "5 ·~,-·: <·1 .. ~ c•;r·'~ ~ave L~.-. .. 1rJ 1 1~-r fr, •. ~ .. -"\.q• t • i·ch Vftvk.t. Co ... 4 •:~e' ':· 4.11 21 ~ >'i;1 "<:r : wre-st.eJ a-i:r :;i;' -.,-~ "'°"''"'' f·~ 1-..11' ..,·'le< ;m;l :~s~ Jf 'C"l p 11•' -': ~~' · t ..r.re , ·~ .,z.: .i" 1J ... .-:: · 0 3 500 ., ~~~-~~~~~- >4,646 .3 3 ] '11 l c roR: " '------4.'J.C2 ·10 1S r ~·-:J f~ ::lt., ~t~:1r~ T•· .!..< ~ n ~,;.·.,.t,·r ~"'" 1Ti t t.~I ~ :i~I;' I '" >•:~ .t~r.-,;;.t..: ·1~ & 1-:; i·a ec~I -f •· ,:· ;r ~ r _,,, ~·l ge :t-s !'~,'7'"·~1: e~p ;aLO"l a~~f&"'!!/ · .. ·e.:-li !t-r '(\.r·J>~~un r • .. -:.~ ... " eo J fr-4t w; ·,..tA-: """¢:+; "'-:'~<: rtq...1hi't"'?'-.* ;,1.-\:· ~ .... ,er".),_,~,";) .~-'S' f t :a~r .. le -1 t I tr•e ar1 v ..... ·'!t ~'-'u':t1!~J Lt!~; :i1· ts,5136 28 Af UN P t~)·,,~~ '='l ' a .. ;.lt~, ~·:h·1 (J' il·t~~J:r:.;·;::::cJ"-;--!'-.!t?i ,.., .. ,~,,; (1!~14 Ji f~ .,.-;a;~ I t;l•' .1 p":; .. J a '~t • ,•d•J, (/.: ~'~:! ?:-:trf ' I :t.r·t , FRO : VoX Con&t icn, LLC W 'l.I( '. 1000 . -e ra ! R ~ remerls ,. Bno Bid 1 Mobiliza 'on 940. S7 940. 3 2 Traffi c "t· I h1 p'erre ntaH 2376 1 f"\U cca;a e:.c ~ !h ~ 'O>P s . 1 & !XJI~ 135 4 Grn s Sod Rep ' rno n! BSC 5 e f"O -0 x:sti ng side'•, . :;o 30 7 8 OQ --~-----~ 9 $ .00 0 351 0 S2 .1u6.0D so . 0 '1 c rs~• ct ?a1 al • I v.. ·b 1 ;:m1p 7$ $31!3.00 SDOO 12 D:.>mo t:>p r xi t. fJah o 'e 32 4 2 l?&S . 0 13 Ht \1 <° !f4i(.$,f; Ar'1 \~e 11,.\1!'*>\tt o..1h 2 14 .65 2 ~~ 13 77 h.1 to-Alte rnate Btd A Stroot Crosa lng Rep ! ca:ment A1 Den~o e xist S1i'1 t c rc ssing 29 .fa 14 $4,0SZ t. I f•2 80 !r :;:16' f elC bRSe 6 1 ~[)5 S1 ,' I) 5 A3 Cr h ~2 ' Dl 1 ·~s µh a t 20 52 ICi:.i s 154 .6 :J !D'S 35 $ . 2 .30 $(} 00 $7.448 .35 $0.00 tract Work: alt! 36,764 .25 Al\ m te Bid A 7 ,448.:15 GRAND lOTAL: S44,212.eo $0.00 7 .9~0 .00 ,5 0 00 in·: ~LO Oo/ 0 .00 r.,, 1.,58.00 0;'t, 1,453 00 1 0% 1 00 ~ 0/ 8 % 0% f 0% 0 % i 50%' 0% (I ~ O''l. 00 ' I o•i, 0. QI 0. !) (} Q{) 0% $0 .00 O'li ia,212.40 77% o:,<, :/o O%f i2a.212 .4-:J &4'% . ''N 4/3-0!15 .t CT: No. )3 11C D r Sidewat s N : 08· 10 ·2 013 ro 1 BA ~o Fl 1SH S7 ,94u 0 O.Orl '% .. ,500 l) 8 0 7u. so. 35 00 0% $0.CO o~~ 2,27B 00 100% $1 tl .00 100')1,, 0 Oo/ S l.~M 00 : 10 %~ 0 .00 511 ,00000 t 1'% 3 952 .0D -$gfl.4-0 l-00~ s .4 4 . • ·, o~ 000 (H{. S1 .755 .0 83% ~5 1 0 11% $:Ji' .o 10 * ,00 0 ~' $324 00 50'¥.-32 4 .00 5 0% I •% 1C-O:t., sooo 4.082.40 ''.)l)o/, 1,0 .05 100 , 1G-0*' ICC % ;f.7 .<11 4$.:)6 2 .212.&0 0 % B,SSUS -~·· .. .,, O~l~ 7,448.3S {0:)~ $28,212.40 64% l $1 t>,0!10 .2-0 36% {$4 Cl) 1 50 l) 140AO f 76 .50 3 '. 0 32 .40 000 00 $2 ,821.24 40 1.24 1 2 '546 2C 2 $144 .$4 2.82 1 .24 T•M.B •i $3,566.08 _Y6X ___ CONSTRUCT ION , LLC Change Proposal Request #1 Owner: City of College Station ADDRESS: 1101 Texas Avenue, College Station PROJECT NO.: 11-0100-2014 PROJECT TITLE: Normand Drive Sidewalks This Change Proposal Request (CPR) is submitted requesting an increase or decrease the value of the Contract. Detailed Basis/Scope for CPR Reroute proposed sidewalk around manhole , nearest Gramma Court , per City's request , reference RFl#005 . Cred it for NOT demolishing exist ing manhole top -per bid sheet Add it ional concrete for red irected sidewalk (30SF) ($324) $4os .ee \OO . ~o ($215.10) z i3. w Total value of this change Original Contract Value: $44,212.60 Value of Previous Changes : $0.00 Value of this request: ($215.10) By s igning and submitting this CPR the Contractor certifies that the supporting cost data is accurate and , in the opinion of t he undersigned , the stated prices and/or time request are both fair and reasonable. Name : Rachel Henderson S ignature : Title : Manager Date of Subm ittal : 05 May 2015 ~ .. _, . - CU-<Lb c.u.:+s -Q/;L~ ~ 1<.o,N h ~ lu-IJ ~ o?--~~ ; ' ·. ?Pn-, ~ -+t r Sub~d S(s; . '.r "2,' -· ':\ ·"--\·f' . ~it-e,IUt,.CYL v-> ith ru.....~·-A~ 1 -~ . ~-. ~ ; ?/iz_ >0b~ Yl.UJL~ p~ trp~ ' ,..._. ! • ~' . r. "' ' ~ . . >. ,_ ~ . ' --I . r .T J.!, • • 1 t ~ _, ' ' .,_ .. ' ' ,. ,J I "'· ' I . .-r!°'<. ~ :. v:. ~ c r · ·-I ---.. . I . ' ; ,..~ •\. . . .-/~V-.,V ~ \-'· . -. . . li • ,_< • . -, - ) . \ .. ' ,i--, .. . -~ . . . j ' ' - .. -· TEXAS DEPARTMENT OF LICENSING AND REGULATION Compliance Division/Architectural Barriers Program P. 0. Box 1215 7 •Austin, Texas 78711•(512)539-5669 • (877)2 78-0999 Fax: (512) 539-5690 •Email: tecltinfo.a b@tdlr.texas.gov • Web site: www.tdlr.texas.gov REQUEST FOR INSPECTION In accordance with Texas Government Code , Chapter 469 .105 , and TDLR Administrative Rule 68 .52 , the owner of a building or facility subject to compliance with Chapter 469 .101 shall obtain an inspection to verify compliance with the Texas Accessibility Standards (TAS) not later than the first anniversary of the completion of construction . The request for an inspection must be made by completing this form and submitting it to a Registered Accessibility Specialist (RAS) not later than 30 calendar days after the completion of construction . The completed Request for Inspection form must be received prior to proceeding with the inspection . Following the inspection, the owner will be advised in writing of the results . PROJECT INFORMATION PLEASE PRINT OR TYPE 1. Project Name : 2. EABPRJ #: City of College Station-Normand Dr ive Sidewalk Project B5802773 3. Pro ject Address : Suite#: 3200 Normand Drive City : College Station I County : Brazos Zip : 77845 OWNER I AGENT INFORMATION (Ch eck One) I am the Owner (the person/entity that holds title to the property) I am the Owner's Designated Agent ** **I f you are not the owner, a completed Owner Agent Designation Form must accompany this form . 4 . Name: Vene.ss"' G~-t-i'-5. Company I Agency : City of College Station 6 . Address: Suite#: P.O. Box 9960 City : College Station State : TX Zip: 77842 7 . Phone : 979 -764 -367 4 18 . Fax: 9. **Email: \I qm.rA... 8 ~ .. s~.a.cv -v S/z..1{1~ ~~~ 10 . Signatu~esignated Agent Date I have authorized the following Registered Accessibility Specialist (RAS) to perform the inspection : RAS Name: Edd ie Hare RAS# 0008 Address : 5855 Foster Road I City : Bryan State : TX I Zip: 77807 Phone : 979-775 -6 850 I Fax :979-77 5-6820 I Em ii · jhare8~conl_i~e .net a · ehare trad1t1onsrealestate .com TDLR FO RM 04 IAB 02-14 NOTE : An individual who completes and files this form with the Texas Department of Licensing and Regulation (the Dept.) is entitled to the following : 1) to be informed about the information that the Dept. collects about the individual , upon their request and subject to a few exceptions: 2) to receive and re vi ew the information , under Sections 552 .021 and 552 .023 of the Texas Govt. Code ; and 3) have the Dept. correct information about the in dividual that is incorrect, under Section 559.004 of the Texas Govt. Code . "The Department will add your address to the Architectural Barriers emai l notification list, which automatically provides Department inform ation on matters affecting Architectural Barriers. Yo ur email address is confidential pursuant to the Texas Public Information Act; the Department will not share it with the public. For additional information li nk to : http:/fwww.license .state .tx.us/newsletters/TDLRnotificationlists.asp TEXAS DEPARTMENT OF LICENSING AND REGULATION COMPLIANCE DIVISION -ARCIDTECTURAL BARRIERS P .O . B ox 12 157 •Austi n, Texas 78711 • (5 12) 539-56 69 • (877) 2 78-0 999 • FAX (51 2) 539 -5690 architectural. barri ers @ licen se .state .tx .us • www.Iicense.state.tx.us PROOF OF INSPECTION The in spection of the referenced construction project was performed on The inspection was performed by (Check One): :;-' 22-20~Date ) D Te xas Department of Licensing and Regulation Name : ____________________ _ D Con tract Provide r ~ Registered Access ibility Specialist Name: EDDIE HARE RAS #:_0_00_8 __ **IMPORT ANT INFORMATION** This fo rm is issued by the Texas Department of Licensing and Regulation (TDLR) for th e purpos e of providing proof of inspect ion to the bu il d ing owner and is not intended to imply that a Registered Access ibility Specialist or contract provider is an employee of the departme nt or that they have been hired by the department to perform this inspe cti on . PROJECT INFORMATION PLEASE PRINT OR TYPE 1 · Proj ect Name : C'ty f C II St f N d D . s·d lk 2 . EABPR J #: 85802773 1 o o ege a ion orman nve 1 ewa s 3 . Proj ect Address : 3200 Normand Drive Suite#: City : College Station I County: Brazos Zip: 77845 INSPECTOR INFORMATION 4 · Name: Eddie Hare 5 . RAS# (i f applicabl e): 0008 6 . Company/Agency: Edd. H A "b "l " S . 1. ie are-ccess1 I ity p ecrn ist 7 · Address : 5855 F oster Road Su ite#: City: State :T x Zip : 77 807 9 . Fa x : 10 . **Email : 11. Si nature o OWNER/OWNER DESIGNEE* PRESENT DURING THE INSPECTION 12. Name : 13. 14. Suite#: City : *The designee may be so ·eone other than the owner or designated agent refe renced in Adm inistrative Rule 68.10(10) TDLR FO RM 044AB 12-08 NOTE : An individual who completes and fi les this fonn with the Texas Department of Licensing and Regulation (the Dept.) is entitled to the following: 1) to be infonned about the infonnation that the Dept co ll ects about the ind ividual , upon their request and subject to a few exceptions; 2) to receive and revi ew the infonnation, under Sections 552 .02 1 and552.023 of the Texas Govt. Code; and 3) have the Dep t. correct infonnati on about the ind ividual that is incorrecl under Section 559.004 of the Texas Govt Code . ""The Department will add your address to the Architectural Barriers email notification list, which automati cally provides Department infonnation on matters affecting Architectural Barriers. Your email address is confidential pu rsuant to the Texas Public lnfonnation Act the Department will not share it with the public. Fo r additional infonnation link to : htt p://Www.l icense .state .tx.us/newslettersfTDLRnotificationlists.asp EDDIE HARE-Accessibility Specialist 5855 Foster Road Bryan, Texas77807 979-775-6850 office * 979-775-6820 fax To: Kelly Hajek O'Malley Strand Associates , Inc. P .O . Box 1976 Brenham, Texas 77834-1976 Date Transaction/Service 05 /22/2015 TDLRJTAS Inspection for City of College Station-Normand Drive Sidewalk Project - TDLR# EABPRJB5802773 E•IAILED INVOICE Invoice# B5802773-I Date: 05 /22/2015 Amount $350.00 per the TDLRFee Schedule Total Due Terms: Net 30days Total $350.00 $350.00 Please mail payments to Eddie Hare-Accessibility Specialist * 5855 Foster Road Bryan, Texas 77807 *Upon request a W-9 will be supplied to you* Terms are net 30 days * Statements will not be mailed please pay per invoice * Late fees will be added to invoices over 30 days * Thank you for your bu siness and we hope to serve you again. May 25, 2015 Venessa Gana City of College Station POBox9960 PLAN REVIEW •:• ARCH ITECTURAL BARRIERS •:• INSPECTIONS College Station, Texas 77842-9960 Project: City of College Station-Normand Drive Facility: Normand Drive Sidewalk Address: 3200 Normand Drive * College Station, Texas 77845 INSPECTION COMPLETED-No Violations Dear Ms. Gana: EABPRJB5802773 We are pleased to inform you that the referenced facility has been in s pected and found in substantial compliance with the provisions of the Texas Government Code, Chapter 469 . The Inspection Results will be forwarded to the Texas Department of Licensing and Regulation. For newly constructed buildings and facilities , the Department will provide a Notice of Substantial Compliance to the owner upon receipt of a completed Notice of Substantial Compliance Request Form which is enclosed. Please mail the form to the Texas Department of L icensing and Regulations, P.O. Box 12157 , Austin , Tex as 78711. Please note, t his determination doe s not address the Americans w ith Disabilities Act (ADA, P.L. 101-336) or any other federal , state, or local requirement. For information on the ADA Hotline, (800) 949-4232, or the United States Department ofJustice at (202) 514-0301. If you have any questions, contact me at the above referenced address or phone numbers . Please reference the EABPRJ number in all future correspondence pertaining to this project. Accessibility S pec iali st, ICC# 1131801 -21 RAS #0008 Enclosure Cc: O 'Malley Strand Architects THE REVIEW OF DOCUMEN TS AS CONTRACT DOCUMENTS AND FIELD INS PECTIO NS. BY THIS REGISTERED ACCESSIBI LITY SPECIALIST EDD IE HARE, FOR THE TEXAS DEPA RTMENT OF LICENSING AND REGULATION (fDLR), AUSTIN, TEXAS, IS BASED ON BEST EFFO RTS ENDEAVOR FOLLOWING INSTRUC T/O N AND CERTIFICATION B Y BOTH TDL R AND ICBO. PLAN REVIEW AND INSPECTION JN NO WAY WARRANTS COMPLE TE COMPLIANCE TO THE TEXAS ACCESSIBLITY STANDARDS. THIS BUSINESS, THE PR OFESSI ONAL , HIS EMPLOYEES, AND CLIENT FO R WH OM THE REVIEW OR INS PECTION IS MADE AGREES TO HOLD HA RMLESS AND INDEMNIFY THE REGISTERED ACCESSIBI LITY SPECIALIST, EDD IE HARE, AND THE TDL R FROM AND AGA INST ANY LIA BILITY ARISING FROM THE PERFORMANCE OF THE WORK 5855 FOSTER ROAD • BRYAN, TEXAS 77807 • 979-775-6850 OFFICE • 979-820-0149 CELL EHARE@TRADITIONSREALESTATE.COM • JHARE@TCONLINE.NET I" • O'MALLEY STRAND ASSOCIATES, INC. CONSUL TING ENGINEERS TBPE No. F-8405 City of College Station Normand Drive Sidewalk Project No. ST-1418 Job No. 675.006 PB; Strand Project No. 3924.009 OSA SUBMITTAL NO.: 05 NAME: 3,500 psi Concrete Mix Design ONO EXCEPTIONS TAKEN IX] EXCEPTIONS AS NOTED 0 REVISE AND RESUBMIT 0REJECTED This submittal has been checked only for general conformance to the design concept of the project and compliance with the information in the contract documents and does not relieve the contractor of responsibility for performance of the work in compliance with all provisions and requirements of the contract documents . Job measurements and coordination of all dimensions for proper fit of all parts of the work and performance of all equipment supplied to meet specification requirements are, and remain, specific responsibilities of the contractor. Date 4. J ·dJLJ 15 ! Cenwo t Texas. i:r~slon Bryon/College stptlon/Novo~o l a Date-; Pr.of: )'\t.1!..Vf\.li..<"'t 'l ·.;..\iAif. <;.;,:.l.<.1.0c· \'le Mix: Mbc ID; lJ~~: Contr. \lox Constn.u;tlon Ml!X QUANTITIES MAiERIAl ... CEMENT T\l"PE 'I/II A.STM Ct$-O FLY ASH Cl,ASS f ASIMClil8 GRAVEL l" A.:STM C33 Gli?A'\l'El 3/'I!" AST.M C.U CONCRctf SA~P ASTMC33 WAJER ASTM C'M" Cl 622 A!R WATER f(fJDUCE'R ·MID· RANG E \llAT~R ~E DUCER HlGH iRANGE WAllER REDUC!ER RETARO!:R; NON CHlORID':E ACCEtat.A.TOR lOlALS - MIX PROPERllES ; 'Dt:SIGN!lO Sl.UMP +/ · l • AIR CON'iCNT +/-l .:S% UNIT WJ:tGITT TOTAL C:E.MENTITIOUS fl.Y AS~ R'ISf'LACf.MfN'I' W/C RAT10 WA'rE~ G.AllON_~ · PitODLJCT 1 BASFAE·90 'BAS!' P'O:m>flfu 8G llASF f>olyhc~ 900 SASf PS-l 466 BA.S'F 1aox~ SA.SF-NC..5-34 .. .. i Sp Gr SOURCf ' "f¢XC!$ Leh~gh 8ud9 3.l5 1 lieodwot~rz Je-w1 2.45 k•JC.as Agg BOJ$f!'o :2.58 lifll# ir... ...yflelr 2.63 'klC Rtv-c-r !5~nd 2.63 Munieil?'Cll LOO ~ASfAe;,.i;io , BASF Pono5fh 80 I 18ASf P'o1yl1eed '9'00 I 6ASF PS-146.6 I B.P.SF 100XR ' I ; ' BASF NC534 I I I ! DESCltlP.TIO'N' . A1R ~NTRAJNM'l;N~ WAJ:ER RWOC!:R 1 MIO-RANGE WATfJt RfOLf!CER H[GH tiMilCE W.AUiR RE'DUCEl'l RETAiDER i ACCEU:RAJOR NC!>N CHl!..ORIOE 3500 PS1 j1'" GR 39BCSPAV1 Approob hes I SSOWBGHl I 35:2 lb I 1l81b I 1450 lb ' 440 Lb 130'1 lb 233 lb i 1.3 o;z i w oz I t I I I ' i i 3894,1'4 fb . I .S .00 sk. AST'M_ i'l'P'E t200 ; ' . j 1C494 A:,S..0 C49'4 ~ c4•M A .F· C4''i'4 fi iD C494 c --·•, ~ ·A.DMIX'HJRii DO·SAGES MAV BE A!'HUSTfiO IN ORDEIJ: TO Mee] PROJ!;Cj 11u:~tJ1Rf'MENTS I ! ! . I P'R.ODUCl WP!: i Sf' G-lt ABSORPTION I COUFi?$:t AGGREGAiE "i·GRAVEL i 2_55 Q.703 INTUME:DliATEi AGG.REGA re 3/8"GAAVcl I 2 .6~ ' Q.6WA flNc AGGR!iGAT·E CON-C~t:l'E S.AND i 2,63 0 .50%. Mix t'.S desf.gined to be t.~HgaliJd or pumped, VOtl.IME 'J.19 0.77 '9 .0~ 2.-&a 1.93 3.74 l.06 ! 2:7.00 ... DOS.A.Gt; .15 fu 4Q;:/c::wi 3to1001/cYit 31D 1 Soz/cwt 2to 10ot/cw1 1 to 3oz:/cwt 10 to J.1501:/ewt f'M 2.8 ! I O'MALLEY STRAND ASSOCIATES, INC. CONSUL TING ENGINEERS TBPE No. F-8405 City of College Station Normand Drive Sidewalk Project No. ST-1418 ,Job No. 675.006 PB; Strand Project No. 3924.009 OSA SUBMITIAL NO.: 04 NAME: 3,000 psi Concrete Mix Design ONO EXCEPTIONS TAKEN [X]EXCEPTIONS AS NOTED 0REVISE AND RESUBMIT DREJECTED This submittal has been checked only for general conformance to the design concept of the project and compliance with the information in the contract documents and does not relieve the contractor of responsibility for performance of the work in compliance with all provisions and requirements of the contract documents. Job measurements and coordination of all dimensions for proper fit of all parts of the work and performance of all equipment supplied to meet specification requirements are, and remain, specific responsibilities of the contractor. Date 4 . ( .. &015 E D'afc: Proj: ";·,\(:fl.""' ""°JO ''.S.,,1 .~ v:!A..\ _c;- Contr: Vox Construction MIXQUANnTI~ I I Cenhrul lex-os D:i\ifision Elry<m/Co1lege sralJon/Navasola I Mix: 3000 P.SJA 1" GR I Mix JD· 39BC:S l ; Use; Slde.waiks I' MAiEftlAL --_, __ .. -··-~O~··· '._IJ~R~~E~_.l _-1--S_.>p_Gt_· -i:-_S_SD_W_... ·--i;t_G __ ITT'-·--+----'-V-'-0..;;..LU--· M""-f"-. ----! :c1™9.IT TYPE 1111 ASTM c15'11 r e:io1~ Ll}i\l 9h suda .3 .1 s 1 3u 10 L6.1 , ft 'Y ASH Ct.ASS. f AStM C6 l~ lrlead.wale(S. Jewett 2.45 I MUi. lb 0..69 : GiP.A VEL r AST.M C3J, T·ex:ru A·!;lg BQ.tf;fQd· 2 • .SS ,,11 1450 lb 'M.ll GR.AVEl 3/8" AS.IM. C33 Htt!e ll!'.iver Moyfieib .:US 440 lb 2,-68 cONcRm SAND ASJM csJ KRC 1~v1H BF:!'oo I :2.63 1355 lb a..2t WATER A$tM Ci4, Cl6Xl Til\urii~pc;i• .1 1.00 ; 2:29 lb 3.67 A:IR BASF AE-90 i 1 oz 1.oa. ! WATER IEDLJCEJR aAS F ro:uoli~h 80 ! ! 11 o:z Ml'O.RANGIE WAUR ltl:OUC:li:ii RASP f'otyhocef 9001 HrGH RANGE w AtefUi:EDllCEi~ !j.ASf PS · 1466· I RET AROSt BASF 100X~ ! NON: CHl'OBlbE ACCfi.ERAf01t MSf NC~ ! TOlAl..S ; D'ES IGNED :SLUMP +/. r' AIR CONTI:NT +/-L53 l!NllT WEIGHT TOJAl CEMENHJTOLJS Pl Y ASH REPLACEMENT W/C RATIO WATER · GA~_l;OHS PRODucr !H~SfAE-90 BASF .Pon.olM'.h 80 . OESO(llfttON Alk t:NlRAINM'E:'Ni ! WATER REDUCER i -· -·· aA~f Pol'yh~ed 'i'OO MiD-li'.ANGf WATER RiEDUCE~ ' BASF P.S-1466 mGH R'.ANGE WA! REDUCER SASflOOXR RETARDER 11.A:.'>F NC-~4 , A ,CCF-Let,ATOR NO CH~ORIDF. -· : r ! l.8.9'7 l b 4.50 ~k -. ASi~n'J'e C260 A.la. D C494 C4'i4 A i C49·4 A ;f C4'f4 lt io C494 C i •ADMIXTURE DOSAGES MAY BE ADJU.S.~D IN ORDER TO MEET PROJ ECT REQ4 I REMENil'S • i -·--· ~ PRODUCT TYPE ! Sl"GI\? ABSORPflOM COU RSf AGG~~ATE ; r GR:A.Vf'I,. 2.58 ---"'1iV6'% fN;TERMEl>IATE AGGREGATE 3,/S"GRAVEl ; 2.63 o.{.>0% FINE AGGRC'tGA'f!: CONCRfl'E SANO ! 2.63 0 . .00% i i Mlx ['S desfgncd to be t:a ftgated or pumped. •o()-S.AGl= ,Hi. fo 4et'1./<;Wf 3 fo'1 Ooz/cwi 3to l5ol'./Cwt 2 to 100.z/e:wit l to 3ozi cwt 10 J"3 .45.q<-/c;:wt ~M :2.a I I O'MALLEY STRAND ASSOCIATES, INC. CONSULTING ENGINEERS TBPE No. F-8405 City of College Station Normand Drive Sidewalk Project No. ST-1418 Job No. 675.006 PB; Strand Project No. 3924.009 OSA SUBMITTAL NO.: 06 NAME: Rebar ONO EXCEPTIONS TAKEN [XJEXCEPTIONS AS NOTED 0REVISE AND RESUBMIT DR EJECTED This submittal has been checked only for general conformance to the design concept of the project and compliance with the information in the contract documents and does not relieve the contractor of responsibility for performance of the work in compliance with all provisions and requirements of the contract documents. Job measurements and coordination of all dimensions tor proper tit of all parts of the work and performance of all equipment supplied to meet specification requirements are. and remain, specific responsibilities of the contractor. Date 4 · { · ;,>..{) (5 I 'PLC QTY C D E FJI Q J ,K o .S HAPf -----....--v-x.~ 1 "" .,,,;, .. ltl '"' "'""'''" I ___ _ _ J) • .fH!t>;&t~~i'I:\."' i..:'"?ROl'IS _).)· Ip . •: ·~··· .. I I I -I ~~J I 3 .. ·---I I I I I I ·~ t -· -Pe~ DEi-7\1 L. ~ :1:-6) 1. ) u.se -:ii: 4-E:,A.£S F olZ. cu 12.../3 f 6v-r;-g.fl- PcR t::>GIA.iL SI~-&&) u5e ""* 4 &2.5 FOe DR.JVeWAY O'MALLEY STRAND ASSOCIATES, INC . CONSULTING ENGINEERS TBPE No. F-8405 City of College Station Normand Drive Sidewalk Project No. ST-1418 Job No. 675.006 PB; Strand Project No. 3924.009 OSA SUBMITTAL NO.: 08 NAME: Joint Sealing Compound [X]NO EXCEPTIONS TAKEN 0EXCEPTIONS AS NOTED 0REVISE AND RESUBMIT DREJECTED This submitta l has been checked only for general conformance to the design concept of the project and compliance with the information in the contract documents and does not relieve the contractor of responsibility for pe rformance of the work in compliance with all provisions and requirements of the contract documents. Job measurements and coordination of all dimensions for proper fit of all parts of the work and performance of all equipment supplied to meet specification requirements are, and remain, specific responsibilities of the contractor. Date 4 · / · 2,0 /5 D•BASF The Chem ical Company PRODUCT DATA .7: 67 ~~. QO · Joint .. , . · · '·'· · Sealant$ .... · <·' Description SL 1 '" Is a one-component nonpriming , se lf-leveling elastomeric polyuretha ne designed for expansion joints in conc rete floors and decks. Use it where flexibility as well as abrasion and puncture resista nce are required . Yield See page 3 for charts. Packaging 2 gallon pails (7.6 L) 825 ml ca rtridg es, 12 cartr idges per carton 300 ml cartrid ges in limestone, 30 cartridges per carton 20 oz (590 ml) ProPaks in limestone , 20 ProPaks per carton Shelf Life In bu lk: 6 month s when prope rly stored Cartridges and ProPaks: 1 year when properly sto red Storage Store in unopened containers in a cool, clea n, dry area . Storing at elevated te mp eratures wi ll red uce shelf life. Color Limestone, gray or stone SONOLASTIC® SL 1 TM One-component elastomeric , self-leveling polyurethane sealant Features • _ MovemiiDt capa bility of ±25% • Abrasion re sistant • ',E?syto'gun --• · • Variety of types and sizes of packaging • . Nqnprifii fng on mqst surfaces • Se lf levels • Wide ap pl ication-temperature range • Exce ll ent weatherability Where to Use APPLICATION • Expansion joints • Pavers • Plaza decks • Industrial floors • Driveways • Sidewalks • Decks • Parking areas • Pitch pans LOCAT ION • Horizo ntal • Interior and exterior SUBSTRATE • Concrete • Metal Benefits .• EXpan.d.s antj contra~ts"Nitl\ j9irit movement . · Provides longer wearing and durability ln ~talls quickJy ·· · · . • Reduces jobsite waste •..••. Off.!Jrs' exce llent adtiesion Requ ires no too lin g Su itable 'for· all cllniates Offe rs long-lasting perform ance How to Apply Joint Preparation 1. The number of joints and the joint width should be designed not to exceed ±25% movement. ;· ·~ 2. The depth of th e seala nt sho uld be 1 /2 the widt h of the joi nt. The maximum depth is 3/8" (10 mm) and the minimum is 1/4" (6 mm). Ma ximu m recommended joint width is 1-1/2" (38 mm). 3. In deep joints, sea lant depth must be controlled with Backer-Rod (closed cell only) or Expansion-Joint Filler (see Form Nos. 1017927 and 1017916). Other caulks sho uld not be used as fillers. Do not prim e Backer-Rod or Expansion Joint Filler. Do not puncture backer-rod; it may cause bubbling. 4. Ca ul king and sealing should be performed when tem peratu res are above 40° F (4° C). Application to moi st surfaces wi ll adversely affect ad hes io n. Appl icatio n may proceed as low as 20° F (-7° C) only if substrates are cle an and co mpletely free of mo isture or fro st. ISonneborril 36 SONNEBORN' PROOUCT DATA SL 1" Technical Data Composition SL 1 ·• is a single-component polyurethane sealant, whic h cures by reaction with atmosphe ri c moisture . Compliances • ASTM C 920, Type S, Grade P, Class 25, Use T, M and O* • Federal Specification ITS-00230C , Type 1, Class A • Co rp s of Engineers CRD -C-541 • Canadian Specificatio n CAN/CGSB 19 .13-M87, Classification C-1-40-B-N and C-1-25-B-N, No.81028 • Ca nadian approval fo r use in areas that handle food • USDA comp li ant for use in areas that handle meat and poultry • Refe r to substrates In Whern tD Use . Typical Properties PROP ERlY Service temperature range, OF(OC) Shrinkage Surface Preparation VALUE -40to180 (-40 to 82) Nil It is essential that joints be clean and dry. Joi nt surfaces mu st be structu rall y sound, fully cured, and free of all loose aggregate, paint , oi l, grease, asphalt , wax, mastic compounds, wate rproofing compou nd s, form-re lease materials, cu ring compounds or any other contaminants . NEW CONCRETE Remove all loose materia l from joints by wire brush ing . Sandblast surfaces in contact with form - release agents. Fresh co ncrete must be fully cured . Laitance must be removed by abrading . OLD CONCRETE For previously sealed joints, remove all old material by mechanical means . If joint surfaces have absorbed oils, remove suff icie nt conc rete to ensure a clean surface . 36 .2 Test Data PROPERlY REsULTS · ' .TEST METHOD? Tensile strength , psi (MPa) 300 (2 .1) ASTM D 412 Elongation , % 800 ASTM D 412 Hardness, Shore A 25 ASTM C 661 Shrinkage Nil Artificial weathering , Excellent ASTM G 26 Xenon arc, 1,000 hrs Low temperature flexibility , -15 (-26) ASTM C 793 o F (o C) Viscosity , poise 325 Brookfield Test results arn typica l values obtained under laboratory conditions. Reasonable variations can be expected . Priming 1. For most applications, priming is not required; joints subject to period ic water immersion, however, must be primed with Primer 733 (see Fo rm No. 1017903). On surfaces other than conc rete, cond uct a test applicatio n to verify adhesion . 2. App ly pri mer In a thin , un ifo rm film . Avoid build-up of excess primer. 3. Avoid applying primer beyond joint faces. To minimize the co ntamination of adjace nt surfaces, app ly masking tape before priming and remove before the sea lant has begun to thicken and set. 4. Allow approximately 15 -30 minu tes drying time before applyi ng sealant (prime r should be tack free). Priming and sealing must be done on the same work day. Application 1 . Fill joints by pouring the seala nt from a spou ted container or flowing the sealant from a bulk-load ing gun or from the cartridge or ProPak . 2. Fill joints from the bottom ; avoid bridging of the joint, which may form air voids . Sealant will self level to form a clea n joint surface . 3. The maximu m depth of SL 1 '" should be 3/8" (10mm). Curing Time 1. Protect joint from dirt and traffic until cured . 2. Curing of SL 1 •• will vary with temperature and humidity. Cu ring ti mes assume a typ ical joi nt of 1/2" (13 mm) width by 1 /4" (6 mm) depth at 75° F (24° C) and 50% relative humidity. Lower temperatures will extend curing tim e. Skins over : within 24 hours Foot traffic : 3 days Full cure : 1 week Yield LINEAR FEET PER GALLON' JOINJ: PEPTtt JOl~T Wiot]-l ONCHES) (INCH~S) . ' "1/4 3/8 ,. 112 · ·>.. . "·510 1/4 308 205 154 122 3/8 82 1/2 • 1 gallon equals approximately twelve 300 ml cartridges. LINEAR METERS PER LITER jqJNr PEPTH •.• 5' JPINJ WIDTH (MM) (MM) .-10 13" •.. 16 6 24.8 16.5 12.4 9.8 10 6.6 13 LINEAR FEET PER 825 ML CARTRIDGE jciJNT OEPTiL .. .{ • . .ioiNTWI DIB ONCHES) (INCHES) · 1121, · sis·,· 174" _,318' -· ~ .• ~. '. 1/4 72 48 36 28.5 3/8 19.25 1/2 LINEAR METER PER 825 ML CARTRIDGE JOINT DEPTH . ''· .~ JOINTWIOTH (MM) . .. (MMJ 6 10 13' .,_:, 16 6 20.5 13.6 10.2 8.1 10 5.4 13 ~,~. . . ._ 314' 68 51 19 5.5 4.1 h 3/4" 16 12 ;--·, ,._, .·j'·.", 19 4.5 3.4 SONNEBORN ' PROOUCT DATA SL1" ··--.! 718 '" 1,. 58 51 44 38 22 25 4.7 4.1 3.5 3 •· . .. 1ia·> .' i"1 ~ 13.5 12 10 .2 8.8 22 · 25 3.9 3.4 2.9 2.5 36.3 .. .. . SONNEBORN' PR OC!..CT DATA SL1 " Clean Up Clean equipment with Reducer 990 or xylene immediate ly aft er use and before sealant has cured . Cured sealant may be removed by cutting wit h a sharp -edged tool , thin films by ab rading . For Best Performance • Do not allow uncured SL 1 '" to come into conta ct with alcohol-based materials or solvents. • Do not apply polyuret han e sealants in the vicinity of uncured silicone se alants or uncured Sonolastlc" 150 or 150 Tint Base. • SL 1 N is not in tended for continuous wate r immersion. Contact Technical Service fo r recommend ations. • Backer-rods , joint tillers, and bondbreakers must be tightly installe d to preven t lo ss of sea lant through joint bottoms. • Jo ints subject to puncture by high heels or umbrella po int s require a stiffer or higher density backup materi al; cork or rigid non imp reg nated ca ne-fibe r joint fille rs are suitable. Separate materia ls from the seala nt by a nonadhe ring bondb reaker (polyet hylen e tape). • Maximum depth of SL 1 '" should be 3/8" (10 mm). • High temperatures or hu midity may ca use uncured material to bubble . • Sea lant may bubble if sub strates are not absolutely dry or if material is applied too deep . • Do not use other ca ul ks, sand, or incompressibles as a bottom bed in a joint. • Do not install when rain is expected before the sea lant develops a sub stantial skin . • For jo int widths over 1-1/2" (38 mm), use SL 2'". • Make certain the most cu rrent versions of prod uct data sheet and MSD S are being used; ca ll Customer Service (1-800-433-95 17) to verify the most current version . • Proper appli catio n is the re sponsibility of the user. Fie ld visits by BASF personnel are for the purpose of making techn ica l recommendatio ns only and not for supervisi ng or provid ing quality co ntrol on the jobsite. Health and Safety SL 1'" Warning SL 1 '" co ntains ca lcium oxide, titanium dioxide, ta lc, mineral spirits, amorphous silica (fumed), and toluene diisocyanate. Risks Combustible liquid and vapor. May cause skin and eye irr itation. May ca use dermatitis and allergic responses . Potential skin and/or respiratory sensitizer. Inh alation of vapors may cause irritation and intoxication with headaches, dizz ine ss and nausea. Ingestion may cause irritation . Reports associate repeated or prolonged occupational overexposure to solvents with perman ent brain, nervous system, liver and kidney damage . INTENTIONAL MISUSE BY DELIBERATELY INHALING THE CONTENTS MAY BE HARMFU L OR FATAL. Precautions KEEP OUT OF THE REACH OF CHILDR EN . KEEP AWAY FROM HEAT, FLAME, AND SOURCES OF IGN ITIO N. Keep container closed when not in use . Use only wit h adequate ventilatio n. Avoid contact with skin , eyes and clothing . Wash thoroughly after ha nd ling. Avoid breath ing vapors. DO NOT take internally. Use impervious gloves, eye protect ion and if the TLV is exceeded or product is used in a poorly ventilated area, use NIOSH/MSHA approved respi ratory protection in accorda nce with applicable federal, state and local regulations. First Aid In case of eye co ntact, flu sh thoroughly with water for at least 15 minutes. SEEK IMMEDIATE MEDICAL ATIENTION . In case ot skin contact, wash affected areas with soap and wa ter. If irritati on pe rs ists, SE EK MED ICA L ATIENTION. Remove and wash contaminated clothin g. If inhalation ca uses physi ca l discomfort , remove to fresh ai r. If discomfort persists or any breathing diffi culty occurs, or if swallowed, SEEK IMM EDIATE MEDICALATIE NTION . Refer to Mater ial Safety Data Sheet (MSDS) for fu rther informatio n. Proposition 65 This product contains materials li sted by the state of Califo rnia as known to cause cancer, birth defects or other reproductive harm . VOC Content 0.8 7 lbs/ga l or 104 g/L, less water and exe mpt solvents For medical emergencies only, call ChemTrec (1-800-424-9300). BASF Corpor ati on Building Systems 889 Va lley Park Drive Shakope e, MN, 55379 www.Bu lldingSysterns .BASF.com Customer Service 800-433-9517 Technical Service 800-243 -6 739 36.4 Ut.VTEIJ WAPIWffY NOTU Ewry rea!Dflllble aflat Is made ., tpply BASF em"'1g slan!Wds boltl In \Ill manulaclln d o.r P'cxlc!s and h the W«malloo \'lhleh wt Issue c:oumino lh!se proei.lcts nl M we. We wamllt CU'" P"Wcbto bl d good QUaily llld \'.11111p!OQ', It cu tlealon. ref\nd ~e iucNse Pll:t d W1V iroclJCU; P"O>"° deleclhie. Sacistactoty re.W depend no1 orly ICJQn q.Jaily ~.tu illSO icm NlY iaatwa beyOnd o.x a:ntrol. Th«ekre, txeei:t lor su::h 1~ « tehn:l, BASF l.IAXES NO WNfWfTY OR GUAAAl-ITIE, f.XPAESS OR t.IP\.ED , Ml.UOflG WARFWfl'fS Of rmas FOR A PARTIO..lAA Plff'OSE OR MEROW.TAW.JlY, RES'ECTWG rrs PROIX.CTS, llld BASF NI hlWI no oh' iatility \'.ith fespect tnlfelo. Mt clalrn fe(l llling pm1Jct dtfect IOOSt be recei'Jed rt l'lftt'O v.«t*I one (I) ytat from !he dated lllpnm NodUn wll b8 am9'.lerlld •Attm SlEhWl'llten rntlca or aner Iha SIJl!Cfleel lkne lnh!rval. USer !NI delemhl thll UtabilllyOI Iha P«>d£b; fct" !hi naidld use and wuna al 11sks aro ~In COMeCtloo ltlt rawt~.Arft authall.ed charloe ~ hi printed recamier.oallons OO'ICenWiO lhe LIM al OU' ptcd:Kts must beat' !he sil1\IU• ti tr11 BASF TecMlcal Managtr. TlisWcrmallcnaldalbf'W~~nblsedooBASf'1p-esettlcncr,<,WJeltld1D:PWionce.ttM1Mr,BASFWUTmnalabiftyla~u:h~b'JnatOOll'ld...Olrd.dt'QIMelXl«ltto1'11li:nuhWO'l'n.1lirlnl a<Mct may rftue E bbtir10 l llrd patty lnlelecUI ptopfffl ~ tSQecialy pateti rights. In llilrticl..a', BASF clsdalms al COHOIOONS NlJ WA.lfl.M'TES, YMElHER EXPRESS a:t IMPl...ED, NlJ.lHi TlE lt.fll.ID WNIWIJl:S OF FIT NESS FOl A P.AJIT"CU.M PlR'OSE OR .. \EROWITABUTY. 8ASF StW1 NO T BE AESPOHSIBl£ FOR CONSECH NT1AL llDAECT 00 IKXIENTAl DAMAGES tNO..t.DIG LOSS Of PRCfflSJ Of Nff KNl. llASf fesertCS Iha riQhl Ill mW! ?Jrlf~ aaxntng IO lectnlt:lgk3 P'Ol"llS:S (I' Utta ~IS. II ts lie cusDllslfe.spoisl)lly in! OOlgatbi ID caetly ~ind lest 111'1 ha:rrflJ WXXIJ. Perfamn.OI hi p-0!1.ct(~ desalledrmWI stl'.ll.6clbeYelill!Clbylflst)1JW'ldcalied<Urrlj1:7tCJ,lllled~llshlsd1t~oftiecWJcnerDrarto.AaidamY1Jf!fOl''lt'r{Uh9esllf'9.Rlferl!l'IC:l!llOtradtnamesusedbyOhlf~lsnelthefa r eaJmmef'datio'l, 00"1111 ntnemlll1 dlflfpra:lu:thlcbesrol ~ IMI lh\r'prlldLctsm*lnclbeused Form No. 1017001 011 12 For professional use on ly, Not for sa le to or use by the general public. Pl1nled on recycled pal>Cf llQKlno 10% po.st ·COf'ISl.lffltf lber. C2012SA.Sf PrtnledlnU.U. r· O'MALLEY STRAND ASSOCIATES, INC. CONSUL TING ENGINEERS TBPE No. F-8405 City of College Station Normand Drive Sidewalk Project No. ST-1418 Job No. 675 .006 PB; Strand Project No. 3924.009 OSA SUBMITTAL NO.: 07 NAME: Rigid Dowel Sleeve (X]NO EXCEPTIONS TAKEN 0EXCEPTIONS AS NOTED 0REVISE AND RESUBMIT 0REJECTED This submittal has been checked only for general conformance to the design concept of the project and compliance with the information in the contract documents and does not relieve the contractor of responsibility for performance of the work in compliance with all provisions and requirements of the contract documents. Job measurements and coordination of all dimensions for proper fit of all parts of the work and performance of all equipment Sllpplied to meet specification requirements are, and remain , specific responsibilities of the contractor. Date 1· f '~0(5' VICTORY .. ··:_:. ·~~: ._·, <·,. ill ... , 5/r, )!~, 1-. •• 1 t~~'" 0 ....... ·_:_t-__ .,._-· .,-., ---...,_ -.• ( . / ' : ·----;-..-----. ,.....,.._..___ PRE~~ flOWEL COVEfts ill!Z~ . I I I I I I TECHNICAL SPECIFICATIONS FOR CITY OF COLLEGE STATION NORMAND DRIVE SIDEWALK PROJECT NO. ST-1418 OE JOB NO. 675.006 -PA/PB OCTOBER 2014 O'MALLEY ENGINEERS, L.L.P. BRENHAM, TEXAS TBPE NO. F-3244 TECHNICAL SPECIFICATIONS FOR CITY OF COLLEGE STATION NORMAND DRIVE SIDEWALK PROJECT NO. ST-1418 OE JOB NO. 675.006 -PA/PB OCTOBER 2014 O'MALLEY ENGINEERS, L.L.P. BRENHAM, TEXAS TBPE NO. F-3244 TABLE OF CONTENTS SPECIFICATION NUMBER B/CS Unified Specifications 013000 01 55 26 01 71 13 01 71 23 02 41 13.13 03 30 00 31 23 00 32 05 17 32 11 14 32 11 16 32 11 27 32 11 29.02 32 12 13.16 32 12 13.23 32 12 16 32 13 13 32 16 13 32 16 13.01 32 92 23 33 39 13 34 41 13 TITLE Digital Construction Pictures Traffic Control Mobilization Construction Surveying Removal of Existing Concrete Concrete Ex cavation and Embankment Asphalts, Oils , and Emulsions Flexible Base Crushed Limestone Subgrade Preparation and Compaction Reworking Base Material Rolling Tack Coat (Asphaltic) Prime Coat -Asphaltic Hot Mix Asphaltic Concrete Pavement Concrete Pavement Concrete Curb and Gutter Concrete Sidewalk Sodding for Erosion Control (Block Sodding) Manholes Signage Modifications to BICS Unified Specifications by O'Malley Engineers, LLP 01 71 23 (Modifications) Construction Surveying 33 39 13 (Modifications) Manholes Proj ect No. ST-1418 ; OE Job No . 67 5.006-PA/PB P age 1of1 R ev ise d -812 01 2 BI CS Unified Specifications SECTION 013000 DIGITAL CONSTRUCTION PICTURES (Sentences and/or paragraphs that are double underlined indicate revisions that were made from the 2009 specification.) PART 1 -GENERAL 1.1 DESCRIPTION A. The Contractor is required to photographically document site conditions prior to the start and during construction operations . Provide monthly, and within one month of the completion of work, photographs, 1200x800 pixels, 360dpi true color minimum resolution in JPEG file format showing the sequence and progress of work, devices , equipment, material and fitting installations. 1.2 MEASUREMENT AND PAYMENT A. The digital photographs serve as one of the methods of documentation of the work performed each month and the associated monthly invoice will not be processed without them. Photographs shall be provided for unrestricted use by the City. 1.3 SUBMITTALS A. Take a minimum of 20 digital photographs each week (more may be required to accurately document work). Photographs for each month shall be in a separate monthly directory with the orientation and location of the valves , manholes , pipe connections . and other appurtenances annotated on the construction drawings and the photograph. The view in each photograph shall include a sign showing the date. name oforoject. station designation. name of item being photographed. and direction camera is facing. The sign shall not block the important areas of the view and shall be legible in a three and one half inch by five inch (3-112 " x 5") mint. All prints shall show good details in both shadow and sunlit areas. Submit digital photographs and associated construction drawing with the monthly invoice on a CD-R, cumulative of all photos to date. PART 2 -PRODUCTS NIA PART 3 -EXECUTION NIA END OF SECTION Section 0 I 30 00 Digital Construction Pictures Appro ved -812 01 2 PART 1 -GENERAL 1.1 DESCRIPTION SECTION 01 55 26 TRAFFIC CONTROL BICS Unified Spec ifications A . This Specification includes the general description of the "TRAFFIC CONTROL" and the requirements of that plan. This specification applies to the furnishing of all labor, equipment, and materials and in performing all operations in connection with the "TRAFFIC CONTROL" in accordance with the plans and these specifications . 1.2 MEASUREMENT AND PAYMENT The work and materials as prescribed by this item will be paid on the followin g schedule: A. 50% of the bid value shall be paid when the traffic control plan is full y implemented, and all of the initial traffic control devices have been installed and are in working order. B. 25 % of the value will be prorated for the installation and maintenance of traffic control devices during the course of construction as a percent of the total contract value. C. 25% will be paid at the completion of construction and all traffic control devices are removed from the site. 1.3 SUB MITT ALS A. The contractor shall submit a "TRAFFIC CONTROL PLAN" or modifications to the plan provided in the construction documents prior to commencing construction . All plans must be in accordance with the Texas Manual of Uniform Traffic Control Devices requirements . No plan may be implemented until approved by the Engineer. PART 2 -PRODUCTS NIA PART 3 -EXECUTION 3.1 CONSTRUCTION METHODS A. T he "TRAFFIC CONTROL PLAN" and the installation of all devices should be continuously reviewed and updated to reflect the current stage of construction. The inspector may review minor changes ; the engineer shall review major changes. The construction foreman shall provide the current "TRAFFIC CONTROL PLAN" to the inspector upon request on the site at any time during the construction of the project. END OF SECTION Sectio n 0 1 55 26 Traffic Contro l Pl an Approve d -81201 2 BICS Unified Sp ec ifications SECTION 01 71 13 MOBILIZATION PART 1-GENERAL 1.1 DESCRIPTION: A. This item shall govern for the establishment of office and other facilities at the project site and the movement of personnel, construction equipment and supplies to the project site or to the vicinity of the project site in order to enable the Contractor to begin work on the other contract items that will be performed by the Contractor. The cost of the payment bond and performance bond on projects that cannot begin because of a closed construction season or for the convenience of the City will be considered part of the mobilization item under this contract. 1.2 MEASUREMENT AND PAYMENT A. This Item will be measured by the "Lump Sum", as the work progresses . B. Partial payments of the "Lump Sum" bid for mobilization will be as follows. The adjusted contract amount for construction items as used below is defined as the total contract amount less the lump sum bid for Mobilization. 1. Upon presentation of a paid invoice for the payment bond, performance bond and/or required insurance, the Contractor will be paid that cost from the amount bid for mobilization. 2. When 1 % of the adjusted contract amount for construction items is earned, 50% of the mobilization lump sum bid or 5% of the total contract amount, whichever is less , will be paid. Previous payments under this Item will be deducted from this amount. 3. When 5% of the adjusted contract amount for construction items is earned, 75% of the mobilization Ii.Imp sum bid or 10% of the total contract amount, whichever is less , will be paid. Previous payments under this Item will be deducted from this amount. 4. When 10% of the adjusted contract amount for construction items is earned, 90% of the mobilization lump sum bid or 10% of the total contract amount, whichever is less , will be paid. Previous payments under this Item will be deducted from this amount. 5. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the next monthly estimate cycle after the retainage estimate. PART 2 -PRODUCTS N I A PART 3 -EXECUTION N I A END OF SECTION SectionOl 711 3 Mobiliz.ation MODIFICATIONS SECTION 01 71 23 CONSTRUCTION SURVEYING The work under this item shall conform to the requirements of Technical Specification Section 01 71 23 - Construction Surveying, which follo w s in its entirety, with the following modifications . 1. SECTION 01 71 23, 1.3 MEASUREMENT AND PAYMENT Delete this section in its entirety and replace with the following: "All costs associated with surveying shall be included in the lump sum cost for mobilization/demobilization." Secti on 01 71 23 (Mod ifications) Con stru ction Surveyin g Approved -812012 BICS Unified Specifications SECTION 01 71 23 CONSTRUCTION SIJRVEYJNG PART 1 -GENERAL 1.1 DESCRIPTION This item shall govern the performance of construction staking including all labor, materials, submittals, tools and equipment necessary to perform all construction layout, control and reference staking for satisfactory completion of the project. 1.2 SURVEY REFERENCE POINTS A. Known basic horizontal and vertical control points for the Project are indicated. B . Locate and protect survey control points prior to starting site work, and preserve all permanent reference points during construction. C. Notify ENGINEER in writing within 24-hours of any survey work changes or clarifications required for Project. Secure written authorization prior to making any changes or relocations. D. Report in writing when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. E . Replace construction stakes damaged or destroyed by CONTRACTOR at no additional cost to OWNER. 1.3 MEASUREMENT AND PAYMENT Measurement and payment for this item shall be based on a lump sum for construction staking completed in accordance with these specifications and shall include all labor, materials , testing, submittals, tools and equipment necessary to complete the work as specified. Partial payments will be made for this item based on the percentage completed of the overall work, as determined by the Engineer. ---OR-- All costs associated with surveying shall be subsidiary to the various bid items. 1.4 SUBMITT ALS A. Prior to contract closeout submit: 1. Documentation to verify accuracy of survey work. 2. When required by Laws and Regulations, submit a certificate signed by a licensed professional certifying that elevations and locations of improvements conform with the Contract Documents. 3 . All survey data, survey information showing dimensions, location angles and elevations of construction are shown on contract record documents. Section 01 71 23 Construction Surveying Approved -812012 BICS Unified Specifications PART 2 -PRODUCTS Hubs shall be 1-1/2 inch x 1-112 inch x 16 inch oak and witness stakes shall be 1 inch x 1 inch x 36 inch oak or other hardwood . ---OR-- N I A PART 3 -EXECUTION 3.1 PROJECT SURVEY REQUIREMENTS A. Any work done without line and grade established by CONTRACTOR is at CONTRACTOR's own risk. B. Hubs with tacks shall be used for all control points, centerline or baseline offsets and structure stakeout and shall be accompanied by witness stakes marked with the pertinent information. For supplemental stakeout only, witness stakes alone may be used. For laser grade control and the ver ification of the laser elevation a hub with witness shall be provided . C. All staking shall be performed under the direct supervision of a Registered Public Land Surveyor licensed by the State of Texas . D. The surveyor shall submit certified cut sheets to the City Engineer within twenty (24) hours of performing staking. All stakes shall be set on an offset that will be clear of the excavation of the intended facility. All cut sheets shall identify benchmarks used, benchmark elevations , actual hub elevations , proposed elevations and cuts or fills for all entries. The Contractor and Project Representative for the City shall have cut sheets in hand prior to construction. E. If impacted during construction activities , each removed marker shall be re-established by the Contractor's surveyor. F. Minimum staking requirements are as follows : a. Rough Grade Stakes for Lot Grading -Provide stakes at all corners. b . Sanitary Sewer Lines i. Line and grade stakes shall be set every 25' for the first 100 ' out of the downstream manhole, and every 100' thereafter to the next manhole. Stakes shall be set on centerline stationing . ii. A line reference stake shall be set for each manhole location. iii. Wye locations , stationed from the downstream manhole, shall be staked and the stationing shown on the cut sheets. iv . Proposed elevations of service inverts at 15 ' past the right-of-way line or end of service shall be staked and shown on the cut sheets. v. Proposed structure top elevation and upstream and downstream invert elevations shall be shown on the cut sheets (manhole castings shall be set 0 .05' below finished street grade). c. Water Mains i. Line and grade stakes shall be set every 100 ' on centerline stationing. u. Fitting locations shall be staked and the stationing shown on the cut sheets. 2 Section 01 71 23 Co nstructi on Surveying Approved -812012 B/CS Unified Specifications iii. Line and grade stakes shall be set for all hydrants (normally, the top of the operating nut shall be set 18"-24" above the top of curb). A line reference stake shall be set for each hydrant location. IV . Proposed elevations of the tops of curb boxes shall be staked and shown on the cut sheets. Line reference stakes shall be set for curb box locations. d. Storm Sewer e. 1. Line and grade stakes shall be set every 25' for the first 100 ' out of the downstream manhole, and every 100 ' thereafter to the next manhole or catch basin . II. 111. IV . v . VI. Streets 1. 11. lll. An offset hub and line reference stake to back of curb shall be set for all catch basins and catch basin manholes. Catch basin top, invert elevations, manhole top elevation and upstream & downstream invert elevations shall be shown on the cut sheets . Line and grade shall be set every 25 ' from the downstream structure for all drain tile. Wye locations, cleanouts stationed from downstream structure shall be staked. An offset hub and line reference stake to end of drain tile service stub. Set stakes to roadway centerline and edge of pavement at 50' intervals, all grade breaks, and at '/.i points on vertical curves for roadway subgrade. When centerline stakes are set for grading subgrade, cut sheets shall be provided (unless blue tops are set). Set stakes at finish rock grade at 50 ' intervals on center of the roadway. For roadways with a raised median island, stakes are required for the roadway on each side of the median. IV. Line and grade stakes shall be set every 25' and for all begin, mid and end rad points at all street intersections. v . Set stakes at 25 ' intervals, at BC and EC for all curvilinear alignment and at midpoint of curb returns. v1. Cut sheets shall be provided for all curb and gutter construction. f. Retaining/Sound Walls 1. Set stakes at 50' intervals on centerline stationing. At all top and bottom of steps in the footing and wall . END OF SECTION 3 Section 01 71 23 Construction Surveying Approved -812012 PART 1 -GENERAL 1.1 DESCRIPI'ION SECTION 02 41 13 .13 REMOVAL OF EXISTING CONCRETE BICS Unified Specifications A. This item shall consist of breaking up , removing and satisfactorily disposing of existing pavement along the right-of-way or at locations shown on the Plans. 1.2 MEASUREMENT AND PAYMENT A. Existing pavement, concrete sidewalk and driveways, removed as prescribed above will be measured by the square yard in its original position, regardless of its thickness or the depth of covering. B. Existing combined concrete curb and gutter and concrete curb , removed as prescribed above, will be measured by the linear foot in its original position, regardless of its thickness or the dimensions of same. C. The work performed as prescribed by this item and measured as provided under "Measurement", will be paid for at the unit price bid for "Removal of Existing Concrete" (of the type specified), which price shall be full compensation for breaking up of the concrete, loading, hauling, unloading and satisfactorily storing or disposing of the material. Payment shall include all labor, tools and equipment to complete the work. Payment will not be made for unauthorized work. PART 2 -PRODUCTS NIA PART 3 -EXECUTION 3.1 CONSTRUCTION METHODS A. Existing pavement (with or without bituminous top), sidewalk, driveway, curb, or combined curb and gutter shall be broken up into pieces not greater than eighteen (18) inches in any dimension by air-driven machinery or other suitable means. The use of explosives will not be permitted. B. Where only a portion of the existing concrete is to be removed, special care shall be exercised to avoid damage to that portion of the concrete to remain in place. The existing concrete shall be cut to the neat lines shown on the Plans or established by the Engineer. Any existing concrete beyond the neat lines so established which is damaged or destroyed by these operations shall be replaced at the Contractor's expense. C . Existing pavement, which is to be removed, shall be loaded, hauled and neatly stored at designated sites , or otherwise disposed of as directed by the Engineer. Work performed under this item shall be inaugurated at such times and prosecuted in such manner as to cause minimum inconvenience to traffic or to the owners of adjacent property . END OF SECTION Section02 41 13.13 Removal of Existing Concrete I R evised -812012 BICS Un ifie d Specifications SECTION 03 30 00 CONCRETE (Sentences and/or paragraphs th at are double underlined indicate revisions that were made from the 2009 specification.) PART 1 -GENERAL 1.1 DESCRIPTION A. This specification shall govern for Portland cement concrete to be used in concrete pavement, concrete structures and other concrete construction. All concrete shall be from a NRMCA certified plant. 1.2 MEASUREMENT AND PAYMENT A . In general and unless otherwise specified, no separate payment will be made for concrete as an item. The cost of concrete including all materials and equipment, furnishing and placing all reinforcing steel, and performing all labor for the manufacturing, transporting, placing, finishing, and curing of concrete will be included in the unit price bid for specific items as set forth in the Proposal. Payment will not be made for unauthorized work. 1.3 SUBMITT ALS List of Admixtures proposed Concrete Mix Designs and three sets of tests on the mix designs submitted. Certification for cement confomiance to specification Test reports for all required concrete tests Mill report/Certifications for all Reinforcing Bar. Material Data on Control, Expansion and Contraction Joint materials and sealants . Provide a current NRMCA plant certification PART 2 -PRODUCTS 2 .1 · MATERIALS A. PORTLAND CEMENT: Cement shall be Type I, II or ill Portland Cement conforming to ASTM Cl 50, or Type IA , IIA or IIIA, conforming to ASTM Cl 75 except as noted below. 1. Different types of cement, as prescribed above may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. 2. Type ill cement shall not be used when the anticipated air temperature for the succeeding 12 hours will exceed 60 ° F. B . FLY ASH: Fly Ash shall be Type C or F Fly Ash in accordance with ASTM C618 . When fly as h is used, "cement" shall be defined as "cement plus fly as h ". "Cement plus fly ash" shall be composed of Type I, II or ill Portland cement up to 25 percent fl y ash by wei ght of cementitious materials . Section 03 30 00 Concrete Revised -812012 BI CS Unified Specifications C. AGGREGATE: 1. Concrete aggregate shall conform to all requirements of Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges (2004) Section 421.2 E 1, 2 and 3, and ASTM C33. 2. The maximum size of aggregate shall not be larger than one-fifth of the narrowest dimension between forms of the member for which concrete is to be used nor larger than three-fourths of the minimum clear spacing between reinforcing bars. D. WATER: Water for use in concrete and for curing shall be from municipal supplies approved by the Texas Commission on Environmental Quality and Texas Department ofHealth or shall have a maximum concentration of50.000 ppm oftotal suspended sol ids according to AASHTO T26 for quality of water and conform to ASTM 1602 -Standard Specification for Mixing Water Used in the Production of Hvdraulic Cement Concrete. E . REINFORCING STEEL: 1. The reinforcing steel shall be Grade 60 . 2 . Steel reinforcing bars as required, shall be of the type and size as shown on Plans and shall be open hearth new billet steel of structural, intermediate, or hard grade, or shall be rail steel concrete reinforcement bars . All steel shall be bent cold. 3. New billet steel shall conform to the requirements of the Standard Specifications for Billet-Steel Concrete Reinforcement Bars, ASTM Designation A-15. 4. When fabricated steel bar or rod mats are specified, the mats shall meet the current requirements of specifications for Fabricated Steel Bar or Rod Mats for Concrete Reinforcement ASTM Designation A-184. 5. Jn the event reinforcing bars manufactured outside of the Continental United States or its territories are used, two sets oftests from an independent testing laboratory acceptable to the Engineer shall be submitted showing that the steel meets the ASTM Standards for tensile strength, phosphorus content, bend, deformations and such other requirements outlined in the ASTM Standards for the grade used. These tests shall be made by and independent testing laboratory at the Contractor's expense and shall be submitted for each 25 tons of steel supplied from each individual mill . 6. At the time of placement in the concrete, reinforcing steel shall be free of dirt, loose rust, mill scale, paint, grease, oil or other deleterious materials that would impair the bonding of the concrete to the steel. 7. Reinforcement shall be accurately positioned and, unless otherwise shown or specified, shall be secured against displacement by using at intersection, annealed iron wire ofnot less than No. 18 gauge or suitable metal clips. It shall be supported by plastic or metal chairs or spacers. In general, reinforcement shall be placed, spliced, lapped, located, etc ., in accordance with the recommendations of the Concrete Reinforcement Steel Institute or Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges (2004) Section 440. 2 Section 03 30 00 Concrete Revised-81201 2 8. BICS Unified Specifications Under no circumstances shall reinforcing steel or dowel bars be "stabbed" into fresh concrete. When reinforcing steel or dowel bars are required to extend beyond the slip- forrned surface, holes shall be drilled and the steel shall be epoxyed into place using a pre- approved epoxy. F . STORAGE OF MATERIALS: 1. All cement, fly ash and mineral filler shall be stored in well-ventilated weatherproof buildings or pre-approved bins , which will protect them from dampness or absorption of moisture. 2 . The method of handling and storing concrete aggregates shall prevent contamination with foreign materials. To assure uniform concrete, aggregate stockpiles shall be maintained at reasonably uniform moisture content. 2.2 TESTING REQUIREMENTS A. CONCRETE QUALITY AND ALLOWABLE STRESSES 1. Concrete Quality: Concrete mixes will be designed and made in sufficient number to represent the required water-cement ratios. These mixes shall comply with the requirements prescribed for strength and consistency as shown below. The Contractor shall furnish the results on trial mixes from a testing laboratory pre-approved by the Engineer. Minimum Minimum Maximum Compressive Cement Water General Usage Strength, psi Content Content at28 days Sack/cubic Gal/sack of yard cement 1,500 3.0 11.0 Rip rap 3 ,000 4 .5 6 .0 Drilled Pier, Inlets ; Manholes; Headwalls ; Sidewalks; Driveways; 3,500 5.0 6 .0 Concrete Pavement; curb and gutters 4 ,000 5.5 5 .0 Bridge slab; Culverts The slump of concrete mixtures shall be within the following limits when measured according to "Test for Slump of Portland Cement Concrete" (ASTM C142). When admixtures are used to increase the workability, the mix design shall indicate the slump before and after its introduction into the mix . 3 Section 03 30 00 Concrete Revised -812012 BICS Unified Specifications COMPRESSIVE MAXIMUM SLUMP TYPE OF CONSTRUCTION STRENGTH OF CONCRETE, psi (before admixtures) Concrete Pavement 3 ,500 3" Curb and Gutter 3,500 3" Sidewalk 3 ,000 5" Drilled Piers 3,000 7" Thin Walled Sections {9 " or less) 3 ,000 5" Thick Walls By Special Des ign B. TESTS ON CONCRETE 1. During the progress of the work, compression test specimens shall be made and cured in accordance with "Standard Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Field" (ASTM C3 l ). Not less than three specimens shall be made for each test, nor less than one test for each 50 cubic yards or fraction thereo f of concrete placed or for each day 's pour. These tests shall be made by an independent testing laboratory at the Owner's expense. 2. Specimens shall be tested in accordance with "Standard Method of Test for Compressive Strength of Molded Concrete Cylinders" (ASTM C39). 3. The standard age oftest shall be 7 days and 28 days . 4. If the average strength of the control cylinders for any portion of the structure falls below the specified compressive strength, the Engineer shall have the right to order changes in the proportions or the cement content for the remaining portion of the structure. If the concrete minimum 28 day strength is not achieved the Engineer shall have the right to order its removal. 5. An air-entraining admixture may be used with Type I, II, or III Portland Cement in lieu of an Air-Entraining Portland Cement. The admixture shall meet the requirements of "Specifications for Air-Entraining Admixtures for Concrete" (ASTM C260). Concrete produced from either Type IA, IIA, or IIIA cement or the use of air-entraining admixtures shall have an air content from 3 to 5 percent when determined by means of the test for air- content, ASTM C23 l. C . TEST CYLINDERS Preparation of test cylinders and tests on concrete cylinders shall be made at the expense of the Owner. The cost of all failed tests shall be charged to the Contractor. PART 3 -EXECUTION 3.1 CONSTRUCTION METHODS A. PREPARATION OF EQUIPMENT AND PLACE OF DEPOSIT: 4 Secti on 03 30 00 Concrete Revised-81201 2 1. 2. BICS Unified Specifications Before placing concrete, all equipment for mixing and transporting the concrete shall be cleaned. All debris shall be removed from the place to be occupied by the concrete. Water shall be removed from place of deposit before concrete is placed unless otherwise permitted by the Engineer. B. MIXING OF CONCRETE 1. The concrete shall be mixed until there is a uniform distribution of materials and shall be discharged completely, before the mixer is recharged. 2 . For job-mixed concrete, the mixer shall be rotated at a speed recommended by the manufacturer. Mixing shall be continued at least one (1) minute after all materials are in the mixer. Job-mixed concrete shall be rejected and disposed of as directed if not placed as prescribed within thirty (30) minutes after beginning of mixing . Job-mixed concrete is only allowed with written approval from the City Engineer 72-hours prior to the pour. 3. Ready-mixed concrete shall be measured, mixed and delivered in accordance with the requirements set forth in "Standard Specifications for Ready-Mixed Concrete" (ASTM C- 94 ). C . CONVEYING 1. Concrete shall be conveyed from the mixer to the place of final deposit by methods which will prevent the separation or loss of the materials. 2. Equipment for chuting, pumping, and pneumatically conveying concrete shall be of a size and design to insure a continuous flow of the concrete at the delivery point, without separation of the materials. D. TRANSPORTATION EQUIPMENT Transportation of concrete mixed completely in a stationary mixer, from the mixer to the point of placement, shall be by truck agitator, or in a truck mixer operating at agitator speed, or in non-agitating equipment conforming to ASTM Standard C-94 except as modified herein. Truck agitators , truck mixers, and non-agitating equipment shall be capable of delivering concrete without segregation in transit. Slump tests of individual samples taken at approximately the one-quarter and three-quarter points of the load during discharge shall not vary by more than 1 inch. Vehicles transporting concrete mixed partially or completely in stationary mixers shall be equipped with discharge chutes or other devices when operating outside of the prepared sub grade, or shall be supplemented by additional transfer equipment capable of discharging or transferring the concrete from the transporting vehicle to its final position in the form without segregation. E. FACILITIES FOR SAMPLING Suitable facilities shall be provided for readily obtaining representative samples of aggregate from each of the bins or compartments for test purposes . Suitable facilities shall be provided for obtaining representative samples of concrete for uniformity tests. All necessary platforms , tools, and equipment for obtaining samples shall be furnished by the Contractor. 5 Section 03 30 00 Concrete Revised -812 01 2 BICS Unified Sp ec ifications F. PLACING CONCRETE 1. The Contractor shall give the Engineer a minimum 24 hours advance notice before placing concrete to permit the inspection of forms , reinforcing steel placement and other preparations. 2. Concrete placement will not be permitted when impending weather conditions would impair the quality of the finished work. 3. Transporting Time: The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall conform to the requirements below: Concret e Temp Max Time Max Time (at point of placement) (No Retarding Agent (with Retarding Agent) Minutes) Minutes Non-Agitated Concrete Above 80 F 15 -30 80 F and Below 30 45 Agitated Concrete Above 90 F 45 75 Above 75 F thru 90 F 60 90 75 F and Below 90 120 4. All forms , sub grade and steel shall be dampened before placement of concrete to assist with retaining moisture in the concrete. 5. Cold Weather Precautions : Concrete shall not be placed when the ambient temperature is below 40° F and falling. Concrete may be placed when the ambient temperature is above 35 ° F and rising, the ambient temperature being taken in the shade and away from artificial heat. Concrete shaJI not be placed when the forecast predicts 72 continuous hours of temperatures Jess than 32° F. The Contractor shall have available a sufficient supply of pre-approved cotton mats, polyethylene sheeting or other pre-approved covering materials to immediately protect concrete if the air temperature falls to 32° F, or below, before concrete has been in place for less than four (4) hours. Such protection shall remain in place during the period the temperature continues below 32° F, or for a period ofnot more than five (5) days. Neither salt nor other chemical admixtures shall be added to the concrete to prevent freezing. The Contractor shall be responsible for the quality and strength of concrete under cold weather conditions and any concrete damaged by freezing shall be removed and replaced at the Contractor 's expense. The surface of all concrete in bents, piers, culvert walls , retaining walls, bottom of slabs, and similar formed concrete shall be maintained at 40° F or above for a period of72 hours from the time of placements . The temperature of all concrete, including the bottom slabs (footings) of culverts placed on or in the ground, shall be maintained above 32° F for a period of72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such coverings with artificial heating. 6 Section 03 30 00 Concrete I R evised -812012 6. BICS Unified Specifications Warm Weather Precautions The following precautions shall be taken in placing, curing, and protecting the concrete when local weather records show that the maximum daily temperature is likely to exceed 95° F. The forms and the subgrade, subbase or base course shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete exceed 95° F when deposited on the subgrade, subbase or base course. The temperature of the concrete shall not exceed 85° F for bridge slabs or in the top slab of direct-traffic culverts. The aggregates and/or mixing water will be cooled as necessary to maintain the concrete temperature within the specified maximum. Concrete shall be placed in the forms continuously and rapidly at a rate of not less than 100 feet of paving lane per hour . The surface of the newly laid pavement shall be kept damp by means of a water fog or mist applied with pre-approved spraying equipment until the pavement is covered by the pre- approved curing medium. 7. Concrete shall be deposited as nearly as practicable in its final position to avoid segregation due to rehandling or flowing. The deposition shall be at a rate that allows the concrete to be plastic at all times and permits flow readily into the space between the rebar. Retempered concrete shall not be used and concrete shall not have a free fall of more than five (5) feet , except in the case of thin walls such as in culverts or as specified in other items. Any hardened concrete spatter ahead of the plastic concrete shall be removed. 8 . Concrete deposition shall be a continuous operation until completed at the panel or section. Cold joints in a monolithic placement shall be avoided. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogeneous mass with the previously placed concrete. Not more than one (1) hour shall elapse between adjacent or successive placements of concrete. 9 . Concrete shall be thoroughly consolidated and vibrated in the forms with pre-approved mechanical vibrators of a type considered in the design of forms . . G. FINISHING 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 and beams, and • vertical and bottom surfaces of interior concrete beams or girders . An ordinary surface finish shall be 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 pre-approved. Repair large areas using concrete as directed or pre-approved. • Clean and fill holes or spalls caused by the removal of form ties, etc., with latex grout, cement grout, or epoxy grout as pre-approved. Fill only the holes . Do not blend the 7 Section 03 30 00 Concrete Revise d -8120 12 BICS Unified Specifications 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. Finish of Bridge Slabs and related features shall be in compliance with TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges (2004) Section 420.4. F. CURING The concrete shall be kept wet by spraying with water after attaining its final set and before removing the forms . Bottom forms supporting floor or roof slabs shall remain in place for not less than seven (7) days. The concrete shall have attained a compressive strength of not less than 2,000 psi prior to removal of bottom forms . All other forms may be removed twenty-four hours after completion of concrete placement, providing the weather has allowed the concrete to attain its final set in less than five (5) hours. The forms shall be left on for forty-eight (48) hours whenever the temperature of the air in the shade during pouring is 90° For over. Curing shall be continued for five days after placement of concrete . This may be done with wet mats, with two applications of Type I (White in color) Liquid-Membrane-Forming Compound meeting requirements of ASTM C309, or with waterproof curing paper meeting the requirements of ASTMC171. G. CONSTRUCTION JOINTS Construction joints will be made only at locations shown on the Plans unless written permission is granted by the Engineer to make additional joints. 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. The surface is to be dampened just prior to casting of concrete against thejoint. END OF SECTION 8 Section 03 30 00 Co ncrete I Approved -812012 PART 1-GENERAL 1.1 DESCRIPTION SECTION 31 23 00 EXCAVATION AND EMBANKMENT BI CS Unified Specifications A. This Section includes providing all labor, materials, tools, and equipment necessary for excavation and embankment construction to the lines , grades and cross sections indicated in the Drawings or as directed by the ENGINEER. 1.2 MEASUREMENT AND PAYMENT A. This item will be measured by the cubic yard. Cubic yards will be measured by the difference between the surveyed original grades and the final grades. Measurements will include all authorized excavation below grade, which are not attributed to the Contractor's carelessness, in the opinion of the Engineer. B. The prices bid shall be full compensation for furnishing all materials, tools, equipment, pre- and post-grade surveys and incidentals necessary to complete the work. Payment will not be made for borrow material that is not suitable to use in embankments. Payment for unauthorized work will not be made. C. All work required for the disposal of waste, including hau~ and for the salvage, utilization in the work and disposal of salvageable materials, will not be paid for directly but shall be considered a part of "Excavation and Embankment" and included in the unit price bid for this item. Payment will not be made for unauthorized work. 1.3 SUBMITTALS A. All material to be imported to the site shall be sampled at its original location and tested for acceptability. This testing shall be provided by the contractor at no expense to the owner. B. A list of all compaction equipment to be utilized shall be submitted for approval prior to equipment arriving on site. PART 2 -PRODUCTS 2.1 MATERIALS A. EXCAVATION 1. All excavation shall be unclassified excavation, and shall consist of excavation and disposal of all materials, of whatever character, encountered in the WORK. B. EMBANKMENT 1. 2. Material shall consist of soil native to the work site, with or without stone or conglomerate, of a suitable quality to secure a well bonded course. Imported material shall consist of soil hauled to the work site for use in embankment operations. Material for embankment shall be free of vegetation, wood, organic material, trash, bricks, broken concrete, piping, rubble, or other objectionable material. Material sources shall be selected to eliminate the introduction of hazardous materials into the work site. Section 31 23 00 Excavation and Embankment Approved -812012 BI CS Unified Specifications C. SELECT MATERIAL 1. Material shall have a Plasticity Index between 4 and 20 and meet all other requirements of this specification. 2.2 TESTING REQUIREMENTS A. All embankment material placed shall be tested. Unless otherwise shown on the plans, material placed for the benefit of roadway construction shall be compacted as follows: B. Structural areas (roadways , slabs, sidewalks, detention pond berms, and all areas within 5 feet of any of these) shall be compacted to 95% of the maximum dry density as determined by the Standard Procter Density Test (ASTM D698) at a moisture content between optimum and +4% wet of optimum moisture content. C. Non-structural areas (as shown on plans) shall be compacted to 90% of the maximum dry density as computed by the Standard Procter Density Test (ASTM D698) at a moisture content between optimum and +4% wet of optimum moisture content. D. Tests shall be taken at a minimum of one test per every 4000 square feet of embankment per every 12" of depth . Additional tests shall be conducted at the engineer's reques t. All tests meeting these requirements shall be paid for by the owner. The cost of all tests failing these requirements shall be deducted from payment for this item. PART 3 -EXECUTION 3.1 EXCAVATION A. All project excavation shall conform to the requirements of this specification. The completed roadway shall conform to the established alignment, grades and cross sect ions. B. Clearing and grubbing in excavation areas must be completed prior to beginning excavation operations. C. Topsoil shall be removed and stockpiled for reuse on the proposed surface. Topsoil in excess of what may be used on the finished surface shall be removed from the site by the contractor at no add itional charge. Topsoil shall be assumed to be 6" deep, but shall be excavated deep enough to remove all roots and other organic material. Contractor shall first check with City to determine if the City would like to stockpile the topsoil. D. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer. Unsuitable roadway excavation and excavation in excess of that needed for cons truction shall be known as "Waste" and shall become the property of the Contractor to be disposed of at a location approved by the Engineer. E . If "Waste" material is to be placed oh property owned by a third party, the City will need a letter from the third party stating acceptance of such fill. Fill will not be allowed in 100- year floodplain without approved permits. F . Waste areas shall be uniformly graded to drain, with the outer limits feathered to blend with the existing ground . Waste areas shall be seeded, capped with suitable material, or otherwise protected from long-term erosion. 2 Section 31 23 00 Excavat ion and Embankment Approved -8120 I 2 BI CS Unified Specifications G. During construction, the roadbed and ditches shall be maintained in a condition to insure proper drainage at all times . Ditches and channels shall be constructed and maintained to avoid damage to the roadway section. H. Gravel or base material on all existing streets shall be salvaged and used to tie-in new construction with existing unpaved streets and gravel and flexible pavement driveways. Driveways will be adjusted to provide smooth connections to new construction and shall be restored to a condition equal to or better than that existing before work began. All salvageable asphalt, gravel or rock base material not used in the work shall remain the property of the city. Such unused materials, as designated by the Engineer, shall be hauled to the city stockpile or to other stockpile locations designated by the Engineer and closer to the project than the site above. 3.2 EMBANKMENT A. Prior to placing any embankment, all Clearing and Grubbing operations shall have been completed on the excavation sources and areas over which embankment is to be placed. B. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly compacted by approved methods before commencing embankment construction. The surface of the ground, including plowed loosened ground, or surface roughened by erosion or otherwise, shall be restored to approximately its original grade by blading or other methods. Where indicated on Plans or required by the Engineer, the ground surface thus prepared shall be compacted by sprinkling and rolling. C. Unless otherwise indicated on the Plans the surface of all unpaved areas, other than rock, which are to receive embankment shall be loosened by scarifying or plowing to a depth of not less than four (4) inches . The loosened material shall be re-compacted with the new embankment as hereinafter specified. D. Where indicated on Plans or directed by the Engineer, the surface of hillsides to receive embankment shall be loosened by scarifying or plowing to a depth of not less than four ( 4) inches, or cut into steps before embankment materials are placed. The embankment shall then be placed in layers, as hereinafter specified, beginning at the low side in part width layers and increasing the widths as the embankment is raised. The material which has been loosened shall be re-compacted siniultaneously with the embankment material placed at the same elevation. E. Layers of embankment may be formed by utilizing equipment which will spread the material as it is dumped, or they may be formed by being spread by blading from piles or windrows dumped from excavating or hauling equipment in such amounts that material is evenly distributed. F. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position. All such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking, or similar methods . G. Water required for sprinkling to bring the material to the moisture content necessary for maximum compaction shall be evenly applied. It shall be the responsibility of the Contractor to secure uniform moisture content throughout the layer by such methods as may be necessary. When water is required to achieve the required moisture content, the water must be from a source which does not contain any hazardous materials. Water removed from natural sources (ponds, lakes, rivers ... ) shall not impact any endangered species. Potable water sources shall be metered and paid by the contractor. 3 Section 31 23 00 Excavat ion and Embankment Approved -812 0 I 2 B I CS Unified Specifications H. Where embankments are to be placed adjacent to or over existing roadbeds, the roadbed slopes shall be plowed or scarified to a depth of not less than six (6) inches and the embankment built up in successive layers , as hereinafter specified, to the level of the old roadbed before its height is increased. Then, if directed , the top of the old roadbed shall be scarified and re-compacted with the next layers of the new embankment. The total depth of the scarified and added material shall not exceed the permissible depth of layer. I. Trees, stumps, roots, vegetation, or other unsuitable materials shall not be placed in embankment. J. Except as otherwise required by the Plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the roadbed, unless otherwise specified, each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the center line of the roadbed to the outside. Super elevated curves will require that each layer shall be constructed to conform to the super elevation required by the governing standard. K. Embankments shall be constructed to the grade established by the Engineer and completed embankments shall correspond to the general shape of the typical sections shown on the Plans. Each section of the embankment shall correspond to the detailed section or slopes established by the Engineer. After completion of the roadway, it shall be continuously maintained to its finished section and grade until the project is accepted. 3.3 EARTH EMBANKMENTS A. Earth embankments shall be defined as those composed principally of material other than rock, and shall be constructed of accepted material from approved sources. B. Except as otherwise specified, earth embankments shall be constructed in successive layers for the full width of the individual roadway cross section and in such lengths as are best suited to the sprinkling and compaction methods utilized. C . Layers of embankment may be formed by utilizing equipment which will spread the material as it is dumped, or they may be formed by being spread by blading from piles or windrows dumped from excavatin_g or hauling equipment in such amounts that material is evenly distributed. D . No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position. All such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking, or similar methods. E. Water required for sprinkling to bring the material to the moisture content necessary for maximum compaction shall be evenly applied. It shall be the responsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. F . All earth cuts, full or part width cuts in side hill which are not required to be excavated below sub-grade elevation for base and backfill, shall be scarified to a uniform depth of at least six (6) inches below grade. The material shall be mixed and reshaped by blading and then sprinkled and rolled in accordance with the requirements outlined above for earth embankments and to the same density as required for the adjacent embankment. 3.4 COMP ACTION A. Each layer shall be compacted to the required density by suitable equipment. 4 Section 31 23 00 Excavation and Embankment Approved -812012 BI CS Unified Specifications B . The depth of each layer, prior to compaction, shall not exceed that depth which will produce six (6) inch compacted thickness. Prior to and in connection with, the compaction operation each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction of the entire layer. C. For each layer of earth embankment and select material, it is the intent of this Specification to provide the density as required herein, unless otherwise shown on the Plans. Embankment soils shall be sprinkled as required and compacted to the extent necessary to provide not less than ninety-five (95) percent of the density as determined in accordance with Texas Highway Department Test Method Tex-113-E. Field density determinations will be made in accordance with approved methods. D. When the Contractor states that each layer of earth embankment or select material is complete and ready for the next layer, tests as necessary will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. E . Should the sub-grade, due to any reason or cause, lose the required stability, density, or finish before the pavement structure is placed, it shall be re-compacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the sub-grade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. Excessive loss of moisture shall be construed to exist when the sub-grade soil moisture content is more than four ( 4) percent below the optimum for the density specified. F . In addition to the requirements in the Roadway Excavation item of the Specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on Plans, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. 3.5 PROOF ROLLING A. Prior to the placement of any material on native earth, the area shall be proof rolled. The native soil shall be rolled with sufficient intensity to bring out weak spots in the sub-grade which would otherwise fail during the construction process. The proof rolling shall be completed with equipment weighing at least 20 tons with tire pressures at least 50 and no more than 150 psi. A minimum of two coverage's of the proof roller will be required each succeeding trip of the proof roller shall be offset by not greater than one tire width. Rollers shall be operated at speed between 2 and 6 miles per hour. Areas failing this test shall be excavated to a depth not to exceed two feet and horizontally ten feet beyond the failed area in all directions. Earth removed from this area may be replaced, stabilized, or "dried out" at the discretion of the engineer. No additional payment will be made for proof rolling prior to placement of embankment. END OF SECTION 5 Section 31 23 00 Excavation and Embankment Approved -812012 PART 1 -GENERAL 1.1 DESCRIPTION SECTION 32 05 17 ASPHALTS, OILS AND EMULSIONS BICS Unified Specifications A. This item establishes the requirements for oil asphalts, cut-back asphalts, flux oils, and emulsified asphalts to be used. 1.2 MEASUREMENT AND PAYMENT A. Asphalts, Oils and Emulsions will be paid for in accordance with the goverrung Specifications for the item(s) of construction in which they are used. PART 2 -PRODUCTS 2.1 MATERIALS A. Terms relating to oil asphalt shall be as defined in the current "Definition of Terms Relating to Materials for Roads and Pavements", A.S.T .M. Designation D-6. B. The asphaltic material shall be of the grade and type shown on the Plans and/or otherwise specified, and shall meet the following requirements: 1. Oil Asphalt: The material shall be homogeneous, shall be free from water, shall not foam when heated to 347° F., and shall meet the following requirements: TYPE-GRADE OA-55 OA-65 OA-75 OA-90 OA-135 OA-175 Min-Max Min-Max Penetration at 77° F., 100 gm, 5 sec. 50 -60 60-70 Ductility at 77° F., 5cm/min, ems 100 ---100 --- Flash Point C.O.C ., ° F. 450 ---450 --- Softening Point R.&B.,°F. 113-140 113-140 Loss at 325° F., 50 gm., 5 hrs.,% --0.75 --0.75 Penetration of Residue, 77° F. 100 gm, 5 sec . 30 ---40 --- Solubility in CC14, % 99.5 --99.5 -- Min-Max Min-Max 70 -85 85 -100 100 ---100 --- 450 ---450 --- 113-140 113-140 --0.75 --0.75 45 ---50 --- 99.5 --99 .5 -- Min-Max Min-Max 120-150 150-200 100 ---70 --- 450 ---450 --- 113-140 113-140 --0.75 --0.75 70 ---90 --- 99.5 --99.5 -- Section 32 05 17 Asphalts, Oils and Emu lsions Approved -81201 2 BICS Unified Specifications 2. Cut-Back Asphalt: The material shall be free from water and shall meet the following requirements: TYPE-GRADE RC-1 RC-2 MC-1 MC-2 MC-3 Min-Max Min-Max Min-Max Min-Max Min-Max Flash Point T .O .C., ° F . 80 ---80 ---80 ---150 ---150 --- Furol Viscosity at 77° F., Sec. --------------110-150 -------------- Furol Viscosity at 122° F., Sec. 100-160 200-275 --------------------- Furol Viscosity at 140° F., Sec. ---------------------150-250 300-500 The distillate shall be as follows, expressed as percent by volume of total cut-back: Off at 4 3 7o F. 12 ---10 ------10 ---2 ---2 Off at 600° F. 25 ----------25 ---10-20 8 -20 Off at 680° F. ---40 ---30 ---50 ---27 ---25 Off between 600° F. and 680° F . ----------5 ------- -------------- Tests on residue: Penetration at 77° F., 100 gm, 5 sec. 70 100 120-150 100-200 100-200 100-200 Ductility at 77° F ., 5 cm/min., ems. 100 ---100 ---100 ---100 ---100 --- Solubility in CCl 4, % 99 .5 --99.5 --99.5 --99.5 --99 .5 -- 3 . Flux Oil: Fluxing material shall be homogeneous. It shall show no separation of asphalt after thorough mixing and shall meet the viscosity requirements at any time within thirty (30) days after delivery. Furol Viscosity at 122° F ., Sec. Flash Point C .O .C ., °F. Loss on Heating, 50 gms ., 5 hrs., at 325° F., % 2 50 250 0 100 5 Secti on 32 OS 17 As phal ts, Oils and Emul sions Approved -812012 BICS Unified Specifications 4. Emulsions: The material shall be homogeneous. It shall show no separation of asphalt after thorough mixing and shall meet the viscosity requirements at any time within thirty (30) days after delivery . TYPE-GRADE EA-HVRS EA-HVMS EA-lOS EA-llM Min-Max Min-Max Min-Max Min-Max - Furol Viscosity at 77° F ., Sec . --------------30-100 30-100 Furol Viscosity at 122° F., Sec. 100-300 100-300 -------------- Residue by Distillation, % 60 ---60 ---57.5-65 57.5-65 Oil Portion of Distillate, % -----------------2 ---2 Sieve Test, % ---0 .05 ---0 .05 ---0.05 ---0.05 Miscibility (Standard Test) ----------------Passing Passing Coating ----------------Passing Passing Cement Mixing, % -------------------2 -------- Demulsibility 50 cc ofN/50 CaCl 2, % ---------------------------70 Demulsibility 35 cc ofN/50 CaCl 2, % 30 ---30 ------------------- Settlement, 5 days , % ---3 ---3 ---3 ---3 Freezing Test 3 cycles(*) ----------------Passing* Passing* Tests on residue: Penetration at 77° F ., 100 g, 5 Sec. 100-200 100-200 100-175 100-175 Solubility in CCI 4, % 97 .5 ---97 .5 ---97.5 ---97.5 --- Ductility at 77° F., 5 cm/min., ems. 40 ---40 ---40 ---40 --- (*) Applies only when Engineer designates material for winter use. 2.2 TESTING REQUIREMENTS A. The properties enumerated herein for Asphalts, Oils and Emulsions shall be determined in accordance with the applicable current A.A.S.H.O. methods except where otherwise specified. 3 Section 32 05 17 Asphalts, Oils and Emul sions Approved -812012 BI CS Unified Specifications PART 3 -EXECUTION 3.1 GENERAL Oil Asphalts, Cut-Back Asphalts , and the temperatures which provide optimum fluidity for uniform and easy application. No Rapid Curing Cut-Back Asphalt shall be applied at a temperature in a temperature in excess of 275° F. Recommended application temperature ranges for the types and grades of asphalts are as follows: TYPE GRADE APPLICATION TEMPERATURES Minimum Maximum Oil Asphalts -All Types All Grades 275° F 375°F Cut-Back Asphalts -Rapid Curing RC-1 80° F 150° F RC-2 100° F 175° F Cut-Back Asphalts -Medium Curing MC-1 70°F 150° F MC-2 100° F 200°F MC-3 175° F 250°F Emulsified Asphalts -All Types All Grades 50° F 140°F All asphaltic materials which have been heated above 400° F. will be rejected. END OF SECTION 4 Section 32 05 17 Asp halts, Oils an d Emul sions Approved -81201 2 B/CS Unified Sp ecificatio ns SECTION 32 11 14 FLEXIBLE BASE CRUSHED LIMESTONE PART 1 -GENERAL 1.1 DESCRIPTION A. This item shall consist of a base course composed of crusher-run broken limestone. The base shall be constructed as specified in one or more courses in conformity with the typical section shown on the Plans, and to the line and grades established by the Engineer. 1.2 MEASUREMENT AND PAYMENT A. Payment for flexible base will be made at the unit price bid in the Proposal. The price shall include preparing and rolling the sub-grade, furnishing and placing the base material, all royalty and freight , hauling and delivery on the street, spreading, shaping, dragging, sprinkling or drying, compacting and finishing ; for all manipulation, labor, tools and incidentals necessary to complete the work. Payment will not be made for unauthorized work. 1.3 SUBMITTALS A. The Contractor shall furnish the Engineer with two copies of all test results performed by a pre-approved independent testing laboratory. The documentation shall be specifically for the material that is to be used on the project. PART 2 -PRODUCTS 2.1 MATERIALS A. The material shall meet the material requirements of TX DOT 24 7, Type A, Grade 1. The Contractor shall be responsible for insuring that all materials delivered at the job site meet the specifications. The Engineer may require testing or retesting by an acceptable independent testing laboratory of any materials submitted. If this testing indicates the material to be unsatisfactory, the Contractor shall be required to pay for those tests, as well as supply materials which comply with said specifications. The material shall be obtained from pre-approved sources at the time of submittal, shall be crushed, and shall consist of durable particles of stone mixed with pre-approved binding materials. Unless otherwise specified on the Plans the processed material shall meet the following requirements: 1. Test Requirements: The processed material shall meet the following requirements when tested in accordance with procedures as outlined in TX DOT Item 24 7. Retained on 1 3/4" sieve Retained on 7/8" sieve Retained on 3/8" sieve Retained on 4 mesh sieve Retained on 40 mesh sieve 0% 10%-35% 30% -50% 45%-65% 70%-85% Secti on 32 1 I I 4 Flexible Bas e Cru shed Limeston e Approved -812012 BICS Unified Specifications a . Liquid Limit: The portion of material passing the 40 mesh sieve shall have a liquid limit of 35 or less, in accordance with TEX-104-E. b. Plasticity Index: The portion of material passing the 40 mesh sieve shall have a plasticity index of not less than 4 nor more than 10, in accordance with TEX-I 06- E. c . Abrasion: The crushed stone shall have an abrasion loss of not more than 40% when subjected to the Wet Ball Mill Test, TEX-116-E with a maximum of 20% increase in passing the No. 40 sieve. d. Triaxial Test: The crushed stone shall have a minimum compression strength of 45 psi at 0 psi lateral pressure and 175 psi at 15 psi lateral pressure in accordance with TEX-117-E. 2.4 EQUIPMENT A. All equipment shall be adequate for the purposes intended, meeting the approval of the Engineer prior to the start of work. 2.3 TESTING REQUIREMENTS A. The Contractor shall have field densities performed on the base for review by the Engineer. These tests shall be taken at points directed by the Engineer with a maximum of one test per construction station. The City will not pay for failing tests. B. Testing for required depth will be performed upon completion of the course to the lines and grades specified. PART 3 -EXECUTION 3.1 PLACING A. The flexible base course shall be placed upon a previously approved sub-grade. Immediately before placing the flexible base material, the sub-grade shall be checked for conformance with the Plans and Specifications and any corrections as pre-approved by the Engineer shall be made. B. Material deposited upon the sub-grade shall be spread and shaped the same day. The material shall conform to the typical sections as shown on the Plans. All areas and "nests" of segregated coarse or fine materials shall be corrected or removed and replaced with well- graded material. The Contractor shall furnish and apply additional binder to the in-place materia~ if directed by the Engineer. Such binder material shall be carefully and evenly incorporated with the in-place material by scarifying, harrowing, brooming, or other pre- approved methods. 3.2 FINISHING AND COMP ACTION A. The flexible base course shall be sprinkled as required and rolled until obtaining a uniform compaction and the required density. B . Compaction of the flexible base course shall be accomplished with a pneumatic . Rolling shall continue until the base course material has been compacted to ninety five percent (95%) 2 Section 32 11 14 Flexibl e Base Crushed Limestone Approved -81201 2 BI CS Unifie d Sp ecifications of the modified density (ASTM D1557). The allowable deviation from optimum moisture content is to +4 % . C. The shape of the course shall be maintained by blading throughout the entire compacting operation. The completed surface shall be smooth and in conformance with the typical sections shown on Plans and to the established lines and grades. Completed surfaces that deviate in excess of one-fourth (114) inch in cross-section and in a length of sixteen (16) feet measured longitudinally shall be connected. D. The method of correction shall be by loosening, adding or removing material, and reshaping and recompacting by sprinkling and rolling . All irregularities, depressions or weak spots which develop shall be corrected immediately by scarifying the affected areas , adding suitable material as required, and reshaping and recompaction by sprinkling and rolling. E. When directed by the Engineer the base course may be opened to traffic. The Contractor shall direct and distribute the traffic uniformly over the entire width of the course. During the period traffic is being directed over the course, the surface shall be satisfactorily maintained by the use of blades, drags and other equipment. Maintenance operations shall continue until starting the application of the next course or the surface course. END OF SECTION 3 Section 32 11 14 Fl exibl e Base Cru shed Lim eston e Approved -81201 i BI CS Unified Specifications SECTION 32 11 16 SUBGRADE PREPARATION AND COMPACTION PART 1 -GENERAL 1.1 DESCRIPTION A. This item shall consist of scarifying, blading and rolling the sub-grade to obtain a uniform texture and a uniform density throughout the required depth as shown on the Plans . 1.2 MEASUREMENT AND PAYMENT A. When the Contractor thinks the sub-grade is ready for acceptance by the Engineer, he will have field densities performed on the sub-grade at his expense by an independent testing laboratory approved by the Engineer . These tests shall be taken at points directed by the Engineer with a maximum of one test per station of construction. These tests shall be performed by the method outlined in A.S.T.M. Designation D-698 , or an equivalent method approved by the Engineer (Balloon Density or Harris Cup). A section will be considered satisfactory as to density when no single test indicates less than 98% Standard ASTM D- 698. A written report containing the dry density, the moisture content and location of each in place sample taken shall be submitted to the Engineer. B. Payment for compacted sub-grade shall be included in the unit price bid for "Concrete Pavement", "Flexible Base" or "Compacted Sand Sub-base" as the case may be. Price will be full compensation for removing excess material, shaping, fine grading and compacting the sub-grade; for furnishing and hauling all materials, blading, shaping, rolling and finishing, and all labor, tools and incidentals necessary to complete the work except roadway excavation. Payment will not be made for unauthorized work. PART 2 -PRODUCTS NIA PART 3 -EXECUTION 3.1 GENERAL A. The roadbed shall be excavated and shaped in conformity with the typical sections shown on the Plans and to the lines and grades established by the Engineer. The entire roadway cross- section including an area two (2) feet back of the proposed curb line shall be bladed clear of vegetation and scarified as directed by the Engineer. All unstable or otherwise objectionable material shall be removed or broken off to a depth of not less than six (6) inches below the surface of the sub-grade. Holes or depressions resulting from the removal of such material shall be backfilled with suitable material compacted in layers not to exceed six (6) inches. All soft and unstable material and other portions of the sub-grade which will not compact readily or serve the intended purpose shall be removed as directed. No direct payment will be made for such removal, except where each separate spot or area requiring removal exceeds ten (10) cubic yards, in which case measurement and payment will be made as provided in the SECTION 31 23 00 -EXCAVATION AND EMBANKMENT. Section 32 11 16 Subgrade Preparation and Compaction Approved -812012 BI CS Unified Specifications B. The sub-grade shall be scarified to the depth shown on the Plans and bladed and compacted in the manner directed in the section on "Finishing and Compaction". The surface of the sub-grade shall be finished to line and grade as established, and be in conformity with the typical sections shown on the Plans. Any deviation in excess of one-half (112) inch in cross- section and in a length of sixteen (16) feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping or compacting by sprinkling and rolling. Material excavated in the preparation of the sub-grade shall be disposed of as directed by the Engineer . 3.2 FINISHING AND COMP ACTION A. The sub-grade course, including an area two (2) feet back of the proposed curb line, shall be sprinkled as required and rolled as directed until a uniform compaction and required density is obtained. Compaction of the sub-grade may be done using any of the rolling equipment outlined in SECTION 31 11 29.02 -ROLLING. However, required densities must be met. Should the Engineer feel that too much time is being required to obtain those densities he can require that a heavy pneumatic roller be applied. Rolling shall continue until the sub-grade has been compacted to ninety-eight (98) percent of the Standard Density (A.S .T .M . Method D-698). The allowab le deviation from optimum moisture content is 0 to +4%. B. Rolling shall progress gradually from the sides to the center of the lane under construction, by lapping uniformly each proceeding track by at least twelve (12) inches. C. After rolling and watering, the sub-grade shall be checked by the use of string line or instrument. All portions that do not conform to the lines and grades as shown on the Plans , shall be scarified for at least six (6) inches and re-compacted to correct elevation . D. Until the base course or pavement is placed, the sub-grade shall be maintained free from ruts and depressions , in a smooth and compacted condition true to lines and grade and to the density requirements contained herein . All of the Contractor's hauling and other equipment used in such a way as to cause rutting and raveling of the sub-grade shall either be removed from the work or suitable runways or other equivalent means shall be provided to prevent rutting. E. The Contractor shall be responsible for maintaining and protecting the roadbed for the entire length of the project. F. During construction, grading of the sub-grade shall be conducted so that the berm of earth or other material does not prevent immediate drainage of water to the side. Ditches and drains along the sub-grade shall be maintained so as to drain effectively. END OF SECTION 2 Section 32 11 16 Subgrade Preparation and Compaction I I Approved -81201 2 PART 1 -GENERAL 1.1 DESCRIPTION SECTION 32 11 27 REWORKING BASE MATERIAL BI CS Unified Sp ec ifications A. This item consists of reworking existing base material (with or without an asphaltic surface). This item also consists of the blending of new base material when specified in the Contract Documents. 1.2 MEASUREMENT AND PAYMENT A. Reworking Base Material by scarifying and reshaping or by scarifying, salvaging and replacing will be measured by the square yard of existing base or pavement in the original position. This is a plans quantity measurement and the quantity to be paid will be that shown in the proposal. No payment will be made for thickness or width exceeding that shown on the typical sections or provided by the Contract Documents. B. The bid price includes full compensation for scarifying, salvaging, mixing, spreading, blading, shaping, wetting, compacting, and finishing of new and/or existing base material and for all labor, material, tools , equipment and incidentals necessary to complete the work including warranty work performed to satisfy the guarantee. Payment will not be made for unauthorized work. C . When new base material is mixed with the existing base material, furnishing and delivery of the new base will be paid for in accordance with SECTION 32 11 14 -FLEXIBLE BASE CRUSHED STONE LIMESTONE. PART 2 -PRODUCTS 2.1 TESTING REQUIREMENTS A. A compaction curve (ASTM D 1557) shall be developed on the mixed or blended material. B. In-place field density shall be determined by Nuclear Methods (ASTM D 2922) or by Sand Cone Methods (ASTM D 1556) at locations selected by the Engineer. The frequency of tests shall be at least one every 300 lineal feet or a minimum of three (3) tests, whichever is greater. C . The base course shall be proof rolled as directed if, in the opinion of the Engineer, the blended material is non-uniform and a representative sample cannot be obtained for developing a compaction curve. PART 3 -EXECUTION 3.1 GENERAL A The work shall be performed to the width and depth specified in the Contract Documents . B. Reworking base material shall consist of either scarifying and reshaping or scarifying, salvaging and replacing existing base material as defmed below; Section 32 11 27 Reworking Base Material Approved -81201 2 BICS Unified Specifications 1. Scarifying consists of loosening and breaking the existing base material. 2. Reshaping consists of reworking the scarified in-place base material with or without additional new base material. 3. Salvaging consists of removing, saving and temporarily stockpiling, if necessary, the existing scarified base material. 4. Replacing consists of returning and reworking the salvaged base material, with or without additional new base material, on the prepared roadbed. New base material, when required, shall meet the requirements of SECTION 32 11 14 - FLEXIBLE BASE CRUSHED STONE LIMESTONE . 3.2 SCARIFYING AND RESHAPING A. The existing base, with or without existing asphaltic concrete pavement, shall be cleaned of all objectionable materials by blading, brooming or other approved methods, prior to scarifying. After cleaning, the existing material shall be scarified for its full width and de pth, unless otherwise shown on the plans. The underlying sub-grade shall not be di sturbed. The material shall be broken into pieces not more than two-and-one-half (2 1/2 ) inches in size. B. After completion of scarifying, the existing base shall be mixed and shaped to conform to the lines, grades, and typical sections shown on the Plans. C. New base material shall be placed on the existing scarified material and uniformly mixed when required by the Contract Documents. 3.3 SCARIFYING, SALVAGING AND REPLACING A. The existing base, with or without existing asphaltic concrete pavement, shall be cleaned of a ll objectionable materials by blading, brooming or other approved methods, prior to scarifying. After cleaning, the existing material shall be scarified for its full width and depth, unless otherwise shown on the plans. The underlying sub-grade shall not be disturbed. The material shall be broken into pieces not more than two-and-one-half (2 1/2) inches in size. B. The scarified material shall be removed from the roadbed . The scarified material may be salvaged by placing in temporary stockpiles or windrows until preparation of the sub-grade is complete. C. All salvaging operations shall not interfere with traffic, proper drainage or the general requirements of the work. All material to be salvaged shall be kept reasonably free of soil from the sub-grade or roadbed. D. Pr ior to replacing the salvaged material, the sub-grade shall be constructed and shaped to conform to the requirements of the Contract Documents. This work shall be done in accordance with the provisions of applicable bid items. E. The salvaged material shall be deposited on the prepared sub-grade, wetted if needed, bladed and shaped to conform to the lines, grades, and typical sections shown on the Plans or as directed by the Engineer. New base material shall be placed and uniformly mixed with the salvaged material when required by the Contract Documents. 2 Section 32 11 27 Reworking Base Material I Approved -81201 2 BI CS Unified Sp ecifications F. All areas of segregated material shall be corrected ot removed and replaced with well graded material. All salvaged material shall be kept reasonably free of objectionable materials during the replacing operations. 3.4 COMPACTION A. The reshaped or replaced material shall be wetted as required and compacted to a uniform density of not less than 95 percent of the modified density (ASTM D 1557) The allowable deviation from optimum moisture content is to +4%. B. The Contractor shall rework the base material at his expense if the material fails to meet the required density or, for any reason, loses stability and finish before the next course is placed. The method of reworking shall be by loosening, adding or removing material, and reshaping and recompacting by wetting and rolling. All irregularities , depressions or weak spots which develop shall be corrected immediately by scarifying the affected areas , adding suitable material as required, reshaping and recompacting . C . The shape of the course shall be maintained by blading throughout the entire compacting operation. The completed surface shall be smooth and in conformance with the lines , grades , and typical sections shown on Plans. The Contractor shall check the elevation by blue topping on at least fifty (50) foot centers along the centerline and curb lines. Any deviation more than one-fourth (1/4) inch from the established section and grade shall be corrected by loosening, adding or removing material, reshaping and compacting. D. The base shall be cured to the approval of the Engineer prior to placing the final surface on the completed base. The base course may be opened to traffic if allowed by the Engineer. END OF SECTION 3 Section 32 11 27 Reworking Base Material Approved -81201 2 PART 1-GENERAL 1.1 DESCRIPTION SECTION 32 11 29.02 ROLLING BICS Unified Sp ec ifications This section shall consist of the compaction of sub-grade, sub-base, base or asphaltic concrete pavements by the operation of approved power rollers, tamping rollers, or pneumatic tired rollers as herein specified and/or directed by the Engineer. 1.2 MEASUREMENT AND PAYMENT The work prescribed by this section will not be paid for directly, but shall be considered as subsidiary work pertaining to the construction of embankments sub-grade, sub-base, base and surface, as the case may be. PART 2 -PRODUCTS NIA PART 3 -EXECUTION 3.1 GENERAL A. This work shall be done only when ordered by the Engineer. The compaction shall be accomplished by the methods outlined in the SECTIONS 32 11 16 -SUB-GRADE PREPARATION AND COMPACTION, SECTION 32 11 14 -FLEXIBLE BASE CRUSHED LIMESTONE, and SECTION 32 12 16 -HOT-MIX ASPHALTIC CONCRETE PAVEMENT. Tracked or lugged equipment will not be allowed on pavements at any time. In the event indicated rollers are not sufficiently weighted, nor have sufficient tire inflation capacity to produce the required degree of compaction, additional larger sized rollers will be required at no additional expense to the city . B. Sufficient rollers shall be provided to compact the material in a satisfactory manner. 3.2 EQUIPMENT FOR SUBGRADE, SUB-BASE AND BASE A. PNEUMATIC TIRED ROLLERS: Large pneumatic tired rollers shall be of a type having five (5) or more tires, with each tire being inflated to a pressure of 100 pounds per square inch. Total weight of the unit when loaded shall not be less than twenty-five (25) tons. The load shall be equally distributed to all wheels and the tires shall be uniformly inflated. 1. Small pneumatic tired rollers shall consist of not less than nine (9) pneumatic tired wheels running on axles in such a manner that the rear group will not follow in the tracks of the forward group and mounted in a rigid frame and provided with a body suitable for ballast loading. The wheel base of the roller shall be not less than five (5) nor more than ten (I 0) feet. The front axle shall be attached to the frame in such a manner that the roller may be turned within a minimum circle. The pneumatic tired ·roller under working conditions shall have an effective rolling width of approximately sixty (60) inches. It shall be so designed that by ballast loading, the load may be Section 32 11 29.02 Rolling Approved -81201 2 BI CS Unifi ed Sp ecifications varied uniformly from a minimum of one hundred (100) to a maximum of four hundred (400) pounds per inch of width of tire tread. 2 . The tire pressure and the compression to be provided by the pneumatic roller shall be as directed by the Engineer. Pneumatic tired rollers shall be drawn by either a suitable crawler-type tractor, a pneumatic-tired tractor or a truck of adequate tractive effort, or may be of the self-propelled type and the roller when drawn or propelled by either type of equipment shall be considered a pneumatic tired roller unit. Unless otherwise directed , pneumatic tired rollers shall be operated within a speed range from two (2) to four ( 4) miles per hour. B. TAMPING ROLLERS: Tamping rollers shall consist of two (2) metal rollers, drums or shells of forty (40) inches minimum diameter. Each not less than forty-two (42) inches in length and unit mounted in a rigid frame in such a manner that each roller may oscillate independently of the other. Each roller , drum or shell shall be surmounted by metal studs with tamping feet projecting not less than seven (7) inches from the surface and spaced not less than six (6) nor more than ten (10) inches measured diagonally center to center. The cross sectional area of each tamping foot measured perpendicularly to the ax is of the stud, shall be not less than five (5) nor more than eight (8) square inches . The roller shall be supplemented with cleaning teeth to provide self cleaning . The roller shall be so designed that by ballast loading, the load on each tamping foot may be varied uniformly from one hundred, twenty-five (125) to one hundred, seventy-five (175) pounds per square inch of cross sectional area . The load per tamping foot will be determined by dividing the total weight of the roller by the number of tamping feet in one ( 1) row parallel to (or approximately so) the ax is of the roller. The compression to be provided shall be as directed by the Engineer. The tamping roller shall be drawn by suitable power equipment of adequate tractive effort. Two (2) tamping rollers , consisting of four (4) cylinders , drawn by approved power equipment shall be considered a roller unit. Unless otherwise directed, tamping roller s shall be operated within a speed range of two (2) to three (3) miles per hour. 3.3 EQUIPMENT FOR HOT MIX ASPHALTIC CONCRETE PAVEMENT A. POWER FLAT WHEEL ROLLERS: Power flat wheel rollers shall be of the three (3) wheel self-propelled type only, weighing not les s than eight (8) tons nor more than twelve (1 2) tons . Power flat wheel rollers shall be operated with a speed range from two (2) to three (3) mile s per hour and/or as directed. B. PNEUMATIC TIRED ROLLERS: Pneumatic tired rollers for hot mix asphaltic concrete pavement shall conform to the Specifications as noted above for pneumatic rollers. END OF SECTION 2 Sectio n 32 11 29 .02 Ro ll ing I I I I Approved -81201 2 PART 1 -GENERAL 1.1 DESCRIPTION SECTION 32 12 13.16 TACK COAT (ASPHAL TIC) BICS Unified Specifications A. This item shall consist of an application of asphaltic material on a completed base course, after the prime coat has sufficiently cured; or on an existing pavement ; bituminous surface and/or other approved area in accordance with these Specifications. 1.2 MEASUREMENT AND PAYMENT A. The asphaltic material for tack coat will be measured at point of delivery on the project in gallons at the applied temperature. The quantity to be paid for shall be the number of gallons used, as directed by the Engineer . B. The work performed and materials furnished as prescribed by this item will be paid for at the unit price bid per gallon for "Tack Coat". This price shall be full compensation for cleaning the surface, for furnishing , heating, hauling and distributing the tack coat as specified; for all freight involved; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. Where no pay item is provided for in the Contract Documents the work performed and materials furnished as specified by this item shall be considered as subsidiary to the appropriate bid items. PART 2 -PRODUCTS 2.1 MATERIALS A. The asphaltic material used for tack coat shall meet the requirements for cut-back asphalt or emulsified asphalt as defined in SECTION 32 05 17 -ASPHALTS, OILS, AND EMULSIONS, and as approved by the Engineer. Cut-back asphalt can be made by combining 50% -70% by volume of the asphaltic materials as specified for the type of paving mixture, with 30% -50% by volume of either gasoline and/or kerosene. B. The asphaltic material used for the tack coat may be further cut back by the addition of an approved grade of gasoline and/or kerosene not to exceed 15%, by volume, upon approval by the Engineer. PART 3 -EXECUTION 3.1 GENERAL A. Before the tack coat is applied, the surface shall be cleaned thoroughly to the satisfaction of the Engineer. The asphaltic material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated to distribute the tack coat at a rate not to exceed 0 .10 gallon per square yard of surface. Proper distribution shall be considered as applying the tack coat evenly and smoothly while under pressure as well as other specified requirements . Where the pavement mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform 1 Section 32 12 13.1 6 Asphaltic Tack Coat Approved -812 0 I 2 BI CS Unified Specifications coat of the asphaltic material used for tack coat. The tack coat shall be applied only when the atmospheric temperature in the shade is 50° For above and when the temperature has not been below 35 ° F for 12 hours immediately prior to application . The tack coat shall be rolled with a pneumatic tire roller as directed by the Engineer. During the application of tack coat, care shall be taken to prevent splattering of adjacent pavement, curb and gutters or structures. The Contractor shall be responsible for cleaning splattered areas a s determined and directed by the Engineer. END OF SECTION 2 Secti on 32 12 13.16 As phalti c Tack Co at I I Approved -812012 PART 1-GENERAL 1.1 DESCRIPTION SECTION 32 12 13.23 PRIME COAT-ASPHALTIC BI CS Unified Specifications A. This item shall consist of the application of asphaltic material on the completed base course in accordance with these Specifications . 1.2 MEASUREMENT AND PAYMENT A. This item will not be considered a separate cost item . Cost for work herein specified, including the furnishing of all materials, equipment, tools , labor and incidentals necessary to complete the work shall be included in the unit price bid for Hot Mix Asphaltic Concrete. 1.3 SUB MITT ALS A. Supplier and Material Safety Data Sheet. PART 2 -PRODUCTS 2.1 MATERIALS A. The asphaltic material used for the prime coat shall be MC-30 or RC-250 . It shall meet the requirements of Texas Department of Transportation Specification 2004 Item 300 "Asphalts, Oils, and Emulsions ". 2.2 TESTING REQUIREMENTS A. If requested by the Engineer, the Contractor shall produce the calibration papers and certifications for the distributor being used on the project. PART 3 -EXECUTION 3.1 GENERAL A. The following construction methods shall be used when applying asphaltic material: 1. SURFACE PREPARATION: The surface shall be cleaned by sweeping, brooming or other approved methods when the base is satisfactory to receive the prime coat in the opinion of the Engineer. ' 2. PRIME COAT: Prime coat shall not be applied when the atmospheric temperature is below 60 °F and falling. However, it may be applied when the temperature is above 50 °F and rising. The temperature determination shall be made by taking the temperature in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions are not suitable in the opinion of the Engineer. 1 Section 32 12 13 .23 Prime Coat -Asphaltic Approved -812012 BICS Unified Specifications 3 . APPLICATION: The surface shall be lightly sprinkled with water just prior to application of the asphaltic material if found necessary by the Engineer. The asphaltic material shall be applied to the cleaned base by an approved self-propelled pressure distributor. The distributor shall distribute the material evenly and smoothly under an adequate pressure for proper distribution. Uniform coverage is desired without pooling of excess material. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all heating equipment and distributor. This information is to be used for determining the application rate and for securing uniformity at the junction of successive distributor loads. Asphaltic material shall be applied at a temperature consistent with and the range recommended in Texas Department of Transportation Specification 2004 Item 300 "Asphalts, Oils, and Emulsions." The Engineer shall select the temperature of application and the Contractor shall apply the material at a temperature within 15° F of the selected temperature. 4. EQUIPMENT: All storage tanks, piping, retorts, booster tanks, and distribution equipment used in handling asphaltic material shall be kept clean and in good operating condit ion at all times. The equipment shall be operated in a manner which prevents contamination of the asphaltic material (with any foreign substance). It shall be the responsibility of the Contractor to provide and maintain in good working order at all times, a recording thermometer at the storage heating unit. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of the calibration. Should the yield on the applied asphaltic material appear to be in error after beginning the work, the distributor shall be re- calibrated in a manner satisfactory to the Engineer before proceeding with the wo rk. 5. SURF ACE MAINTENANCE: The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer . No traffic, hauling or placement of final surface material will be permitted over the freshly applied prime coat until authorized by the Engineer. END OF SECTION 2 Section 32 12 13.23 Prime Coat -Asphaltic Revised -812012 BI CS Unified Specifications SECTION 32 12 16 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Sentences and/or paragraphs that are double underlined indicate revisions that were made from the 2009 specification.) PART 1 -GENERAL 1.1 DESCRIPTION A. This item covers Hot Mixed Asphaltic Concrete Paving and consists of any combinations of base, level up , and finish courses . 1.2 MEASUREMENT AND PAYMENT A. Unless otherwise modified by the design engineer, Hot Mix Asphaltic Concrete Paving shall be measured by the square yard of each HMACP course in conformity with the requirements, and meeting all requirements of the plans and special provisions (if any) with regards to line, grade, compacted thickness, air voids , and final cross section. B. Sliding scale pay factors or alternative remedies may be applied for City capital projects at the City's discretion Sliding scale factors will be applied for the unit price bid for Hot-Mix Asphaltic Concrete, which fail to meet the density requirements . The sliding scale pay factors are shown in the table below. They shall be applied to each day's production. The table below applies to both development and capital projects. In the case of a development project the column titled "Percent Payment" does not apply. A verai:;e Percent Air Alternate Remedies Percent Payment Voids* 8.0 or Less Do Nothing 100 8.1to10.0 1" HMAC Overlay w/ Wedge Grind 85 10 .1to12.0 1" HMAC Overlay w/ Wedge Grind 75 Above 12.0 Remove and Replace Reject** * Average of 4 samples **If the Engineer agrees to accept densities below 88.0%, the pay factor shall be 50%. C. Unless otherwise modified by the design engineer, all labor, equipment and materials necessary to provide Hot Mix Asphaltic Concrete Paving in place in accordance with the plans, special provisions and these specifications will be paid for at the unit price designated in the proposal and included in the construction contract. Any tack and/or prime coat shall be considered subsidiary to the bid item "Hot Mix Asphaltic Concrete". 1.3 SUBMITTALS . A. Mix Design B. Aggregate Properties Section 32 12 16 Hot Mix Asphaltic Concrete Pavement Revised -812012 BICS Unified Specifications PART 2 -PRODUCTS 2.1 MATERIALS HMAC shall be composed only of the following materials: A. MINERAL AGGREGATE: Mineral aggregates shall consist of sound, durable stone particles of limestone, slag, or a mixture thereof of uniform quality throughout and free from dirt, organic or other deleterious material occurring either freely in the material or as a coating on the aggregate. Abrasion loss of aggregate material shall not exceed 40% (unless lightweight) when tested in accordance with the Los Angeles Abrasion Test (ASTM C-131 ). B. MINERAL FILLER: Mineral filler shall consist of thoroughly dry stone dust of uniform quality throughout and free from dirt, organic or other deleterious material occurring either freely in the material or as a coating on the material. The plasticity index of any mineral filler shall be less than 6 . C. ASPHALT: Asphalt shall be grade PG64-22, PG 70-22 or PG76-22 as designated by the design engineer and the same shall be used on all HMAC provided for any one project. D . The paving mixture shall consist of a uniform mixture of aggregates, fi ll ers and asphaltic material as required to meet the following requirements: 1. Coarse Aggregate: Coarse aggregate (retained on the No. 10 sieve) shall be so crushed as to have a minimum of 85% of the particles retained on the No. 4 sieve with two or more mechanically induced crushed farces as determined by Tex-460-A (Part 1). Field sand, if used, shall not exceed fifteen (15%) percent of the total aggregate mix . GRADATION AND ASPHALT CONTENT Column 1 Colu mn2 Column3 AGGREGATE TOLERANCE F OR JOB-MIX T OLERANCE FOR GRADATI ON F ORMULA* COMP ANY FIELD SAMPLE (ASTM C-136) LAB RESULTS T O J OB MIX P ER CENT BY WEIGHT FORMULA** TYPE 'D ' TYPE'C' TYPE 'B' PASSING Low High Low High Low High% TOLERANCE % O/o % O/o O/o 1=lLL sieve +/-5% l" sieve 98 100 +/-5% 3/4" sieve 95 100 _8_4 2__8_ +/-5% 1/2" sieve 98 100 +/-5% 3/8" sieve 85 100 70 85 60 80 +/-5% No. 4 sieve 50 70 43 63 40 60 +/-5% No. B, sieve 15_ .4.(i 3.2 42 22 il +/-3% No.1Q sieve u 22 lA 2-8. u 2-8. +/-3% No. 5..Q sieve 1 2D. 1 21 ~ 2D. +/3% No.200 sieve fr, 1 fr, 1 i 1 +/-3% VMA%Min 14 13 12 Asphalt Content 4 8 4 8 3.5 7 +/-0.5% * Colwnn 2 above is the tolerance to be used when creating the job-mix formula 2 Section 32 12 16 Hot Mix Asphaltic Concrete Pavement Revised -812012 BI CS Unified Specifications * * Column 3 above is the tolerance to be used when comparing the field sample lab results to the job-mix formula . The lab results must fall within the given tolerance when compared to the job-mix formula. ***A copy of the job-mix formula must be given to the city inspector or representative prior to the placement of asphalt on the job site. The City, at any time, may require a test be performed to determine if anti-stripping agents are needed for a particular mix. Samples not meeting the specifications listed above will be rejected or may be negotiated for a reduced payment if allowed by the City Engineer. 2. Laboratory Stability: When the proposed mix is prepared in accordance with TxDOT Item 340 (HVEEM Method) the stability shall be at least 35 percent. The tolerance for the density shall be+-1 % based on the density provided on the job mix formula. 3 . Laboratory Density: When the proposed mix is prepared in accordance with ASTM D- 1559 the air voids of the material as determined by ASTM D-3203 shall be between two percent (2%) and five percent (5%). 2.2 TESTING REQUIREMENTS The following processes shall be undertaken to assure the desired quality in the constructed product: A. MIX VERIFICATION: The testing laboratory representative in accordance with both of the following guidelines shall take HMAC samples from the delivering trucks: 1. One sample for each day of delivery and placement. 2. For larger jobs, the City may require two samples be taken, one in the morning and one in the afternoon. The testing laboratory shall: 1. Note the location where the HMAC being sampled is to be placed. 2 . Determine the temperature of the mix at the time the sample is taken. If the temperature is outside of the allowable range as specified in Section 3.1 ofthis specification, the laboratory representative shall immediately inform the paving contractor's superintendent and the City Inspector. 3. Transport the sample to the laboratory and perform the necessary tests and operations to verify the compliance with the mix design set forth by the design engineer within the tolerances given in Section 1.3 of this specification. 4 . Provide written results to the tests and operations as described above to both the paving contractor's superintendent and the City Inspector within 5 working days. B. COMP ACTION VERIFICATION: Compaction tests shall be made following the same schedule of testing as the sampling operations listed above with the City Representative determining the exact location for testing. The testing laboratory representative shall: 1. Note the location of the compaction test performed 2. Obtain core samples of the paving via ASTM D-5361 3. Transport the cores to the laboratory and perform the necessary operation per ASTM D- 3203 to determine the resulting pavement air void percentage. 3 Section 32 12 16 Hot Mix Asphalti c Concrete Pavement Revised -812012 BICS Unified Specifications 4. Provide written results of the tests and operations as described above to both the paving contractor's superintendent and the City Inspector within 5 working days. Compacted HMAC pavement meeting this specification shall have between two percent (2%) and eight,JJercent (8%) air voids. COMP ACTED LIFT THICKNESS AND REQUIRED CORE HEIGHT Mixture Type Compacted Lift Thickness Minimum (in.) Maximum (in.) A 3 .00 6.00 B 2.50 5.00 c 2.00 4.00 D 1.50 3 .0 0 E 1.25 2.50 C. THICKNESS VERIFICATION: For each core sample taken from the finished paving, the thickness of the HMAC portion of the section shall be measured, noted and provided to the City for review. The thickness shall be as required on the table above. D. FINISH SURF ACE TOLERANCES: The finish surface of the compacted pavement shall be sealed, smooth and true to the line, grade and cross section as established in the contract documents. There shall be no deviation in excess of 1/8 inch per foot of distance from the nearest point of contact when tested with a 10-foot straight edge placed parallel to the centerline of the roadway . There shall be no deviation from the straight edge in excess of 1/4 inch at any point. E. The hot-mix asphaltic concrete will be accepted for density based on one day's production. Each day 's production will be divided into four sections and one cored or sawed sample will be taken for each section. Each day 's production will be accepted, with respect to density, when the average field density determined from the cores is equal to or greater than 92 percent of the maximum theoretical density as determined in accordance with ASTM D204 l , and when no individual core density is less than 88 .0 percent of the maximum theoretical density. If the Contractor elects to have the density testing rechecked, another group of four cores per each day's production will be obtained. The recheck group will not be averaged with any previous tests . PART 3 -EXECUTION 3.1 GENERAL A. The Contractor shall retain full control of all materials, labor methods and equipment used in the placement and compaction ofHMAC paving with the following exceptions: 1. Temperature -HMAC and/or tack coat materials shall not be placed when the air temperature is 50 ° For lower and falling . Placement may be allowed if roadway surface temperature is 60 degrees or higher. Measure roadway surface temperature with a handheld IR thermometer. 2. Tack Coat -Tack coat shall be applied to clean, dry asphalt surfaces and between asphalt lifts only and shall be applied just prior to placement ofHMAC materials . The Contractor shall neatly tack all gutter edges before placing any HMAC. The tack coat material shall be SS-1 applied at a rate ofQ .04 to 0.10 gal/sy. 4 Section 32 12 16 Hot Mix Asphaltic Concrete Pavement Revised -812012 3. 4 . 5. BICS Unified Specifications HMAC Temperature -HMAC materials shall be placed between 250° F and 340° F. Compaction is not allowed on HMAC that has cooled below 210° F at the pavement surface. Rolling Water-Small amounts of water may be used to keep the HMAC from adhering to the placement and compaction equipment. Excessive water and/or any use of petroleum products for this purpose are not allowable. Compaction Roller Traffic -Compaction rollers shall be kept at a slow enough speed to prevent any displacement of material. Rollers shall not be allowed to stand or park on the finished and compacted paving until after 12 hours has passed after final compaction. END OF SECTION 5 Section 32 12 16 Hot Mix Asphaltic Concrete Pavement Rev ised -812 01 2 SECTION 32 13 13 CONCRETE PAVEMENT BICS Unified Specification (Sentences and/or paragraphs that are double underlined indicate revisions that were made from the 2009 specification.) PART 1 -GENERAL 1.1 DESCRIPTION This item shall consist of a pavement of Portland cement concrete as herein specified on the prepared base, subbase or subgrade course in conformity with the thickness, typical cross-sections, and to the lines and grades shown on the Plans by the Engineer. 1.2 MEASUREMENT AND PAYMENT A . Concrete pavement shall be measured by the square yard of surface area of completed and accepted pavement or as shown on the bid documents . When the Plans, Specifications and Proposal required the construction of a "Monolithic Curb" the limits of measurement for concrete pavement shall be from back to back of curb. B . The work performed and the materials furnished under this item and measured as provided under "Measurement" shall be paid for at the unit price bid per square yard for the thickness indicated in the Proposal. The unit price bid for "Concrete Pavement" shall be full compensation for shaping and fine grading the subgrade, forming, mixing, placing, jointing, finishing and curing all concrete; for furnishing all labor, tools, equipment, materials, and incidentals necessary to complete the work .. 1.3 SUBMITTALS See SECTION 03 30 00 -CONCRETE Paving Plan Joint Sealing Compound Expansion Joint Material PART 2 -PRODUCTS 2.1 MATERIALS See SECTION 03 30 00 -CONCRETE 2.2 TESTING REQUIREMENTS See SECTION 03 30 00 -CONCRETE PART 3 -EXECUTION 3.1 GRADE CONTROL 1 Secti on 32 13 13 Concrete Pavement Revised -8120 12 BICS Unified Specification The lines and grades shown on the contract drawings for each pavement category of the contract shall be established and maintained by means of line and grade stakes. The finished pavement grade lines and elevations shown on the contract drawings shall be established and controlled at the site of the work by the Contractor in accordance with benchmark elevations furnished by the Owner. The pavements shall be constructed to the indicated thicknesses and elevations. The tolerances permitted in thickness, smoothness , and grades are the normal deviations that may occur in pavement construction under good supervision. However, construction of pavement or any part thereof with intent to use maximum tolerances will not be permitted. 3.2 SUBGRADE, SUBBASE, BASE AND FORMS A. EQUIPMENT: 1. Subgrade Planer: Subgrade planer mounted on visible rollers riding on the forms or edges or previously constructed slabs shall be provided for shaping the final surface of the subgrade, subbase, or base course. Any power equipment used to pull the subgrade planer shall not produce ruts or indentations in the subgrade, subbase or base course. The subgrade planer shall be equipped with steel cutting edge capable of being accurately adjusted to the required cross section. When the subgrade planer rides on the edges of the surface of previously constructed slabs, the planer shall be provided with rubber-tired rollers to prevent damage to surfaces and edges of the existing concrete. 2. Templates: The Contractor shall provide and operate a scratch template for checking the contour of the subgrade, sub base, or base course. The template or roller is to be mounted with the wheels supported on the side forms or concrete in adjacent lanes. It shall be of such strength and rigidity that under a test made by changing the support to the center the template will not show a deflection of more than 1/8 inch. The template shall be provided with adjustable rods projecting downward to the subgrade at not more than 1-foot intervals. These rods shall be adjusted to the required cross section of the bottom of the slab when the ends of the template are supported on the side forms or concrete in the adjacent lanes . The template shall be checked frequently during use to assure that the rods are in the correct position. 3 . Forms: The forms shall be made of metal unless noted. Wood forms may be used on curves having a radius of 150 feet or less, as well as for fillets . Forms shall be equal in depth to the edge thickness of the slab as shown on the drawings . Forms shall be in one piece for the full depth required, except as noted. Where the drawings provide several different .slab thicknesses, forms may be built up of metal or wood as provided. Forms may be increased in depth 25 percent by securely bolting or welding to the bottom a tubular metal section of the proper thickness or by securely bolting wood planks to the bottom of the steel form. The tubular metal section or wood planks shall completely cover the under side of the base of the steel form. It shall extend beyond the edge of the base a sufficient distance to provide the necessary stability against movement along the vertical face . The base width of the one-piece form , or built-up form, shall be not less than eight-tenths of the vertical height of the form. a.) M etal Forms : Metal forms shall be of a cross section and shall be furnished in sections not less than 10 feet in length. Curves having a radius of 150 feet or less the length of the sections shall be 5 feet unless the sections are flexible or curved to the proper radius . Each 10-foot length of form shall be provided with at least three form braces and pin sockets . The number and spacing of the form braces and pin sockets shall be such that the form will be rigidly braced 2 Secti on 32 13 13 Concrete Pavement R evised -812012 BICS Unified Specification uniformly throughout its length and at the joints between form sections. Lock joints between form sections shall be free from play or movement. Metal forms shall have such strength that when tested as simple beam with a load equal to the weight of the heaviest machine to be used on the forms , the deflection will not exceed 1 /8 inch in 10 feet. Forms shall be provided with adequate devices for secure setting to prevent springing, weaving, or settling from the impact and vibrations of the machine. Forms shall be free of warps , bends , or kinks. The top surface of a form shall not vary more than 1/8 inch in 10 feet from a true line. The face of the form shall not vary more than 1/4 inch in 10 feet from a true plane. Forms with battered top surfaces distorted faces or bases shall not be used. They are to be removed from the project site. b.) Wood Forms: Wood forms for curves and fillets shall be made from well-seasoned, surfaced plank or plywood. The wood shall also be straight, free from warp or bend, and not less than 2 inches in nominal thickness . Wood forms shall be furnished in sections approximately 5 feet in length and shall be provided with adequate devices for secure setting to withstand springing, weaving , or settling from the impact and vibration of the placing and finishing operations. 4. Subgrade. Subbase or Base Course : The subgrade, subbase or base course shall be tested as to crown, elevation, and density in advance of setting the forms . The sub grade prior to final planing shall be completed to or above the plane of the typical sections shown on the drawings and the lines and grades established by the drawings or as directed. Any discrepancies shall be corrected in accordance with the requirements for subgrade, subbase or base course construction as specified. 5. Form Setting: After the subgrade, subbase or base course has been prepared as described above, the forms shall be set. The subgrade, subbase, or base course under the forms shall be firm and cut true to grade so that each in place form section will be firmly in contact for its entire length and base width. The form shall be staked into position. The top of the form will conform to the requirements specified for the finished surface of the concrete, and the longitudinal axis of the upstanding leg will not vary more than 114 inch from the straight-edge when tested by a 12 -foot straight-edge. The length and number of pins in any section shall be sufficient to hold the form at the correct line and grade. Form sections shall be tightly locked together. Conformity to the alignment and grade elevations shown on the drawings shall be checked and necessary corrections made by the Contractor immediately prior to placing the concrete. Forms shall be set well in advance of concrete placement. At least 250 feet of forms and prepared subgrade, subbase or base course shall be provided before concrete placement starts . The forms shall be cleaned and oiled each time before concrete is placed. 6. Subgrade Between Forms : The subgrade, subbase, leveling course or base course shall be free of foreign matter, waste concrete, cement and debris at all times; shall be finished to the required section of the bottom of the pavement as shown on the drawings with specified equipment; shall be tested with a template operated and maintained by the Contractor; shall be maintained in a smooth, compacted condition, in conformity with the required section and established grade until the concrete is in place; shall be wetted down sufficiently in advance to insure a firm, moist , and satisfactory condition when the concrete is placed; shall, if required, be thoroughly wetted down the previous night or not less than 6 hours before placing the concrete; shall not be traversed with equipment or hauling on the prepared surface between 3 Secti on 32 13 13 Concrete Pavement R e vised -81201 2 BICS Unified Specification forms; in cold weather shall be prepared and protected in a satisfactory condition and entirely free from frost when the concrete is place; and shall not be treated with chemicals to eliminate frost. 7 . · Form Removal: Forms shall remain in place at least 12 hours after the concrete has been placed. Should weather conditions delay the early-strength gain of the concrete, the forms shall remain in place for a longer period. Forms shall be removed without injuring the concrete. Bars or heavy tools are not to be used against the concrete in removing the forms. Any concrete damaged in form removal will be repaired promptly by the Contractor at no cost to the Owner. 3.3 FINISHING Finishing operations shall be started immediately after placement of the concrete. The sequence of operations shall be as follows: transverse finishing, longitudinal floating, straight-edge finishing, carpet drag finishing, and finally the edging of joints. The machine method of finishing shall be employed, except that hand methods may be permitted as approved by the engineer . Finishing equipment and tools shall be maintained clean, free from hardened concrete or grout, and in an approved condition. A. MACHINE FINISHING: 1. Equipment: The transverse and longitudinal finishing machines shall be power driven, be of ample weight and power to produce proper finishing, and be able to withstand the roughest treatment anticipated under job conditions. The transverse-finishing machine shall be designed and operated to strike off, screed, and consolidate the concrete. It shall be equipped with two screeds readily and accurately adjustable for changes in pavement crown and compensation for wear and other causes . The longitudinal -finishing machine shall be provided with a longitudinal float not less than 10 feet in length, readily adjustable to a true plane and properly stiffened to prevent distortion during use. Screed and float adjustments of these machines shall be checked at the start of each day's paving operations and as often as required . Machines that cause frequent delays due to mechanical failure shall be replaced. Finishing machines that ride the edge of a previously constructed slab shall have rubber-tired wheels to prevent damaging the surface and edges of the concrete. 2. Transverse finishing: Concrete, as soon as placed, shall be accurately struck off and screeded to the crown and cross section shown on the drawings . The final surface elevation or grade is to be non-porous when properly consolidated and finished. The finishing machine shall make at least two trips over each area of pavement, and may make one or two additional trips as necessary to properly compact the concrete and produce a surface of uniform texture, as well as true to grade . However, excessive manipulation that brings to the surface an excess of mortar and water will not be permitted. Any equipment that cannot produce the required compaction and surface finish with the indicated number of trips will be considered unsatisfactory. The top of the form or pavement edge upon which the finishing machine travels shall be kept clean by an effective device attached to the machine, and by necessary hand methods . This will insure that the travel of the machine will be maintained true without lift , wobble, or other variation that would affect the precision of the finish . 3. Longitudinal Floating: After completion of finishing with the transverse-finishing machine, the longitudinal mechanical float shall be operated to smooth and finish the pavement to grade. The float shall be operated parallel to the centerline of the 4 Section 32 13 13 Concrete Pavement R evised -81201 2 BI CS Unified Specification pavement with a short, quick motion, and shall travel slowly along the pavement, maintaining contact with the surface at all times . If contact with the surface is not made at all points , additional concrete as required shall be placed and screeded. The float is to be operated over the same area until a satisfactory surface is produced. In advancing the float , each new position shall lap the previous position by not less than one-half the float length. 4. Other Types of Finishing Equipment: Other types of concrete finishing equipment may be used on a trial basis . Such finishing equipment shall be approved by the Engineer before being put into service. The use of equipment that fails to produce approved results when finishing concrete of the quality and consistency required by these specifications shall be discontinued . The concrete shall then be floated and finished with equipment in the manner as specified above. B . HAND FINISHING : This method shall be employed only under the conditions previously specified, except as otherwise permitted and authorized by the Engineer. 1. Equipment: An approved strike and tamping template and a longitudinal float shall be provided for hand finishing. The template shall be at least 1 foot longer than the pavement width, be equipped with handles , and have edges at least 4 inches wide. The longitudinal float shall be 10 to 16 feet in length, with a cross section of an inverted T made of a 2 X 6 inch or wider plank for the base and a 2 X 8 inch plank for the vertical leg . The float shall be rigid, substantially braced, be able to maintain a plane surface on the bottom of the base, and shall have suitable handles for smooth and effective manipulation from the foot bridges . The bottom edges of the base of the float shall be rounded on a radius not exceeding 3/8 inch. Floats made of metal or a combination of wood and metal may be used provided they conform to the requirements for wood floats . 2 . Finishing and Floating : Immediately after placement, concrete shall be struck off and screeded to the crown and cross section shown on the drawing. The consolidated and furnished surface elevation shall be in accordance with the drawings or as specified . The entire surface shall be tamped, and the tamping operation is to be continued until accomplishing the required compaction and reduction of internal and surface voids . Concrete that is inaccessible to the vibrating consolidating equipment shall be consolidated with the aid of hand-manipulated vibrators under provisions of the subparagraph 125.06 (C)"Vibration". Immediately following the final tamping of the surface, the pavement shall be floated longitudinally by hand from bridges resting on the side forms and spanning but not touching the concrete. If contact with the pavement is not made at all points by the float, additional concrete shall be placed as required and screeded, and the float operated until a satisfactory surface has been produced. After a section has been smoothed so that the float maintains contact with the surface of the concrete at all points, the bridges may be moved forward half the length of the float. The operation is to be repeated over the new and previously floated surfaces . 3 . Straight-edge Finishing: Minor irregularities and score marks in the pavement surfa ce shall be eliminated by means of long-handled wood floats and straight-edges after the longitudinal floating is completed, but while the concrete is still plastic. When necessary, excess water and laitance shall be removed from the surface transversely by means of a finishing straight-edge. The long-handled floats may be used to smooth and fill in open-textured areas in the pavement surfaces . The final finish shall be made with the straight-edges. The use of lon g-handled floats shall be held to a minimum as neces sary to correct local surface unevenness not corrected by the lon gitudinal float. 5 Sect ion 32 13 13 Concrete Pave ment R e vised -81201 2 B/CS Unified Spe c ificati on Long-handled floats shall not be used to float the entire pavement surface. Straight- edges shall be 12 feet in length and may be operated from bridges and from the side of the pavement. A straight-edge operated from the side of the pavement shall be equipped with a handle 3 feet longer than one-half the width of the pavement. The surface shall then be tested for trueness with a 12-foot straight-edge held in success ive positions parallel and at right angles to the centerline of the pavement in contact with the surface. The whole area is to be covered as to detect variations. The straight-edge shall be advanced along the pavement in successive stages of not more than one-half the length of the straight-edge. Depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. Projections above the required elevation shall also be struck off and refinished. The straight-edge testing and finishing shall continue until the entire surface of the concrete is free from observable departure from the straight-edge, conforms to the required grade and contour and when hardened, will satisfy the surface requirements specified under subparagraph 125.13(B) "Surface Smoothness". 4 . Carpet Drag Finishing: Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 5/8 inch to 1 inch , a minimum weight of 70 ounces/square yard, and a strong, durable, rot-resistant backing material bonded to the facing. The surface of the pavement shall be dragged longitudinally in the direction of the concrete placement with the carpet drag when most of the water glaze or sheen has disappeared and before the concrete becomes non-plastic . The carpet drag should be of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. The leading transverse edge of the drag shall be securely fastened to a traveling bridge or a moveable support sy stem. The carpet drag shall be cleaned and changed as required. The dragging shall be carefully done to produce a finished surface hav ing a fine granular or sandy texture without leaving disfiguring marks. The surface of the pavement at joint edges shall be dragged as necess ary with a small hand-operated drag following edge tooling. No tool marks of any kind shall be present on the fini shed surface. 3.4 CONSTRUCTION JOINTS Construction joints shall be prepared for receiving the next pour by sweeping the surface of the joint clean with a stiff broom or wire brush to remove all laitance. All loose particles and debris shall be removed . The surface is to be dampened just prior to casting of concret e against the joint. Construction joints will be made only at locations shown on the Plans unless written permission is granted by the Engineer to make additional joints . A. L ONGITUDINAL CONSTRUCTION JOINTS: Longitudinal construction joints between paving lanes shall be located as indicated on the drawings. Dowels or keys shall be installed in the longitudinal construction joints as required and in accordance with the indicat ed details. Metal keyway forms shall be used for forming horizontal keyways . The dimensions of the keyway forms shall not vary more than plus or minus 1/16 inch from the indicat ed dimensions. The keyway form shall be securely fastened to the concrete form so that it will be at the mid-depth of the pavement within a tolerance of plus or minus 1/8 inch . All longitudinal construction joints shall be edged and subsequently sawed to provide a groove at the top conforming to the indicated details and dimensions. 6 Section 32 13 13 Conc rete Pavem ent Revised -812 01 2 BI CS Unified Specification B. TRANSVERSE CONSTRUCTION JOINTS: Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for 30 minutes or longer. All transverse construction joints in non-reinforced pavements shall be installed in the location of a planned transverse contraction or expansion joint. Transverse construction joints located at planned transverse joints shall be of the doweled type with one end of each dowel painted and greased to permit movement at the joint. These joints shall be edged and subsequently sawed to provide a groove at the top conforming to the indicated details and dimensions. When concrete placing is resumed, the planned joint spacing shall be used beginning with the first regularly scheduled transverse joint. ' 3.5 EXPANSION JOINTS Three quarter (3/4) inch expansion joints shall be provided at forty (40) feet on center or of the type, size, and spacing shown on the Plans. The expansion joint materials shall be as shown on the plans or a recycled material, %'' thick as manufactured by J.D. Russel Co., or approved equal. The joint sealing compound shall be Sonneborn SL-1 or approved equal. Manufacturers' recommendations must be strictly adhered to. Devices used for installing the joints shall be adequate to hold the parts of the joint in proper position while protecting the filler from damage during concreting operation. The devices shall also be removable without permanent detriment to the pavement. Adjacent sections of filler shall be fitted tightly together and held in line to insure continuity. Concrete shall be prevented from entering the expansion space . Any concrete that has flowed into a gap between an expansion joint strip and edge forms of the pavement shall be cut out immediately after removing the forms . Expansion joints shall be formed about structures and features that project through, into, or against the pavement. Joint filler must be of the type, thickness, and width as indicated or directed and installed to form a complete, uniform separation between the structure and pavement. 3.6 CONTRACTION J OINTS A. Contraction joints shall be provided at twenty (20) feet on center or of the type, size, and spacing shown on the Plans. Contraction joints may be either tooled or sawed but must provide a minimum depth of 114 of the thickness of the concrete and sealed as shown on the plans or with Sonneborn SL-1 or approved equal. When sawed joints are used, the sawing should begin as soon as the concrete has obtained adequate strength to resist raveling of the joint edges, generally between 4 and 24 hours. The joints must be flushed or blown clean immediately after sawing to keep the residue from setting up. B. Transverse and longitudinal contraction joints shall be of the weakened-plane or dummy type, and shall be constructed in conformance with the indicated details and dimensions. Longitudinal contraction joints shall be constructed by sawing a groove in the hardened concrete with a power-driven saw. Tie bars in longitudinal contraction joints shall be prepared and placed across joints where indicated in the plans . They shall be correctly aligned and securely held in the proper horizontal and vertical position during the placing and finishing operations to the satisfaction of the Engineer. I. Sawed Joints : The groove of contraction joints shall be not less than 1/4 inch nor greater than 3/8 inch in width for the entire depth of saw cut shown on the drawings. The upper portion of the groove is to be widened to not less than 3/8 inch nor more than 5/8 inch for a depth of 114 of the pavement thickness, plus or minus 1/8 inch, below the pavement surface. 7 Section 32 13 13 Concrete Pavement Revised -81201 2 BICS Unified Specification The time of sawing shall be varied, depending on existing and anticipated weather conditions. Uncontrolled cracking of the pavement shall be prevented. Sawing of the joints shall commence as soon as the concrete has hardened sufficiently to permit cutting the concrete without excessive chipping, spalling, or tearing. The sawed faces of joints will be inspected for undercutting or washing of the concrete due to early sawing. If this action is sufficiently deep to cause structural weakness or excessive cleaning difficulty, as determined by the Engineer, the sawing operation shall be delayed until directed to resume. The sawing operation shall be carried on regardless of weather conditions . The joints shall be sawed at the required spacing consecutively in the sequence of the concrete placement. A chalk line or other suitable guide shall be used to mark the alignment of the joints. The saw cut shall be straight from edge to edge of the pavement and shall not vary more than 1/2 inch from the true joint alignment. Before sawing a joint, the concrete shall be examined closely for cracks. The joint shall not be sawed if a crack has occurred near the location chosen for a joint. Sawing shall be discontinued when a crack develops ahead of the saw cut. The surface of pavement cured with membrane-curing compound shall be wetted with water in the region of the intended saw cut prior to sawing to protect the curing membrane from abrasion. Workmen and inspectors shall wear clean, rubber soled I footwear, and the number of persons walking on the pavement shall be limited to those actually performing the sawing operation. Immediately after each joint is sawed, the saw cut and adjacent concrete surface shall be thoroughly flushed with water until all waste from sawing is removed from the joint. Any membrane-cured surface damaged during the sawing operations shall be re-sprayed as soon as the free water disappears. The sawing equipment shall be adequate in number of units and power to complete the sawing at the required rate. An ample supply of saw blades shall be available on the job before concrete placement is started. At least one standby sawing unit in good working order shall be available at the job site at all times during the sawing operations . 2. Dowels and Tie Bars: Dowels and tie bars shall be prepared and placed across joints where indicated. They are to be correctly aligned, and securely held in the proper horizontal and vertical position during the placing and finishing operations. Dowels shall be placed by the bonded-in-place method. The portion of the dowel inside the form shall be the bonded end . Dowels may be cut to length at the mill or shop by shearing in lieu of sawing, provided the deformation from true shape caused by shearing does not exceed the diameter of the bar by more than 0.04 inch and provided such deformation does not extend more than 0.04 inch from the end of the dowel. Dowels shall be clean, straight, and cut true to length with ends square and free from burs. In longitudinal and transverse construction joints, threaded split dowels may be used in lieu of one-piece dowels. The assembled split dowels shall have a length and diameter at least equal to that of a one-piece dowel of the required size. The screw-threaded portions of split dowels shall have a pitch diameter at least equal to the diameter of the one-piece dowel of the required size. The sleeve connector shall be of such length that when the split dowel is assembled the entire screw-threaded portions of the dowel are encased by the sleeve with dowel ends butting each other. Dowels in longitudinal and transverse construction joints shall be held securely in place by means of devices fastened to the forms. Dowels and tie bars installed within the paving lane shall be held securely in posit ion by means of rigid metal frames or basket assemblies . The assemblies shall consist of a 8 Section 32 13 13 Concrete Pavement Revised -812012 BICS Unified Specification framework of metal bars or wires arranged to provide rigid support for the dowels and tie bars throughout the paving operation. The assemblies shall also have a minimum of four transverse bars or wires, one of which shall be at or near each end of the dowel or tie bars with one for each end of the dowel bar at or near the sub grade. The dowels shall be welded to the assembly or held firmly by mechanical locking arrangements that will prevent the dowels from rising, sliding out, or becoming distorted under paving operations. The wires shall not be used as locking devices. The dowel-holding devices shall be held securely in the proper location by means of suitable pins or anchors. Dowels in longitudinal and transverse construction joints shall be held securely in place parallel to the surface and within 1/2 dowel diameter of the center of the slab depth . Dowels in expansion joints and tie bars installed within the paving lane shall be held securely in place with the center of the dowel or tie bar within 1/8 inch of the center of the slab depth. The spacing of dowels in longitudinal construction joints shall be as indicated except where the planned spacing cannot be maintained due to form length or interference with form braces. Spacing shall be closer with additional dowels. Dowels in longitudinal joints shall be omitted when the center of the dowel would be located within a horizontal distance from a transverse joint equal to 1/4 of the slab thickness. The method used in holding dowels in positi9n shall be accurate to detect errors in alignment of any dowel from its required position after the finished pavement. There shall not be an angle greater than one whose tangent is 1/96. The Contractor shall furnish a template for checking the position of the dowels . The portion of each dowel intended to move within the concrete or expansion cap shall be coated with a thin film of grease or other approved de-bonding material. Provide dowel caps on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressive material with enough range to allow complete closure of the expansion joint. 3. 7 LONGITUDINAL J OINTS Longitudinal joints may be provided to assist in grade control or of the type, size, and frequency shown on the Plans. The longitudinal joint shall consist of a steel keyway or as shown on the plans. Manufacturer's recommendations must be strictly adhered to. 3.8 PAVEMENT PROTECTION: The Contractor shall protect the paving against all damage prior to final acceptance of the work by the Owner. Traffic shall be excluded from the pavement by erecting and maintaining barricades and signs until the concrete is at least 3 days old or for a longer period if so directed. As a construction expedient in paving intermediate lanes between newly paved lanes, operation of the paving mixer and batch-hauling equipment will be permitted on the pavement after the pavement has been cured for seven days and the joints have been sealed or otherwise protected. Also, the subgrade planer, concrete finishing machines, and similar equipment may be permitted to ride upon the edges of the previously constructed slabs provided the concrete is more than 72 hours old and has attained a minimum flexural strength of 450 psi or a compressive strength of 2,800 psi. Additional protection to the slab edge may be required to prevent damage. The pavement carrying traffic or equipment shall be kept clean. All spillage of materials on concrete shall be cleaned up immediately upon occurrence, at no cost to the Owner. 9 Section 32 13 13 Concrete Pavement Revised -812012 BICS Unified Specification 3.9 PLAN GRADE AND SURFACE-SMOOTHNESS REQUIREMENTS: The finished surfaces of all pavements shall conform to the grade line and elevations shown on the contract drawings and the surface-smoothness requirements: A. PLAN GRADE: The finished surfaces of all pavements shall conform, within the tolerances specified and to the lines, grades , and cross sections shown on the contract drawings . The finished surfaces of the pavements shall not vary more than 0 .04 foot above or below the plan-grade line or elevation established and approved at the site of the work. The finished surfaces of new abutting pavements shall coincide at their juncture. An approved transition pavement strip of the type and width shown on the drawings or as directed shall be installed where a new pavement abuts an existing pavement to provide the required and satisfactory pavement surface at the juncture of the new and existing pavements. Further, the 0.04 foot deviation from the approved grade line and elevation will not be permitted in any area of these pavements where closer conformance with planned grade and elevation is required for the proper functioning of any and all applicable structures. B . SURFACE SMOOTHNESS : The finished surfaces of all pavements shall not deviate from the testing edge of an approved 12-foot straight-edge more than the tolerance shown for the r espective pavement category of Table 350-1. In no instance shall the tolerance exceed more than 1/16 of an inch per foot. TABLE 350-1 Pavement Category Direction of Tolerances Testing Pavements having cross slopes of 1 % Longitudinal 1/8 inch or less Transverse 3/16 inch Pavements having cross slopes greater Longitudinal 1/8 inch than 1% Transverse 114 inch C. EQUIPMENT: The Contractor shall furnish and maintain at the site one straight-edge in good condition for each longitudinal finishing machine for use by the Owner in testing the hardened portland-cement-concrete surfaces. These straight-edges shall be constructed of aluminum or other approved lightweight metal. They shall have blades with a box or box-girder cross-section with a flat bottom, adequately reinforced to insure rigidity and accuracy. Straight-edges shall be equipped with handles for operation on the pavement. The Contractor shall furnish and maintain at the site devices other than straight-edges, if approved, for surface-smoothness determinations. There shall be one such device for each longitudinal finishing machine for use by the Owner. 3 .10 CURING See SECTION 03 30 00 -CONCRETE END OF SECTION 10 Section 32 13 13 Concrete Pavement Approved -812012 PART 1 -GENERAL 1.1 DESCRIPTION SECTION 32 16 13 CONCRETE CURB AND GUTTER BICS Unified Specifications A. This item shall consist of Reinforced CONCRETE CURB AND GUTTER constructed on approved subgrade in conformity with the lines and grades established by the City Engineer. CONCRETE CURB AND GUTTER shall also be in accordance with the standard section, specifications and ordinances for sidewalks adopted by the city in which CONCRETE CURB AND GUTTER is to be placed. 1.2 MEASUREMENT AND PAYMENT A. Concrete curb and gutter shall be measured by the linear foot of length when complete and in place. B. The work performed and the materials furnished and measured shall be paid for at the contract unit price bid for concrete curb and gutter. This shall include full compensation of all materials, labor, tools, equipment and incidentals necessary to complete the work. Payment will not be made for unauthorized work 1.3 SUBMITT ALS See SECTION 03 30 00 -CONCRETE. PART 2 -PRODUCTS 2.1 MATERIALS This item shall consist of a mixture of reinforcing steel, coarse aggregate, fine aggregate, cement and water. The mixture shall conform to SECTION 03 30 00 -CONCRETE. 2.2 TESTING REQUIREMENTS See SECTION 03 30 00 -CONCRETE. PART 3 -EXECUTION 3.1 CONSTRUCTION METHODS A. CONVENTIONALLY FORMED CONCRETE: Shape and compact subgrade, foundation, or pavement surface to the line, grade and cross section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Pour concrete into forms, and strike off with a template 114 to 3/8 inches less than the dimensions of the finished curb unless otherwise approved. After initial set, plaster surface with mortar consisting of 1 part hydraulic cement and 2 parts fine aggregate. Brush exposed surfaces to a uniform texture. 1 Section 32 16 13 Concrete Curb and Gutter Approved -812 01 2 BI CS Unified Sp ecifications B. EXTRUDED OR SLIP FORMED CONCRETE: Hand tamp and sprinkle subgrade or foundation material before concrete placement. Provide clean surfaces for concrete placement. If required , coat cleaned surfaces with approved adhesive or coating at the rate of application shown on the plans or as directed. Place concrete with approved self- propelled equipment. The forming tube of the extrusion machine or the form of the slip form machine must be eas ily adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established grade line. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slip form work and the grade guideline. Other methods may be used when approved. Finish surfaces immediately after extrusion or slip forming. C . JOINTS: Unless otherwise shown on the plans, the walk shall be cut transversely with a jointing tool every ten (10) feet after the concrete has been thoroughly worked and has sufficiently set. Expansion joints shall be located every forty ( 40) feet. D. CURING: After the finished concrete has sufficiently set, it shall be covered with burlap and kept wet for a period of four ( 4) days. As an alternate the concrete may be cured by the application of a clear membrane seal coat that will retain 85% of the original mixing water at the end of three (3) days. E. CLEANUP: After the construction work has been completed, the Contractor shall remove all debris, trash, excess materials , forms , stakes, empty sacks , etc. occasioned by his work from the premises. The site shall be left with a neat appearance. All excavation shall be backfilled and all excess excavated materials shall be disposed of. END OF SECTION 2 Section 32 16 13 Concrete Curb and Gutter Approve d -812012 PART 1 -GENERAL 1.1 DESCRIPfION SECTION 32 16 13.01 CONCRETE SIDEWALK BICS Unified Specifications This item shall consist of Reinforced Concrete Sidewalk constructed on approved subgrade in conformity with the lines and grades established by the City Engineer. Sidewalks shall also be in accordance with the standard section, specifications and ordinances for sidewalks adopted by the city in which sidewalk is to be placed. 1.2 MEASUREMENT AND PAYMENT A. Concrete sidewalk shall be measured by the square foot of surface area when complete and in place. B. The work performed and the materials furnished and measured shall be paid for at the contract unit price bid for concrete sidewalk. This shall include full compensation of all materials, labor, tools , equipment and incidentals necessary to complete the work. Payment will not be made for unauthorized work. 1.3 SUB MITT ALS See SECTION 03 30 00 -CONCRETE. PART 2 -PRODUCTS 2.1 MATERIALS This item shall consist of a mixture of reinforcing steel , coarse aggregate, fine aggregate, cement and water. The mixture shall conform to SECTION 03 30 00 -CONCRETE. 2.2 TESTING REQUIREMENTS See SECTION 03 30 00 -CONCRETE. PART 3 -EXECUTION 3.1 GENERAL A. The subgrade shall be excavated and fine graded to a true grade. Any backfill shall be watered and tamped well ahead of the placing of the concrete. If dry, the subgrade shall be sprinkled immediately before depositing any concrete. Forms shall be metal or wood, free of warp and of a depth equal to the depth of the concrete. They shall be secured and accurately staked to line and grade and held in a true position during the placing of the concrete. Expansion joints of an approved material shall be used between the sidewalk and all abutting concrete. Placement of concrete may begin after the subgrade is thoroughly compacted and the forms, expansion joints (where necessary) and reinforcing steel are in place. The concrete shall be thoroughly worked with a flat spade or similar tool along the forms as the pouring continues to insure the absence of honeycombs . No concrete over thirty (30) Section 32 16 13.01 Concrete Sidewalk Approved -812012 BI CS Unified Specifications minutes old or retem pered concrete shall be used . After the placing of the concrete has sufficiently advanced, the concrete shall be struck off flush with the forms. Then the concrete shall be worked with a wooden float to flush excess mortar to the surface. All exposed corners are to be edged or rounded to the radius shown on the Plans. B. Unless otherwise shown on the plans, the walk shall be cut transversely with a jointing tool at a width equal to the sidewalk width after the concrete has been thoroughly worked and has sufficiently set. Expansion joints shall be located every forty ( 40) feet. C. After the finished concrete has sufficiently set, it shall be covered with burlap and kept wet for a period of four ( 4) days. As an alternate the concrete may be cured by the application of a clear membrane seal coat that will retain 85% of the original mixing water at the end of three (3) days. D . After the construction work has been completed, the Contractor shall remove all debris, trash, excess materials, forms , stakes, empty sacks , etc. occasioned by his work from the premises. The site shall be left with a neat appearance. All excavation shall be backfilled and all excess excavated materials shall be disposed of. END OF SECTION 2 Section32 16 l3.0 1 Concrete Sidewalk Approved -812012 BI CS Unifie d Specifications SECTION 32 92 23 SODDING FOR EROSION CONTROL (BLOCK SODDING) PART 1 -GENERAL 1.1 DESCRIPTION A. Sodding for erosion control shall consist of providing and planting Bermuda grass , San Augustine grass, or other acceptable sod along or across such areas as are designated on the drawings and in accordance with the specification requirements herein outlined. 1.2 MEASUREMENT AND PAYMENT A . Work and acceptable material for block sodding will be measured by the square yard, complete and in place. B. Work performed and material furnished under "Measurement" will be paid for at the unit price bid for "Block Sodding'', which price shall be full compensation for furnishing materials, preparation of ground for planting, planting, raking, fertilizing, watering, sprinkling, maintenance, and for labor, tools, equipment and incidentals necessary to complete the work. 1.3 SUBMITT ALS A. Contractor shall submit material data on the source of the sod including the date the sod was cut. PART 2 -PRODUCTS 2.1 MATERIALS A. The sod shall consist of live, growing Bermuda grass, San Augustine grass, or other acceptable sod, (ninety-five percent pure), secured from sources where the soil is fertile and has been fumigated. The sod shall have a healthy virile root system of dense, thickly matted roots throughout. The sod shall be cut from the field so that there is a minimum of one-half inch of soil on the roots of the sod, and so that no roots show on the bottom of the soil. Sod shall be dense, with the grass having been mowed to 1 inch height before lifting from field. Sod shall be in a vigorous condition, dark green in color, free of disease and harmful insects. The contractor shall not use sod from areas where the grass is thinned out, nor where the grass roots have been dried out by exposure to the air and sun to such an extent as to damage its ability to grow when transplanted. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Unless the area has been closely pastured, it shall be closely mowed and raked to remove all weeds and long- standing stems. B. Care shall be taken at all times to retain the native soil on the roots of the sod during the process of excavation, hauling and planting. Sod material shall be kept moist from the time it is dug, until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required, prior to excavating. Do not stack sod for more than 36 hours between the time of cutting and the time of installation. The Engineer reserves the right to reject any sod deemed unacceptable for installation. Section 32 92 23 Sodding for Erosion Control Approved -812012 BI CS Unified Specifications C. All plantings shall be done between the average date of the last freeze in the spring and six weeks prior to the average date for the first freeze in the fall, according to the U.S. Weather Bureau . D. Fertilizer shall conform to the requ irements of the Item, "Fertilizer" and shall be applied at the rate of 480-pounds per acre. PART 3 -EXECUTION 3 .1 CO NSTRUCTION METHODS A. Immediately after the finished grade has been approved, begin sodding operations to reduce excessive weed growth. If the sod bed is dry, immediately prior to sod installation, dampen the surface with a fine mist of water. B . Grass shall be turf sod, cut into lQ inch by 24 inch strips. C . All areas to be sodded shall be raked to true lines, free from all unsightly variations, bumps ridges or depressions . All sticks, stones, roots or other objectionable material which might interfere with the formation of a finely pulverized seed bed, shall be removed from the soil. D. Lay sod so that adjacent strips butt tightly, with no spaces between strips. Lay sod on mounds and slopes, with strips parallel to contours. Stagger joints. Sodded areas shall be flush with adjoining seeded areas . All sod shall, of course, be laid green side up. Tamp and roll the sod thoroughly to make contact with the sod bed, or as directed by the Engineer. E . Peg sod on slopes three to one or steeper with pegs driven through sod into soil, until pegs are flush with the turf. Space pegs 18 inches on center . Pegs to be 1 inch square, 6 inches long or, 6 inch lengths of lath. Commercial fertilizer as outlined in the Item, "Fertilizer" shall be applied to the entire sodded area at the prescribed rates, immediately following laying of the sod. Immediately after fertilizing, water the entire area to a saturated depth of 2-inches. F. Immediately after installation of the sod, remove sod clumps on soil, wash off any plant materials and pavements not to have sod. Edges along curbs and drives, walkways, etc., shall be carefully trimmed and maintained until accepted. 3.2 CONTRACTOR'S MAINTENANCE & GUARANTEE PERIOD A. Maintenance of sodded areas shall be for 60 days after completion of the project and shall consist of watering, weeding, repair of all erosion and resodding as necessary to establish a uniform growth of the specified grass. Contractor shall guarantee growth and coverage of the sod planted under this contract to the effect that a minimum of 95% of the area planted will be covered with the specified planting after 60 days. Sod panels that are dead or dying shall be replaced. B. The Contractor shall be responsible for one (1) mowing every two weeks between the months of April to October. The Contractor shall also be responsible for one (1) mowing every three (3) weeks between the months of November to March. In addition, the Contractor shall water the entire sodded and hydro-mulched areas to a saturated depth of one (1) inch at least once a week between the months of April to September and a least once a month between the months of October to March. C . Contractor shall make a second planting to those bare areas not meeting specified planting as determined by the Engineer. Such replanting is to be performed within 90 days of initial application and upon notification by the Engineer to replant. END OF SECTION 2 Section 32 92 23 Sodding for Erosion Control MODIFICATIONS SECTION 33 39 13 MANHOLES The work under this item shall conform to the requirements of Technical Specification Section 33 39 13 - Manholes, which follows in its entirety, with the following modifications . 1. SECTION 33 39 13, 2 .2 TESTING REQUIREMENTS Delete this section in its entirety. Section 33 39 13 (Modifica tions) Manholes Rev ise d -812 01 2 SECTION 33 39 13 MANHOLES BI CS Unifie d Specifications (Sentences and/or paragraphs that are double underlined indicate revisions that were made from the 2009 specification. Additional revision is indicated by a dashed underline.) PART 1 -GENERAL 1.1 DESCRIPTION A. This item shall govern the manufacture, construction, and installation of sanitary sewer manholes. All manholes shall conform to TCEQ requirements . Submittal and approval shall be required for all pre-cast design. 1.2 MEASUREMENT AND PAYMENT A. The depth of manholes completed shall be determined by measuring the vertical distance from the flow line of the sewer main to the top of the manhole ring and cover. B. Standard manholes shall be measured by the each for various size diameters and depths . C. The contract unit prices shall be the total compensation for furnishing all labor, materials, tools , equipment, and incidentals and performing all work, of whatever nature required, that is necessary for the completion of the manholes in accordance with the provisions of the plans and these specifications. Material or methods used to stabilize the foundation shall be subsidiary to the bid item for Manholes . D. Cleanouts for services shall be considered subsidiary to the price for each service connection. E . Drop connections will be measured for payment per each, complete in place regardless of depth. 1.3 SUBMITT ALS A. Submit manufacturer's data on materials furnished indicating compliance with the specifications regarding dimensions, thickness, weights, and materials. B. Submit manufacturer's "Certificate of Compliance" stating that the materials furnished comply with this specification. PART 2 -PRODUCTS 2.2 MATERIALS A. CONCRETE Refer to SECTION 03 30 00 -CONCRETE B. MANHOLE RINGS AND COVERS The standard rings and covers (V-1432-3) and the water-tight ring and cover (V-2432-3) shall be manufactured by East Jordan Iron Works (or pre-approved equal.) The manhole shall bear the appropriate model number, the logo of City and the words "Sanitary Sewer". The cover shall have pick lugs cast into the surface. All manhole ring and covers shall have a 32" diameter. Section 33 39 13 Ma nhol es R evised -812012 BICS Unified Specifications C. GRADE RINGS Grade rings shall be precast reinforced concrete. Minimum thickness shall be 2 inches by 8 inches wide by 30 inches inside diameter. D. PRECAST REINFORCED MANHOLE SECTIONS Precast manhole sections conform to the current ASTM C478 standard. Joints shall be 0- ring gasketed. Thickness for manhole risers shall be as listed under wall "B" in the "Class Tables" of ASTM C76, Reinforced Concrete Pipe. E . PRE-CAST MANHOLE BASES Pre-cast manhole bases will conform to all TCEQ requirements and City Specifications for invert depths, reinforcement, base thickness and manhole depth for pipe size. F . DROPS Drops shall be constructed of either ductile iron as specified in SECTION 33 05 02 - DUCTILE IRON PIPE or PVC pipe as specified in Section 33 05 01 - POL YVINL YLCHLORIDE PIPE AND FITTINGS. Citv of Bryan requires drops to be placed on the inside of a manhole. using a cross to allow access to the vertical pipe. for all pipes up to and including 12" in size. Outside drops will not be allowed unless ore- approyed by City of Bryan. City of College Station requires drops to be placed on the outside of a manhole. using a size on size wve. for all pipes 6" in size and larger. For pipes smaller than 6". within the City of College Station. drops shall be placed inside of manhole using a cross. 2.2 TESTING REQUIREMENTS See SECTION 33 01 30 -TESTING OF GRAVITY SEWER SYSTEMS . PART 3 -EXECUTION 3.1 INSTALLATION A. MANHOLE BAS ES 1. Construct manhole bases in the configuration shown on the Plans . Minimum thickness below the flowline of sewer shall be 8 inches or as shown on the details. 2. Insure that bases are constructed or installed on firm ground and that ground water is controlled. Install appropriate material for a minimum of 4" to stabilize bottom if directed to do so by the Engineer. 3. The invert of manholes s hall be formed in such a fashion that they are smooth and will not obstruct flow of sewage. Provide flow channels in the manhole base equivalent to the top of the pipe by forming the concrete base and trowelling it to a smooth, even finish with a steel trowel. Slope the manhole bench from the wall line to edge of flow channel and trowel it smooth on a grade of 1 inch per foot with a liberal radius applied at flow channel intercepts. B. PRECAST MANHOLES 1. Precast Manhole bases shall be placed on a 6" minimum depth layer of cushion sand, gravel or pre-approved material. 2 Section 33 39 13 Manholes Revise d -81201 2 2. BI CS Unified Specifications Cast bottom section of precast manhole riser ring in manhole base as shown on the Plans. Place "Synko-Flex" waterstop (or pre-approved equal) per manufacturer's recommendations prior to setting precast starter ring. The base shall have a minimum diameter 12 inches greater than the outside diameter of the manhole, and a minimum thickness including the area under the pipe as follows: O' to 12' deep manhole ................................ 8" base thickness Greater than 12'depth .................................. 12" base thickness 3. All invert channels shall be smooth and accurately shaped to a semi-circular bottom conforming to the outside of the adjacent sewer section. Inverts shall be formed directly in the concrete of the manhole base or may be constructed by laying full section sewer pipe straight through the manhole and cutting out the top half after the base is constructed. Changes in the direction of the sewer and entering branches shall have a true curve of as large a radius as the size of the manhole will permit. Where the largest pipe at a manhole is less than 12'', the channel depth shall be one half of the largest pipe diameter. When the largest pipe at the manhole is between 12 and 24 inches (inclusive,) the channel depth shall be three fourths of the largest pipe diameter. When the largest pipe at a manhole is greater than 24 ", the channel depth shall match the largest pipe. In all cases , the edges of the pipe along the invert and at the walls of the manhole shall be plastered and brush-finished. Plaster shall be non- shrink or hydraulic grout. 4 . Where inlet leads, main or lateral pipe sewers enter manholes, pipes shall be cut off flush with inside of manhole any irregularities shall be grouted up with non-shrink grout. Install stub outs, where shown, to line and grade. Use one fuli joint of pipe, of size indicated, for stub out. Seal stub out with plug. Install plug in such a manner as to prevent seepage of leakage through stub outs. Installation of plug shall be such that it may easily be removed in future without damaging bell or groove end of stub out. 5. If manholes are constructed in streets where immediate subsequent paving or re- paving is involved, readjust the manhole ring and covers, immediately prior to the paving operations. Manholes shall be installed with joints of size and numbers required to obtain correct depth. Contractor is responsible for verifying correct manhole depth before construction. Initially, manhole tops shall be not less than 6- inches nor greater than 18-inches from final grade. If manholes are relocated in the field because of unforeseen conflicts, the Contractor is responsible for correct depth of manhole. Manhole tops shall be set as follows: a.) Developed Areas : Set manhole tops 1-inch higher than existing elevation of natural ground or other final grade when specified by the Engineer. b.) Undeveloped Areas : Set manhole tops flush with paved surfaces and 6-inches higher than shoulder and/or proposed final grade elevations in easements or other unpaved areas. Where manholes are located in bottom of ditches, either set manhole top by EJIW V-2342 , or pre-approved equal, flush with ditch bottom and seal with solid cover, or set twelve inches above ditch top and reshape ditch around manhole. 6. Prior to placing each section of manhole riser or cone, thoroughly clean the bells and spigots to be joined. 7. Backfilling will be performed evenly and carefully around the manhole after the full strength of the concrete is attained. 3 Section 33 39 13 Manholes Revised -812012 BI CS Unified Specifications 8. Carefully place the 0-ring gasket and check for proper alignment. 9 . Plug lift holes , interior joints, and exterior joints with "Water Plug" grout. 10. Each manhole shall be individually vacuum tested according to the SECTION 33 39 13 -MANHOLES . Stub-outs, boots, and pipe plugs shall be secured to prevent movement while the vacuum is being drawn. C. CAST-IN PLACE MANHOLES Cast-In place manholes are not allowed without prior approval from the City Engineer. This approval shall only be in emergency situations. D. FIBERGLASS MANHOLES Fiberglass manholes are permitted with written approval from the City Engineer. E. INSTALLATION OF MANHOLE AROUND EXISTING SEWER PIPE (City of College Station Only) Should a manhole need to be installed around an existing sewer. the existing sewer pipe must first be exposed and an invert constructed under the pipe. The excavation must be kept free of water while the manhole is being constructed. Inverts may be formed by pouring the concrete invert (3.000 psO and cutting out the top half of the pipe. A orecast manhole section. with U-shaped cutouts for the pipe. can then be installed over the existing pipe. The voids of the cutout must then be filled with hydraulic cement. The ton sections of the manhole shall be constructed per the standard manhole specification. Cast-in-place manholes will also be permitted for installation around existing sewers. The sanitary sewer pipe shall not orotrude into the trough of the manhole Call pipe shall be flush with the manhole). E. SERVICE CONNECTIONS Service connections at manholes will meet all other requirements of this specification and shall be tied into the manhole with a manhole boot. At the time of construction. the Engineer will designate the locations of the service outlets and the depth to the top of the lateral pipe, if depth is not indicated on the plans . The minimum depth of cover over the end of the lateral pipe shall be no deeper than what is required to serve the intended lot. F . CLEANOUTSTRUCTURES The Contractor shall construct cleanouts where shown on the plans and as specified. All backfill around and above the pipe shall be machine tamped in layers not exceeding 3- inches in depth so that no settlement shall occur after the cleanout is constructed. Cleanouts shall be provided at each service connection and located at the edge of an easement or at the right-of-way. The cleanouts shall be enclosed within a round plastic box which has a lid that makes the cleanout accessible, set flush with the ground. Cleanout shall include a brass plug CCitv of Brvan only). 4 Section 33 39 13 Manholes R ev ise d -812 01 2 BI CS Unified Sp ec ifications G. DROP MANHOLES Drop manholes shall be constructed for elevation differences of 24 inches or greater as measured from the flow line of the pipe to the flow line entrance of the manhole and constructed in a manner that will allow the water from the drop to drop in the flow line of the intersecting sewer. END OF SECTION 5 Section 3 3 39 13 Manh oles Approved -812012 PART 1 -GENERAL 1.1 DESCRIPTION SE CTION 34 41 13 SIGNAGE BICS Unified Sp ec ificati on A. Provide all products , equipment, transportation, protection and labor required to construct and install warning, regulatory, directional , entrance and information signage, including sign posts and associated hardware, as shown on the plans , or as directed by the City. 1.2 MEASUREMENT AND PAYMENT A. Signage will be paid for per each unit sign. All s ign components (substrate, sheeting, post, support, mounting hardware, etc.) will not be measured or paid for directly but will be subsidiary to each unit sign. This compensation shall include all labor, materials , equipment and incidentals necessary to complete the work. The signage to be installed includes warning, regulatory, directional, entrance and information types . 1.3 SUB MITT ALS A. Shop Drawings: Show shop drawings, not necessarily to scale, but sufficient enough in detail to show color, wording, lettering size and style, overall sign size, construction details and installation details for each type of sign. PART 2 -PRODUCTS 2.1 SIGN SUBSTRATE A. Sign substrate (except street name signs) shall meet requirements for ASTM B 209 and have the following thicknesses : 0.080" for signs less than 7 .5 sq. feet , 0.100" for signs 7 .5 to 15 sq. feet , and 0 .125 " for signs greater than 15 sq. feet. B . F or street name signs in the areas governed by the City of College Station, contact the city's Planning and Development Services Department for the requirements and standards. C. In the City of Bryan, all street name signs shall be green unless otherwise specified or located within the bounds of Sims Street to the east, Texas Avenue to the west, Martin Luther King Boulevard to the north, and E. 29th Street to the south, where street name signs shall be brown and include the Downtown Bryan logo as provided by the City of Bryan T raffic Department. 2.2 SIGN SHEETING A. All sign sheeting materials shall meet the requirements of ASTM D 4956 Type, as follows: 1. Red background -ASTM Type VII, VIII, IX, or X (or T xDOT Type D), with ASTM Type III or IV (TxDOT Ty pe C) legend/border 2. White b a ckground -ASTM T ype III or IV (TxDOT Type C), with black acrylic legend/border Section 34 41 13 Signage Approved -812012 BICS Unified Specification 3. Fluorescent Yellow-Green background -ASTM Type VII , VIII, IX, or X (TxDOT Type E), with black acrylic legend/border (school-related warning signs) 4 . Green, Brown, Blue backgrounds -ASTM Type III or IV (TxDOT Type C), with white ASTM Type VII, VIII , IX, or X (TxDOT Type D) legend/border 2.3 SIGN POST A. All sign posts shall be 13 BWG galvanized steel tubing (as per ASTM 123 or ASTM A653 G210), and have 2.375" outside diameter and 0 .095" nominal wall thickness. In the City of Bryan, posts shall be black powder-coated when specified and in the City of College Station, posts shall always be bronze powder-coated. Painted or spliced posts are not acceptable . Posts shall be seamless steel tubing, with 50,000 PSI minimum yield strength, and 70,000 PSI minimum tensile strength. Length shall be determined as per Texas MUTCD sign height requirements. All sign posts shall be delineated with a 12-inch retroreflective strip (yellow or red) as per Section 2A.21 of the Texas MUTCD. 2.4 SIGN SUPPORT A. For the City of Bryan, sign supports shall meet crashworthy requirements ofNCHRP 350, and unless otherwise specified, shall be the steel "Wedge Anchor System", except for when sign is in the TxDOT right-of-way. Signs located within TxDOT right-of-way shall be the "Triangular Slip base System" as shown on TxDOT standard detail SMD(Slip-1 )-08. B. City of College Station shall require, as shown on the TxDOT standard details , the Triangular Slipbase System" on collectors and above and the "Wedge Anchor Systems" on local streets . 2.5 MISCELLANEOUS A . Use galvanized steel, stainless steel , or dichromate-sealed aluminum for bolts , nuts , washers , lock washers, screws, and other sign assembly hardware. Use plastic or nylon washers to avoid tearing the sheeting material. PART 3 -EXECUTION 3.1 INSTALLATION A. Erect signs in their designated locations, as indicated and in accordance with the approved shop drawings and the applicable requirements of DOT Section 645. B. Examine proposed sign location, mark with stake and seek City representative's approval before installation. C. Protect surfaces and finishes from abrasion and other damage during handling and installation. D. R eplace damaged or faulty signs. END OF SECTION 2 Section 34 41 13 Signage I -- Bub 0 !Ylu lkt ~©l ~;ea-:, - Fl~crFe~ 0 T~lJ-~ CIC'I .A.··-. ---_, --* Iv!.~ l'<N~ /;Jt..n.J~ ~~ocnh.. ft)ec.-3 l ~ m - 1 Wlsc.C'..(••·:. ~tu c-rJk.<:c~ lr;<5!(d_:--· ~ ~ IT;-"-"-' -Htu-· -s~·,~.h,.- \ .t ~ ~t--A<~<?J~ ~dl ~ reL ~iu,..J ";)~. 41 ~~~. l -t7l ~-;.ch~ ---,,~ c _s~- -~$. ~~~-//I' -- -I- --· . . - - Venessa Garza From: Venessa Garza Sent: To: Thursday, January 15, 2015 8:49 AM 'rhenderson@voxtx.com ' Cc: Bob Schmidt; 'Kelly Hajek' Subject: Normand Drive Sidewalk Project Good morning Rachel, The contract for the Normand Drive sidewalk project is finally ready and we can begin construction. I will be the project manager for the City . Bob Schmidt and Kelly Hajeck with O'Malley Engineers now named O'Malley Strand Associates are the design engineers. Please provide the usual submittals for review and then we can schedule the preconstruction meeting. Thanks and let me know if you have any questions. Venessa Garza, AICP Greenways Program Manager Planning and Development Services Department Mailing Address: P.O. BOX 9960, College Station, Texas 77842 Physical Address: 1101 Texas Avenue Office 979-764-3674 I Fax 979-764-3496 Crn-or Coi J l :Gt . STAT!<)~ Homt•f7t-.-l d-M U~irmirr· 1 Entry ID 882590 882590 882590 882590 CITY OF COLLEGE S TATION Contract Workflow Audit Report !Contract !User I Approval !Action I Normand Drive Sidewalk I LSIMMS I Director Action I Approved Project-14-294 I j Normand Drive Sidewalk I HPAVELKA I Purchasing Action I Approved Project-14-294 1Normand Drive Sidewalk I RYOUELL I Risk Action I Approved 1 Project-14-294 1 Normand Drive Sidewalk I CH ERNANDEZ ICMO Action I Kelly Templin -Approved 1 Project-14-294 and Executed ~.D \Lf{J1 I (o !Approval Time 17 /2/2014 7:55:36 PM I 17 /2/2014 9:52 :47 PM 17 /2/2014 9:32 :51 PM 17 /7 /2014 4:46 :24 PM AB Proj ect Reprint Confirmation Page EABPRJB5802773 Texas Department of Licensing and Regulation Architectural Barriers Project Registration Confirmation Page Monday , October 13 , 2014 EABPRJB5802773 PERSON FILING FORM Name: Kelly M . Hajek , P.E. Phone: 979-836 -7937 Person Address: P.O. Box 1976 , Brenham , TX 77834 Ras Number: 8 Project Name: City of College Station Normand Dr. Project Address: Normand Drive Sidewalk 3200 Normand Drive College Station , TX 77845 County: Brazos TENANT Contact Name: N/A Phone: Contact Address: BUILDING/FACILITY Name: Normand Drive Sidewalk FACILITY Owner: City of College Station Phone: 979 -764-3674 Owner Address: P.O . Box 9960 , College Station , TX 77842 Contact Name: Venessa Garza , AICP Phone: 979 -764-3674 Contact Address: P.O . Box 9960 , College Station , TX 77842 Contact Email: vgarza@cstx .gov DESIGN FIRM Name : O'Malley Engineers L.L.P. Phone: 979-836-7937 Firm Address: 203 S . Jackson , Brenham , TX 77833 Designer Name: Kelly M. Hajek , P.E . Emai: kmh@omalleyengineers .com Type of License: Engineer License Number: 103547 PROJECT DESCRIPTION Start Date: 11/2014 Completion date: 11/2015 Estimated Cost: $85 ,000 .00 Type of Work: Renovat ion/Alteration Type of Funds: This project involves public funds , public land , or is a state lease . Are the private funds provided by a tenant? No State Lease No . : N/A Page 1 of 1 Scope of Work: The City of College Station proposes to install a 5-foot wide concrete sidewalk along the east side of Normand Drive between Ponderosa Road and Rock Prairie Road in College Station , Texas . Curb ramps will be installed at each street crossing . Does this building(s) have more than one level? Not a building Are there any elevators, escalators, or platform lifts in this building? Not a building Are there any boiler in this building? Not a building This AB Project registration Confirmation Page , construction documents , and applicable fees must be submitted in accordance with the Texas Administrative Code Chapter 68 , Rule 6 8 .51. If TDLR w ill be performing the review or inspection services , see Rul e 68 .80 . If a RAS wil l be performing the review or inspection services , please contact the RAS as they set and collect their own fees , see Rule 68 .75 . In accordance with Ru le 68 .52 , the owner of a building or fac ility must also obtain an inspection from the department or a registered accessibility specialist not later than the first ann iversary of the complet ion of construction . Request for inspection shall be made by completing the Request for Insp ection form and submitting it no later than 30 calendar days after the complet ion of construction . h ttps://www.tdlr .texas.gov/ABProj ectRegi strationOnline/A BPro jec tPrint Co nfirm l'lt ion "" 1 A /1 ")/"'""' A TAS 2012 Plan Review for EABPRJB5802773, City of College Station Normand Drive Sidewalks, 10/18/2014 Scope of Work: 68.102. Public Right-of-Ways Projects. (New section effectiv e February 1, 2005, 30 TexR eg 382; amended effec tive March 1, 200 7, 32 TexR eg 884; amended effec tiv e March 15, 2012, 3 7 TexR eg 677) (a) For purposes of §68.80, the estimated cost of construction for the project shall be based on the ped estrian elements only. Construction docum e nts submitted for review are only required to include pedestrian elements bein g constructed , renovated , modified , or a lt ered as part of the project scope. (b) App lic ation ofTAS shall be limited to tho se pedestrian elements being constructed, renovated , modified , or a ltered as part of the project scope. The pedestrian e lements shall comply with applicab le sections ofTAS except as modified by thi s section. Unacceptable: (2) Curb Ramps--At curb ramp s constructed within the public right-of-way, handrails are not required ; however, if provided they must comp ly with TAS 405 .8. For purposes of this sect ion, non-signalized driveways are not considered to be hazardous vehicu lar areas. (A) At perpendicular curb ramps constructed within the public right of way, detectable warnings comply in g with TAS 705 at a minimum of24" in depth (in the direction of pedestrian travel) and extending the full width of the curb ramp shall be provided where the pedestrian access route enters a crosswalk or other hazardous vehicu la r area. (B) At parallel curb ramps constructed within the public right-of-way, detectable warnings complying with TAS 705 at a minimum of 24" in depth (in the direction of pedestrian travel) and extending the full width of the landin g sha ll be provided where the pedestrian access route enters a crosswalk or other hazardous vehicular area. (C) At diagonal curb ramps constructed within the public right-of-way, detectable warnings complying with TAS 705 at a minimum of24" in depth (in the direction of pedestrian travel) and extending the full width of the curb ramp or landing, shall be provided where the pedestrian access route enters a crosswalk or other hazardous vehicular area. Additionally, the department will al low the detectable warning to be curved with the radius of the comer. ifhe detectable warning sha ll be located so that the edge nearest the curb lin e is 6" minimum and IO '" maximum from t he curb line. Notes: The curb ramp at the intersection of Bermuda Ct. and Normand Drive has the truncated domes to far from the intersection; it exceeds the 6" to 10" maximum from the curb line. THE REVIEW OF DOCUMENTS AS CONTRA C T DOCUMENTS AND FIELD I NS PEC TIO NS, BY THI S REG ISTERED ACCESSSIBLITY SPECIALIST, EDD IE HARE, FOR THE TEXAS DEPARTMENT OF LICENSING AND REGULATIO N (J'DLR), AUSTIN, TEXAS , IS BASED ON BEST EFFORTS ENDEAVOR FOLLOWI NG INS TRUC TION AND CE RTIFICA TIO N BY BOTH TDLR AND ICBO. PLA N REVI EW AND INS PE CTIO N IN NO WAY WARRANTS COMPLETE COMP LIA NC E TO THE TEXAS ACCESSIBLITY STANDARDS. TH IS BUS INESS, THE PROFESSIO NA L, HIS EMPLOYEES, AND CLI ENT FOR WHOM THE REVI EW OR INSPECTIO N IS MADE AGREES TO HOLD HARML ESS AND INDEMN IFY THE REGISTERED ACCESSIBI LTY SPECIALIST, EDD IE HARE, AND THE TDLR FROM AND AGA INST ANY LIABILITY ARISING FROM THE PERFORMA NCE OF THE WORK O'Malley Engineers, L.L.P. TBPE No . F-3244 October 23, 2014 Mr. Eddie Hare Registered Accessibility Specialist 5855 Foster Road Bryan, Texas77807 Re: AB Project No. EABPRJB5802773 City of College Station Normand Drive Sidewalk Project No. ST-1418 OE Job No. 675.006 PB Dear Mr. Hare: Craig Konkel, P.E. Robert C. Schmidt, P.E. Ed Addicks, P.E . On behalf of the City of College Station, I am submitting revised Plan Sheet No. 5 of 8 to address your comment on your TDLRJT AS review of the above referenced project. I have moved the detectable warning surface to a position six inches ( 6") behind the face of curb on the north side of Bermuda Ct. We appreciate your efforts on this project and please do not hesitate to call me at 979-836-7937 if there are any questions or if you require any further information. Kelly M. Raj e , Project Engineer :KMH Enclosure cc: Venessa Garza, City of College Station K:\00675\675-006PB\Letter\Ed die Hare-Revised Plan Sheet No. 5.doc 203 S. Jackson P. 0 . Box 1976 Brenham, Texas 77834-1976 (979) 836 -7937 FAX (979) 836 -7936 O'Malley Engineers, L.L.P. T BPE No. F-3244 October 13 , 2014 Mr. Eddie Hare Registered Accessibility Specialist 5855 Foster Road Bryan, Texas 77807 Re: AB Project No. EABPRJB5802773 City of College Station Normand Drive Sidewalk Project No. ST-1418 OE Job No. 675.006 PA/PB Dear Mr. Hare: Cra ig Konkel, P.E . Robert C. Schmidt, P.E. Ed Addicks, P.E. On behalf of the City of College Station, I would like to request that you perform an architectural barriers review for the proposed improvements on the above referenced project. Please find enclosed the following: 1. One (1) set of plans. 2. One (1) project manual containing technical specifications only. 3. One (1) copy ofTDLR Architectural Barriers Project Registration Confirmation Page showing that the project has been registered on the TDLR website. The Project Number is EABPRJB5802773. We appreciate your efforts on this project and please do not hesitate to call me at 979-836-7937 if there are any questions. Sincerely, ~ ~ Kelly ~E. Project Engineer :KMH Enclosures cc + Confirmation Page: Venessa Garza, City of College Station K :\00675 \675-006PA\Letter\Eddie H are-A ccessi bility R eview Submittal .doc 203 S. Jackson P. 0 . Box 1976 Brenham, Texas 77834-1976 (979) 836 -7937 FAX (979) 836 -7936 AB Project Reprint Confirmation Page EABPRJB5802773 Texas Department of Licensing and Regulation Architectural Barriers Project Registration Confirmation Page Monday, October 13, 2014 EABPRJ B5802773 PERSON FILING FORM Name: Kelly M . Hajek , P .E. Phone: 979-836-7937 Person Address: P .O. Box 1976 , Brenham, TX 77834 Ras Number: 8 Project Name: City of College Station Normand Dr. Project Address: Normand Drive Sidewalk 3200 Normand Drive College Station , TX 77845 County: Brazos TENANT Contact Name: N/A Phone: Contact Address: BUILDING/FACILITY Name: Normand Drive Sidewalk FACILITY Owner: City of College Station Phone: 979-764-3674 Owner Address: P.O. Box 9960, College Station, TX 77842 Contact Name: Venessa Garza, AICP Phone: 979-764-3674 Contact Address : P .O . Box 9960 , College Station, TX 77842 Contact Email: vgarza@cstx .gov DESIGN FIRM Name: O'Malley Engineers L.L .P . Phone : 979-836-7937 Firm Address: 203 S. Jackson, Brenham , TX 77833 Designer Name: Kelly M . Hajek, P .E. Emai: kmh@omalleyengineers.com Type of License: Engineer License Number: 103547 PROJECT DESCRIPTION Start Date: 11/2014 Completion date: 11/2015 Estimated Cost: $85 ,000.00 Type of Work: Renovation/Alteration Type of Funds: This project involves public funds, public land , or is a state lease . Are the private funds provided by a tenant? No State Lease No. : N/A Page 1of1 Scope of Work: The City of College Station proposes to install a 5-foot wide concrete sidewalk along the east side of Normand Drive between Ponderosa Road and Rock Prairie Road in College Station , Texas . Curb ram ps will be install ed at each street crossing . Does this building(s) have more than one level? Not a building Are there any elevators, escalators, or platform lifts in this building? Not a bu ilding Are there any boiler in this building? Not a building This AB Project registration Confirmation Page, construction documents , and appl ica ble fees must be submitted in accordance with the Texas Administrative Code Chapter 68 , Rule 68 .51 . If TDLR will be performing the review or ins pecti on services , see Rule 68 .80. If a RAS will be perform ing the review or inspection serv ices , please contact the RAS as they set and collect their own fees, see Rule 68 .75 . In accordance with Rule 68 .52 , the owner of a building or facility must also obtain an inspection from the department or a registered accessibility specialist not later than the first anniversary of the completion of construction. Request for inspection shall be made by completing the Request for Inspection form and submitting it no later than 30 calendar days after t he completion of construction. httns://www.tdlr.texas .~rnv/ ABProiectRe!!istrationOn line/ A BProiectPrintConfirmation.as... 10/13 /2 014 EDDIE HARE-ACCESSIBILITY SPECIALIST TDLR/TAS Registered Accessibility Specialist #0008 5855 Foster Road * Bryan, Texas 77807 October 18 , 2014 Venessa Garza, AICP City of College Station P.O. Box 9960 College Station, Texas 77842 (979) 775-6850 office * (979) 775-6820 fax * (979) 820-0149 cell Re: City of Co ll ege Station Normand Dri ve Sidewalks EABPRJB58027773 3200 block of Normand Dri ve * College Station , Texas 7784 5 PLAN REVIEW-COMPLETED To Vene ssa Garza: E nclos ed are the re sult s of the pl a n rev iew completed on the refere nced facility. Identified on the report are areas of nonconformance w ith accessibility standard s adopted by the Texas Departm e nt of Licensing and Regulation for the purpose of en s urin g compliance with Texas Gove rnment Code, Chapter 469. Although defic ienci es may have be e n noted, the refere nce project may be eligible for In spection approval if constructed in accordance with the Texas Access ibility Standards. Items which are the responsibility of the owner should be refe rred to the appropriate person for action. The building or facility owner must request an inspection from the Department, (or a D e partment authorized provider of in spection service s) no later than thirty (30) days after completion of construction. If the completion date provided on the Project Registration Form is no longer correct, notify this office (in writing) of the revised completion date as soon as possible. This determin ation does not address applicability of th e Americans with Disabilities Act (ADA), (P.L. 101-336) or any other local , state, or federal requirement. For information on the ADA Hotline, (800) 949-4232 , or the U nited States Department of Ju st ic e at (202) 514-0301. Please reference the Department assigned project number (EABPRJ#) in all future correspondence pertaining to this project. Eddie Hare Accessi bility Speciali st ICC# 1131801-21 RAS# 0008 Cc: O'Malley Engineers THE REVJEW OF DOCUMENTS AS CON TRA C T DOCUMENTS AND FJELD I NSPECTIONS, BY THI S REGISTERE D ACCESSSJBLJTY SPECJALJST, EDD IE HARE, FOR THE TEXAS DEPARTME NT OF LJ CENSJNG AND REG ULATION ([DLR), AUSTI N, TEXAS , JS BASED ON BEST EFFO RTS ENDEAVOR FOLLOWING INSTRUC TI ON AND CE RTIFICA TI ON BY BOTH TDLR AND JCBO. PLA N REVJEW AND I NS PEC TIO N JN NO WAY WARRANTS COMPLETE COMPLJA NCE TO THE TEXAS ACC ESS IBLJTY STANDARDS. TH IS BUSI NESS, TH E PROFESSIONAL, HIS EMPLOYEES, AND CLIENT FOR WHOM THE REVI EW OR INS PECTI ON JS MADE AGREES TO HOLD HARMLESS AND INDEMNI FY THE REGISTERED ACCESSIBILTY SPECIA LIST, EDD I E HARE, AND THE TDLR FROM AND AGA INS T ANY LJABI LITY ARISING FROM THE PERFORMANCE OF THE WORK O'Malley Engineers, L.L.P. T BPE No . F-3244 CITY OF COLLEGE STATION NORMAND DRIVE SIDEWALK ENGINEER'S OPINION OF PROBABLE CONSTRU CTION COST OE JOB NO. 675 .006 PA/PB October 10 , 2014 Item Qty Unit ---Description Unit Cost Base Bid 1 1 LS Mobilization I Demobilization $ 4 ,000 .00 2 1 LS Traffic Control Implementation $ 5,000.00 3 1 EA Relocate existing stop sign and pole $ 1,000.00 4 680 SY Grass Sod Replacement (Bermuda) $ 4.00 5 30 SY Demo existing sidewalks (includes $ 40.00 sawcutting, removal , hauling, and di sposal) Demo existing private driveway apron 6 30 SY (includes sawcutting, removal, hauling, and $ 40.00 disposal) Construct 4 11 min. thickness reinforced 7 4 ,450 SF concrete sidewalks (includes grubbing and $ 8 .00 ground preparation) Construct 4 11 min . thickness reinforced 8 30 SY concrete residential driveway crossing and $ 45.00 apron (including 5' radii with curbs) 9 4 EA Construct A.D .A. Ramp SW3-00 (includes $ 2,000.00 grubbing and ground preparation) 10 6 EA Construct A.D.A . Ramp SW3-05 (includes $ 1,200 .00 grubbing and ground preparation) 11 1 EA Construct Parallel Handicap Curb Ramp $ 2 ,500.00 (includes grubbing and ground preparation) 12 2 EA Demo top of existing manhole and construct $ 1,500.00 new top to match finished grade Remove 2' of existing curb and gutter and 13 2 EA construct 1' of laydown curb and gutter. Tie- $ 250 .00 in to existing curb and gutter with 6" transition on each side of laydown curb. Remove ex isting laydown curb and gutter 14 15 LF and construct new curb and gutter (includes $ 45.00 grubbing, ground preparation, and ti e-in to existing curb and gutter and concrete apron). TOTAL BASE BID $ K:\00 675 \6 75-006PA\10-10-14 Cos t Est.x is Craig Ka nkel , P.E. Robert C. Schmidt , P.E. Ed Addicks , P.E. Total $ 4,000 .00 $ 5,000 .00 $ 1,000 .00 $ 2,720.00 $ 1,200 .00 $ 1,200 .00 $ 35 ,600 .00 $ 1,350.00 $ 8,000.00 $ 7,200 .00 $ 2,500 .00 $ 3,000 .0 0 $ 500.00 $ 675 .00 73,945.00 P age 1 of2 203 S. Jackson P. 0 . Box 1976 Brenham , Texas 77834 -1976 (979) 836-7937 FAX (979) 836 -7936 CITY OF COLLEGE STATION NORMAND DRNE SIDEWALK ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST OE JOB NO. 675.006 PA/PB October 10, 2014 Item Qty Unit Description -,_ Alternate Bid A -Street Crossing Replacement Demo existing street crossings as shown in Al 140 SY the plans (includes sawcutting, removal , hauling, and disposal) A2 105 SY Construct 6" min. thickness flexible base crushed limestone A3 105 SY Construct 2" min . thickness hot mix asphaltic concrete pavment A4 35 SY Construct concrete curb and Gutter and 6" min. thickness reinforced concrete apron TOTAL ALTERNATE BID A TOTAL BASE BID+ ALTERNATE BID A O'Malley Engineers, LLP TBPE No. F-3244 K:\00 67 5\675-0 06PA\10-1 0-14 Cos t Est xls Unit Cost $ 35.00 $ 20 .00 $ 18.00 $ 45 .00 $ $ Total $ 4,900 .00 $ 2,100 .00 $ 1,890 .00 $ 1,575.00 10,465.00 84,410.00 Page 2 of2 O'Malley Engineers, L.L.P. TBPE No. F-3244 CITY OF COLLE GE STATION NORMAND DRIVE SIDEWALK E NGINEER'S OPINION OF PROBABLE CONSTRUCTION COST OE JOB NO . 675 .006 PA/PB October 10 , 201 4 Item Qty Unit :,, -· -·-Description ·-· --· Unit Cost Base Bid 1 1 LS Mobilization I Demobilization $ 4 ,000 .00 2 1 LS Traffic Control Implementation $ 5,000.00 3 1 EA Relocate existing stop sign and pole $ 1,000.00 4 680 SY Grass Sod Replacement (Bermuda) $ 4 .00 5 30 SY Demo existing sidewalks (includes $ 40 .00 sawcutting, removal , hauling, and di sposal) Demo existing private driveway apron 6 30 SY (includes sawcutting, removal , hauling, and $ 40.00 disposal) Construct 4" min. thickness reinforced 7 4 ,450 SF concrete sidewalks (includes grubbing and $ 8.00 ground preparation) Construct 4" min . thickness reinforced 8 30 SY concrete residential driveway crossing and $ 45 .00 apron (including 5' radii with curbs) 9 4 EA Construct A.D.A. Ramp SW3-00 (includes $ 2,000 .00 grubbing and ground preparation) 10 6 EA Construct A.D.A. Ramp SW3-05 (includes $ 1,200.00 grubbing and ground preparation) 11 1 EA Construct Parallel Handicap Curb Ramp $ 2,500 .00 (includes grubbing and ground preparation) 12 2 EA Demo top of existing manhole and construct $ 1,500.00 new top to match finished grade Remove 2' of existing curb and gutter and 13 2 EA construct 1' of laydown curb and gutter. Tie-$ 250.00 in to existing curb and gutter with 6" transition on each side oflaydown curb . Remove ex isting laydown curb and gutter 14 15 LF and construct new curb and gutter (includes $ 45.00 grubbing, ground preparation, and tie-in to ex isting curb and gutter and concrete apron). TOTAL BASE BID $ K:\00675\6 75-006PA\l 0-10-14 Cos t Es t.xis Craig Konkel, P.E. Robert C. Schmidt , P.E. Ed Addicks , P.E. Total $ 4,000.00 $ 5,000 .00 $ 1,000 .00 $ 2,720.00 $ 1,200 .00 $ 1,200 .00 $ 35 ,600 .00 $ 1,350 .00 $ 8,000.00 $ 7,200.00 $ 2 ,500.00 $ 3,000.00 $ 500 .00 $ 675 .00 73,945.00 Page I of2 203 S. Jackson P. 0 . Box 1976 Brenham, Texas 77834-1976 (9 79) 836 -7937 FAX (979) 836 -7936 CITY OF COLLEGE STATION NORMAND DRNE SIDE WALK ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST OE JOB NO. 675.006 PA/PB October 10 , 201 4 ,. Item Qty Unit Description , ___ ·- Alternate Bid A -Street Crossing Replacement Demo existing street crossings as shown in Al 140 SY the plans (includes sawcutting, removal , hauling, and disposal) A2 105 SY Construct 6" min. thickness flexible base crushed limestone A3 105 SY Construct 2" min. thickness hot mix asphaltic concrete pavment A4 35 SY Construct concrete curb and Gutter and 6" min . thickness reinforced concrete apron TOTAL ALTERNATE BID A TOTAL BASE BID +ALTERNATE BID A O'Malley Engineers, LLP TBPE No. F-3 244 K:\00675\675 -00 6PA\I 0-10 -1 4 Cost Est.xis Unit Cost $ 35 .00 $ 20.00 $ 18.00 $ 45.00 $ $ Total $ 4 ,900 .00 $ 2,100.00 $ 1,890 .00 $ 1,575.00 10,465.00 84,410.00 Page 2 of2 T Item Base Bid I 2 3 4 5 6 O'Malley Engineers, L.L.P. TBPE No. F-3 244 CITY OF COLLEGE STATION NORMAND DRIVE SLDEWALK ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST OE JOB NO . 675 .006 PA/PB October I 0, 20 14 Qty Unit Description Unit Cost l LS Mobilization I D e mobili zatio n $ 4 ,000.00 1 LS Traffic Control Impl e mentation $ 5,000.00 1 EA Relocate existing stop sign a nd pole $ 1,000 .00 680 SY Grass Sod Replacement (Berm ud a) $ 4 .00 30 SY Demo existi ng sidewalk s (includ es $ 40.00 sawcutting, removal , hau lin g , and disposal) Demo existi ng private driveway apron 30 SY (incl ud es sawc utt in g , removal , hauling, an d $ 40 .00 di sposa l) Construct 4" min . thickness reinforced 7 4,450 SF concrete s id ewalk s (inc lud es grubbing a nd $ 8.00 ground preparation) Construct 4" min. thickness reinforced 8 30 SY concrete residential driveway crossing and $ 45 .00 apron (in clu din g 5' radii with curbs) 9 4 EA Construct A .D.A. Ramp S W 3-00 (incl ud es $ 2 ,000.00 grubb in g and gro und preparation) 10 6 EA Construct A.D .A. Ra mp S W3 -05 (i ncludes $ 1,200.00 grubbing and gro und preparation) 11 1 EA Construct Parallel Handicap C urb Ramp $ 2,500 .00 (includes grubb in g and gro und preparation) 12 2 EA Demo top of existi ng manhole and constru ct $ 1,500.00 new top to match finished grade Remove 2' of existi ng curb a nd gutter a nd 13 2 EA construct l' of laydown curb a nd gutter. Tie- $ 250.00 in to existi ng c urb and gutter with 6" transition on eac h s id e of laydown curb. Remove existing laydown curb and g utter 14 15 LF and co nstruct new c urb and gutter (includes $ 45.00 grubbing, ground preparation , and tie-in to existing curb and g utter and concrete apron). TOTAL BASE BID $ K:\00 675 \675 -006PA\10 -10-14 Cos t Es t.xis Cra ig Konkel , P.E. Robert C. Schmidt , P.E. Ed Addicks , P.E. Total $ 4 ,000 .00 $ 5,000 .00 $ 1,000.00 $ 2 ,720 .00 $ 1,200.00 $ 1,200 .00 $ 35 ,600.00 $ 1,350.00 $ 8,000.00 $ 7,200.00 $ 2 ,500.00 $ 3 ,000 .00 $ 500.00 $ 675 .00 73,945.00 Page I o f 2 203 S. Jackson P. 0 . Bo x 1976 Brenham , Texas 77834 -197 6 (979) 836 -7 937 FAX (979) 836 -7936 CITY OF COLLEGE ST A TION NORMAND DRJVE SIDEWALK ENG IN EER'S OPINION OF PROBABLE CONSTRUCTION COST OE JOB NO . 675 .006 PA/PB October I 0 , 2014 Item Qty Un it Description Alternate Bid A -Street Crossing Replacement Demo ex istin g street cross in gs as shown in Al 140 SY the plans (includes sawcuttin g , removal, hauling, a nd di sposal) A2 10 5 SY Co nstruct 6" min . thickness fl ex ibl e base crushed limestone A3 10 5 SY Construct 2" min. thickness hot mix asp halti c concrete pavment A4 35 SY Construct concrete c urb and G utter and 6" min . thickness reinforced concrete apron TOTAL ALTERNATE BID A TOTAL BASE BID+ ALTERNATE BID A O'Malley Engineers , LLP TBP E No . F-3244 K:\00675 \67 5-006PA\l 0 -10-14 Cos t Es t.xis Unit Cost $ 35.00 $ 20.00 $ 18.00 $ 45.00 $ $ Total $ 4 ,900 .00 $ 2 , 100.00 $ 1,890.00 $ 1,575.00 10,465.00 84,410.00 Page 2 o f2 City of College Station Normand Drive Sidewalk Project Pre-Construction Meeting Project No. ST1418 Bid No. 15-013 February 26, 2015 @ 1 :30 p.m. Name (PLEASE PRINT) Com pan c...oc. S Vox C6CS P:\xxxxxxx\Tracking Tools\Copy of Construction Administration Templates.xlsx Phone Number vr- CITY OF COL.LEGE STATION Home of Texas A&M Univmity" Email Address ........ 2/26/2015 O'Malley Engineers, L.L.P. TBPE N o. F-3244 October 23 , 2014 Ms. Venessa Garza Greenways Program Manager Planning & Development Services City of College Station 1101 Texas Avenue College Station , Texas 77840 Re: Addendum No.1 City of College Station Normand Drive Sidewalk Project No. ST-1418 OE Job No . 675.006 PB Dear Venessa: Craig Konkel , P.E. Robe rt C. Schmidt , P.E. Ed Addicks , P.E. Enclosed please find three (3) copies of revised Plan Sheet No. 5 of 8 for Addendum No. 1. The plan sheet was revised to move the detectable warning surface to the correct location (six inches behind the face of curb) on Bermuda Court. This revision is to address the comment on the TDLR/TAS review performed by Mr. Eddie Hare. The electronic version of this document has been emailed to you. Please feel free to contact me or Bob Schmidt at the number listed below if you have any questions regarding this information. ~ly, Kelly M. H. Project Engineer :KMH Enclosures K:\00675 \675-006PB \A DDENDA\ADDENDUM NO. l \City-Addendum No . I .doc 203 S. Jackson P. 0 . Box 1976 Brenham , Texas 77834 -19 76 (979) 836 -7 93 7 FAX (979) 836 -7936 , ... Ad Hoc Report View 2 /26/15, 1 :12 PM CONSTRUCTION , LLC sk Log Project #: 11-0100-2014 Title: Normand Drive Sidewalk Project Schedule #: 001 Parent Task #: Parent Description: ' Task# Description Scheduled Start Scheduled Finish I I 1 Mobilization ! 2/27/2015 3/2/2015 4 ct ""1 $ ; I 2 Ponderosa/bennuda Sidewalk I 3/3/2015 3/13/2015 l\ d fl\-1 s I 3 Bermuda/Gramma Sidewalk 3/14/2015 3/24/2015 \ \ l1. P\"v\ s 4 Gramma/Rescue Sidewalk 3/25/2015 4/4/2015 \\d PM $ 5 Rescue/Rock Prairie Sidewalk 4/5/2015 4/14/2015 IO ti.PM S · 6 Asphalt Work 4/15/2015 4/20/2015 u c:!Pr'-1 ~ 7 Final Grading/Grass/Paver installation 4/21/2015 4/25/2015 Set~. ittps ://reports .corecon .com/Reporting/rs .aspx?rn=Schedul ing\Sch ... sTasks\Tasklist&ASPSESSID=nghOqn4doea1jds3nhglpvhj&p=htmlreport Page 1 of 1 . ·~ Corecon Schedule 2 /26 /15, 1 :05 PM February 2015 Project: 11-0100-2014 : Normand Drive Sidewalk Project Schedule: 001 : Normand Sidewalks Sun Mon Tue Wed 1 2 3 4 8 9 10 11 15 16 17 18 22 23 24 25 2 3 Task : Mobilization I Task . Ponderosa/bermuda Sidewalk ~~~~~~~~~~~~~~~~~ 9 10 11 Ponderosa/bermuda Sidewalk Calendar List Title Task : Mobilization Task : Ponderosa/bermuda Sidewalk Task : Bermuda/Gramma Sidewalk Thu Start Date 2015-02-27 2015-03-03 2015-03-14 5 12 19 26 12 Fri 6 13 14 1 20 21 27 28 6 7 13 14 End Date 2015-03-02 2015-03-13 2015-03-24 I I I Page 1 of 1 .. . Corecon Schedule 6 k. Rescue/Rock Prairie Sidewalk Title Task : Mobilization Task : Ponderosa/bermuda Sidewalk Task : Bermuda/Gramma Sidewalk Task : Gramma/Rescue Sidewalk Task : Rescue/Rock Prairie Sidewalk 2/26/15 , 1 :05 PM March 2015 Project: 11-0100-2014 : Normand Drive Sidewalk Project Schedule: 001 : Normand Sidewalks 7 8 Calendar List Start Date 2015-02-27 2015-03-03 2015-03-14 2015-03-25 2015-04-05 9 10 11 End Date 2015-03-02 2015-03-13 2015-03-24 2015-04-04 2015-04-14 Page 1 of 1 .. Corecon S ch edule Sun Mon 29 30 Task: Gramma/Rescue Sidewalk 5 6 Task: Rescue/Rock Praine Sidewalk 12 13 Task Rescue/Rock Prairie Sidewalk 19 20 Task. Asphalt Work })it?· e£1 26 . &.-- 3 4 Title Task : Gramma/Rescue Sidewalk Task: Rescue/Rock Prairie Sidewalk Task: Asphalt Work Task : F inal Grading/Grass/Paver installation 2/26/15, 1 :05 PM April 2015 Project: 11-0100-2014 : Normand Drive Sidewalk Project Schedule: 001 : Normand Sidewalks Tue Wed Thu 31 1 7 8 14 15 I !Task Asphalt Work 21 22\-/ I Task. Final Gradin /Grass/Paver ins allation 28 5 Calendar List 29 6 Start Date 2015-03-25 2015-04-05 2015-04-15 2015-04-21 Fri 2 3 9 16 17 23 24 30 ~~· 1 7 End Date 2015-04-04 2015-04-14 2015-04-20 2015-04-25 8 18 ; 25 2 9 Page 1 of 1 APPLICATION FOR PAYMENT OWNER: PROJECT: APPLICATION NUMBER: 2 DISTRIBUTION : City of College Station Normand Drive Sidewalks CONTRACTOR · ARCHITECT · 1101 Texas Avenue ST 14018 College Station, Texas 77842 77845 CONTRACTOR: Engi neer: VoX Construction , LLC 1118 Ashburn Ave College Station, Texas 77840 APPLICATION FOR PAYMENT -SUMMARY Refer to conti nu ation sheets attached for detailed breakdown. 1 . ORIGINAL CONTRACT AMOUNT: 2. NET CHANGES TO CONTRACT: 3. TOTAL CONTRACT AMOUNT: 4. TOTAL COMPLETED AND STORED To DATE : 5. RETAINAGE : PERIOD To: June 8 , 2015 PURCHASE ORDER#: 150370 VoX Contract #: 11-0100-2014 CONTRACT WORK: General Requirements WORK CATEGORY NO: 1000 CONTRACTOR'S CERTIFICATION: The undersigned Contractor to the best of his knowledge , information and belief the Work covered by this Application for Payment has been completed in accordance with the Contract Documents , tha t all amounts have been paid to him for Work for which pre vious Certificates for _____ 4_4_,2_1_2_.6_0_Payme nt were issued and payments received from the Owner, and that current payment shown ______ (_7_4 _3 _.8_8 )_ ~rein is now due. -----:::4:=3=,4=6=8=. 7=2•?~RACTOR : Jun 8 , 2015 C42 ,368.7 ~ _ Rachel Henderson f-. l\ a . ~ % of Com pleted Work AllJN'-~S '?)')t-b. ~%of Stored Material 4 i.'l}., .~1i. G .567.i) State: _TX _____ County : _B_ra_z_o_s ________ _ Subscribed & sworn to before me ~~ {t-,Co Total R etainage: 6. TOTAL COMPLETED LESS RETAINAGE: 7 . LESS PREVIOUS APPLICATIONS : 8. CURRENT PAYMENT DUE: 9. BALANCE TO FINISH INCLUDING RETAINAGE : 3 EXTRA WORK SUMMARY Changes From Prev Applications : Changes From This A pplication: Total: Net C hanges: 0 .00 this day of Notary Publi c Name : 3 ~I~ I . 5s' f 3 commission Exp iration Date : -3il ,se 1.gzr vewNER'S CERTIFICATION: 25 391.16 The Architect hereby confirms that based on site observations & to the best of his/her knowledge , ------' ---this payment application accurately reflects the progress ion of work and that this work meets ~contract requi rements sufficient enough to justify payment in the amount certi fied below: l \2'14f<>~ ?\Z.3l.e.~l '2-+-I) 100 . ~__., ADDITIONS - (743 .88 ) (743 .88 ) (743 .88) ~ AMOUNT CERTIFIED : DELETIONS - - - Provide exp la nation below or attached if amount certified does not match this application amount. Initial all figures & markups to agree with certified amount. ARCHITECT: The Amount Certified is payable to the contractor listed above . APPLICATION FOR PAYMENT OWNER : PROJECT : APPLICATION NUMBER : 2 DISTRIBUTION : City of College Station 1101 Texas Avenue Normand Drive Sidewalks CONTRACTOR · ARCHITECT · File · College Station, Texas 77842 77845 CONTRACTOR: VoX Construction , LLC 1118 Ashburn Ave College Station, Texas 77840 ST 14018 Engineer: APPLICATION FOR PAYMENT-SUMMARY Refer to continuation sheets attached for detailed breakdown . 1. ORIGINAL CONTRACT AMOUNT: 2 . NET CHANGES TO CONTRACT : 3 . TOTAL CONTRACT AMOUNT: 4. TOTAL COMPLETED AND STORED TO DATE: 5. RETAINAGE : PERIOD TO : June 8 , 2015 PURCHASE ORDER#: 150370 VoX Contract #: 11-0100-2014 CONTRACT WORK: General Requirements WORK CATEGORY NO: 1000 CONTRACTOR'S CERTIFICATION: The undersigned Contractor to the best of his knowledge , information and belief the Work covered by this Appl ication for Payment has been completed in accordance with the Con tract Do cuments , tha t all amounts have been paid to him for Work for which prev ious Certificates for _____ 4_4_•2_1_2_·_6 _0_Payment were issued and payments received from the Owner, and that current payment shown (743.88) herei n is now due . 43,468 .72 CONTRACTOR : 42 ,368 .72 Rachel Henderson State : _T_X _____ County : _B_ra_z_o_s _________ _ Jun 8, 2015 a . ~%of Completed Wo rk .q 2.? "'-· ~_1 __ -a-:_._5_61'_._3_8_ Subscribed & sworn to before me b . 10.0 % of Stored Material 0 .00 th is day of Total Retainage : ~ 2. ~ l.,o . ~ '7 -3;56 7-:$8 Notary Publ ic Nam e: 6. TOTAL COMPLETED LESS RETAINAGE : 7. LESS PREVIOUS APPLICATIONS: 8. CURRENT PAYMENT DUE: 9. BALANCE TO FINISH INCLUDING RETAINAGE : EXTRA WORK SUMMARY Changes From Prev Applications : Changes From This Application : Tota l: Net Changes: --------- Comm is sion Expiration Date : 38,801 .34 OWNER'S CERTIFICATION: 2 5 ,391 _16 The Architect hereby confirms that based on si te observatio ns & to the best of his/her knowledge , ---------this payment application accurately reflects the progression of work and that this work meets -1 ---1 t 2 1'10.lo%13,410.18 . s 3 3 ~. <61 4;6er.313 ADDITIONS DELETIONS -- (743.88) - (743.88) - (743 .88) contract requirements sufficient enough to justify payment in th e amount certified below: AMOUNT CERTIFIED: Provide explanation be low or attached if amount certified does not match this application amount. In itial all figures & markups to agree w ith certified amount. ARCHITECT: The Amount Certified is payable to the contractor listed above . I BILL TO I C ity of College Station Accounting D iv ision PO Box 9973 CITY o r-Co t L EGE STATION Home ofl"txas A&M Un iwrsity • College Station , TX 77842-9973 (979 ) 764-3569 Fax : (979) 764-3899 VendorlnvoiceEntry@cstx .gov V VOX CONSTRUCTION LLC E 1118 ASHBURN AVE N COLLEGE STATION TX 77840-2502 D 0 R VOX CONSTRUCTION LLC 1118 ASHBURN AVE COLLEGE STATION TX 77840-2502 Purchase Order Fiscal Year 2015 Page 1 of 1 Order Date 03/27/2015 1~--------------~~ Purchase Order# 150370-04 THIS NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES AND SHIPPING PAPERS. H S PLANNING & DEVELOPMENT SERVICE PO Box 9960 I 1101 Texas Ave S P College Station TX 77842 T ~ .I Vendor Eax Number I Reg =ui=si=ti o=n,...,N,.._u,=1m,_,_,,b=e"'"r _111 ______ _,D=e=li"'"""ve [Y Heference I I I Vendor Ehone Number 979-204-7999 o~t"' Qrdered Vendor Number Date Re g,=ui""'re,..,d,__1 ___ _.F .... re.,...i ~ ... li_,h ... t .... M...,e_..th ... o...,d/_.,T.,.er...,m,...s ___ , _____ o ... e"",Q,..a .... rt..,m .... e ... nU .... L,....o,,..ca...,ti .... on,_ ___ , 03/27/2015 2111 N/A Planning & Development Service Item# DescriQ""'t.,,.io,...n/ ... P""art.......,N .... o . ._ ______ ,__a"""1ty UOM 1 Normand Drive Sidewalk Project 0 .0 EACH 41399971 -6561 $44,212 .60 2 Normand Drive Sidewalk Project 41399971 -6561 $43,989.40 Prices, terms, conditions and specifications of Bid No . 15-013, Contract 15-041 shall apply to this purchase . Change Order 1: Decrease PO $223. 20 HMP 5127115 43989.4 EACH Unit Price $0 .000 $1 .000 BY~~~~~~ll=-=e=a=th==er=--=-P~a~v=e=lk=a=--~~~~ Bu yer VENDOR COPY Total Ext. Price PO Total Extended Price $0 .00 $43 ,989.40 $43 ,989.40 $43 989.40 W O RK CATEG O RY COMPLETED WORK RETAINAGE Unit Price Quanti Prev. App. This App. Total BALANCE Item Description ty Scheduled TO FINISH %/Qty Value No. Value %! (10.0%) Value %/Qty Work In Place Sto,..dM.al. Qty Value %/Qty A B c D=Prev. (D+E ) J =D/C E F K •(E+FVC G=D+E+F L=G/C H=C-G M=H /C I Base Bid 36,764.25 28 ,536 .40 78% 7 ,127_85 -19% 35,664.25 0% 1,100 .00 3% 3 ,566 .43 Alternate Bid A 7 ,448.35 -0% 7 ,448.35 -100% 7 ,448.35 0% -0% 744.84 Change Orders (743.88) 0 % (743.88) 100% (743.88) 0% 0% (743.88) GRAND TOTAL: $43,468.72 $28 ,536 .40 66% $13 ,832 .32 -32% $42,368.72 97% $1 ,100.00 3% 1 ~567 .38 ::> ...._ ~ I 4-1 'Z-12-. (oo co\ -223.Z..O ~ 13'1~cr.<to rJJ~ 52-Q,(oi ~ Lf ':!> t(()g. 7 2.. r/o3 l I\ 00 fl 3~ ~. 72- j I ) FROM: VoX Construction , LLC WORK : 1000 -General Requirements WORK CATEGORY Item Des cription No . A B ..,. Base Bid 1 Mobilization 2 Traffic Control Implementation 3 Relocate ex isting stop sign & pole 4 Grass Sod Replacement 5 Demo existing sidewalks 6 Demo exis tin g pri vate driveway apron 7 Constru ction 4" concre te sidewalk 8 Constru ct ion 6" residental driveway 9 Construct ADA Ramp SW3-00 10 Construct ADA Ramp SW3-05 11 Construct Parallel curb ramp 12 Demo top of exist. Mahole 13 Re move 2' of C&G , and provide layd own curb 14 Remov e layd own curb & provide new C&G I Subtotal for Base Bid Unit Pr ice 7940 .9 2376 135 3 .35 48 .6 48.6 3 .36 33 .15 351 351 378 324 214.65 13 .77 ..,. Alternate Bid A Street Crossi ng Replacement A1 Demo exist. Street crossing 29 .16 A2 Construct 6" flex base 9 .61 A3 Constru ct 2" hot mix asphalt 20 .52 A4 Construct C&G & 6" apron 5 .78 I Subtotal Alternate Bid A ..,. Change Orders C1 Credit for manhole/add c:_oncrete I -223 .21 C2 Credit for I/~ ~v..s 1 ~ -520.86 I Subtotal for Change Orders Tota l Base Contract Wor k : I Quanti Prev.App . ty Scheduled Value Value %/Qty I c D=Prev. (D+E} J =DIC 1 $7 ,940 .90 $7 ,940 .90 100% 1 $2,376 .00 $1 ,500.00 63 % 1 $135 .00 $0 .00 0% 680 $2 ,278 .00 $0 .00 0% 30 $1,458 .00 $1,458 .00 100% 30 $1,458 .00 $1 ,458 .00 100% 4450 $14,952 .00 $11 ,000 .00 74% 30 $994.50 $994 .50 100% 4 $1,404 .00 $1 ,404.00 100% 6 $2 , 106 .00 $1 ,755.00 83 % 1 $378 .00 $378 .00 100% 2 $648.00 $648 .00 100% 2 $429 .30 $0 .00 0% 15 $206 .55 $0 .00 0 % $36,764.25 $28,536.40 140 $4 ,082.40 $0 .00 0% 105 $1 ,009 .05 $0 .00 0% 105 $2 ,154 .60 $0 .00 0 % 35 $202.30 $0 .00 0% $7,448.35 $0.00 11 ' ($223.20) ~0.00 0 % 1 ($520.68) $0 .00 0% ($743.88) $0.00 $0.00 I COMPLETED WORK Th is App . %/ Work In Pl ace S~d Mat. Qty E F K •(E +F~C 0 .00 0% 876 .00 -37% 13 5.00 -100 % 1,178.00 52% 0 .00 -0% 0.00 -0% 3 ,952.00 -26% 0 .00 -0% 0 .00 -0% 351 .00 -17% 0 .00 -0% 0 .00 -0% 429 .30 -100 % 206 .55 -100 % $7 ,127.85 4 ,082.40 -100 % 1,009 .05 -100 % 2 ,154.60 -100 % 202 .30 -100 % $7 ,448 .35 223.20 1 -100 % 520.68 -100 % ($743.88) $0.00 APP LI CATION NO : 2 FOR PERIOD END ING: 6/8/15 PROJEC T: Normand Drive Sidewa lks No : 11-0100-2014 Tota l BALANCE TO FINISH %/Qty Val ue %/Qty G=D+E+F L=GIC H=C-G M=HIC $7 ,940 .90 100% 0 .00 0% $2 ,376 .00 100% 0 .00 0% $135 .00 100% 0.00 0% $1 , 178.00 52% 1,100 .00 48% $1,458 .00 100% 0 .00 0% $1,458 .00 100% 0 .00 0% $14 ,952 .00 100% 0 .00 0% $994 .50 100% 0 .00 0 % $1,404 .00 100% 0 .00 0 % $2 ,106 .00 100% 0 .00 0 % $378 .00 100% 0 .00 0 % $648 .00 100% 0 .00 0 % $429 .30 100% 0.00 0 % $206 .55 100% 0 .00 0 % $35,664.25 $1,100.00 $4 ,082.40 100% 0 .00 0% $1 ,009.05 100% 0 .00 0% $2 ,154 .60 100% 0 .00 0 % $202 .30 100% 0.00 0 % $7,448.35 $0.00 ($223 .20 ) 100% 0 .00 0 % ($520.68) 100% 0 .00 0 % ($743.88) $0.00 I RETA IN AGE Value (10.0%) I 794 .09 237 .60 13 .50 117 .80 145.80 145 .80 1,495.20 99.45 140.40 210 .60 37 .80 64 .80 42.93 20 .66 $3,566.43 408 .24 100.91 215.46 20 .23 $744.84 22 .32 52.07 ($743.88) I