HomeMy WebLinkAboutResolution - 2000-R0429 - BID #253-00_LR 2001 Primary Streets Maintenance Program (Street Department) - 11_27_2000Resolution No. 2000-RO429
November 27, 2000
Item No. 26
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a contract to furnish
materials and services for 2001 Primary Streets Maintenance Program per ITB #253-00,
by and between the City of Lubbock and West Texas Paving, Inc. of Lubbock, Texas, and
related documents. Said contract is attached hereto and incorporated in this resolution as
if fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council this 27th day of November '2000.,
WIN Y SITT MA
ATTEST:
Darnell, City Secretary
AS TO CONTENT:
Victor KilrnaW, Purchasing Manager
APPROVED AS TO FORM:
William de Haas
Contract Manager/Attorney
gs:ccdocs/2001 Primary St Main Prog.res
Nov 13, 2000
F
CITY OF LUBBOCK
SPECIFICATIONS FOR
2001 PRIMARY STREETS MAINTENANCE PROGRAM
BID #253-00/1-R
"A City Of Planned Progress"
CITY OF LUBBOCK
Lubbock, Texas
ITB #253-00/1-R, Addendum #2
City of Lubbock
.,. PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13T" STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2167 FAX: (806)775-2164
http://purchasing.ci.lubbock.tx.us
ADDENDUM #2
ITB #253-00/LR
2001 Primary Streets Maintenance
Program
MAILED TO VENDOR: October 25, 2000
CLOSE DATE: October 31, 2000 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please submit your bid on the enclosed revised Bid Submittal form.
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806) 775-2164
Or Email to: Lritchie@maii.ci.lubbock.tx.us
THANK YOU,
CITY OF LUBBOCK
Laura Ritchie
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
253-00/Lrad2.doc
ii
BID SUBMITTAL
UNIT PRICE BID CONRACT
W" DATE:
PROJECT NUMBER: #253-00/1-R - 2001 PRIMARY STREETS MAINTENANCE PROGRAM
Bid of
(hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
,,.. The Bidder, in compliance with your Invitation to Bid for the construction of a 2001 PRIMARY STREETS MAINTENANCE
PROGRAM having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other
related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the
construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor,
materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents,
within the time set forth therein and at the price stated in Exhibit "A".
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated in
"Exhibit A" of this bid.
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 90 (NINETY) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner
as liquidated damages the sum of $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of
the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
w,
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of Dollars
($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the
event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents,
insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt
of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid
price. Therefore, any corrections to the bid price must
be made on the Bid Submittal form prior to bid opening.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: -
Fax: _ -
MIWBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other S eci ) d
2
r"
2001 PRIMARY STREETS MAINTENANCE PROGRAM
-. BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 1
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
-------- ------ ------------------------------------------------------ ------------------------- ---------------- —------- -------------- ----------- ------ __.-_----
1
(a) 73,113.0 GALS. AC-5 polymerized asphalt +3% latex by volume (2% by weight);
for course #1, MATERIALS ONLY; PER GALLON;
DOLLARS ($ )& CENTS
(b) 73,113.0 GALS. Application of Item 1(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
DOLLARS ($ )& CENTS
(c) 73,113.0 GALS. Total in -place cost for Items 1(a) and 1 (b); PER GALLON;
DOLLARS ($ )& CENTS $
2.
(a) 78,362.0 GALS. AC-5 polymerized asphalt +3% latex by volume (2% by weight);
for course #2, MATERIALS ONLY; PER GALLON;
DOLLARS ($ )& CENTS
(b) 78,362.0 GALS. Application of Item 2(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
DOLLARS ($ )& CENTS
(c) 78,362.0 GALS. Total in -place cost for Items 2(a) and 2(b); PER GALLON;
DOLLARS ($ )& CENTS $
3.
(a) 3,033.0 C.Y. Surface aggregate (THD P.B. Grade No. 2 pre -coated crushed gravel,
with a minimum of 90% crushed faces and meeting soundness tests,
or, pre -coated crushed stone meeting sliver count and soundness tests),
including loading and freight at stockpiles in the City of Lubbock,.
MATERIALS ONLY; PER CUBIC YARD;
M DOLLARS ($ )& CENTS
(b) 3,033.0 C.Y. Application of Item 3(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
DOLLARS ($ )& CENTS
2001 PRIMARY STREETS MAINTENANCE PROGRAM
.. BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 2
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
---- -------------------------------------- ------- ----- ----- - - -- ----- --------------- ---------------------
------ --- ---- ------ --------------------- ----------- ---- ---
3.
(c) 3,033.0 C.Y. Total in -place cost for Items 3(a) and 3(b); PER CUBIC YARD;
DOLLARS ($ )& CENTS $
4.
(a) 2,171.0 C.Y. Surface aggregate (THD P.B. Grade No. 4 pre -coated crushed gravel,
with a minimum of 90% crushed faces and meeting soundness tests,
.� or, pre -coated crushed stone meeting sliver count and soundness tests),
including loading and freight at stockpiles in the City of Lubbock,
MATERIALS ONLY; PER CUBIC YARD;
DOLLARS ($ )& CENTS
(b) 2,171.0 C.Y. Application of Item 4(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
s+ DOLLARS ($ )& CENTS
(c) 2,171.0 C.Y. Total in -place cost for Items 4(a) and 4(b); PER CUBIC YARD;
DOLLARS ($ )& CENTS $
5.
(a) 6,500.0 S.Y. Patching with Black Base, 3" depth (excavation of 4 112", with
replacement of 3" Black Base and 1 1/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
DOLLARS ($ )& CENTS
(b) 6,500.0 S.Y. Installation of Item 5(a), including all items such as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 4 1/2" and replacing with 3" of Black
Base and 1 112" Type C Hot Mix; PER SQUARE YARD;
DOLLARS ($ )& CENTS
(c) 6,500.0 S.Y. Total in -place cost for Items 5(a) and 5(b); PER SQUARE YARD;
DOLLARS ($ )& CENTS $
2
2001 PRIMARY STREETS MAINTENANCE PROGRAM
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
.�, EXHIBIT A, PAGE 3
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
-----------------------------------------------------------------------------------------------------------------------------------------------------------------
6
(a) 2,000.0 S.Y. Patching with Black Base, 6" depth (excavation of 7 1/2", with
replacement of 6° Black Base and 1 1/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
DOLLARS ($ )& CENTS
(b) 2,000.0 S.Y. Installation of Item No. 6(a), including all items such -as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 7 1/2" and replacing with 6" of Black
Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD;
DOLLARS ($ )& CENTS
'" (c) 2,000.0 S.Y. Total in -place cost for Items 6(a) and 6(b); PER SQUARE YARD;
DOLLARS ($ )& CENTS $
7.
(a) , 400.0 S.Y. Patching with Black Base, 9" depth (excavation of 10 1/2", with
replacement of 9" Black Base and 1 1/2" Type C Hot Mix),
MATERIALS ONLY; PER SQUARE YARD;
?
DOLLARS ($ )& CENTS
(b) 400.0 S.Y.
Installation of Item No. 7(a), including all items such as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 10 1/2" and replacing with 9" of Black
Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD;
DOLLARS ($ )& CENTS
(c) 400.0 S.Y.
Total in -place cost for Items 7(a) and 7(b); PER SQUARE YARD;
DOLLARS ($ )& CENTS
8.
�^* (a) 500.0 S.Y.
Patching with 3 sack cement stabilized caliche; 6" depth, (excavation of
7 1/2", with replacement of 6° 3 sack cement stabilized caliche and 1 1/2"
Type C Hot Mix); MATERIALS ONLY; PER SQUARE YARD;
DOLLARS ($ )& CENTS
3
ae
2001 PRIMARY STREETS MAINTENANCE PROGRAM
.. BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 4
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
-------------------------------------------------------------------------- ------------ ------------- - -------------------
---- ---- ------ --------------------------- ----
8.
(b) 500.0 S.Y. Installation of Item 8(a), including all items such as labor, equipment,
removal and disposal of asphalt surface, caliche base, and subgrade
(if soft or unstable) to a depth of 7 1/2" and replacing with 6" of 3 sack
cement stabilized base and 1 1/2" Type "C" Hot Mix; PER SQUARE YARD;
DOLLARS ($ )& CENTS
�- (c) 500.0 S.Y. Total in -place cost for Items 8(a) and 8(b); PER SQUARE YARD;
DOLLARS ($ )& CENTS $
ap"
9.
(a) 12,000.0 S.Y. Patching with 1 1/2" H.M.A.C. ; with approved crushed stone or
"" approved crushed gravel; MATERIALS ONLY; PER SQUARE YARD;
DOLLARS ($ )& CENTS
(b) 12,000.0 S.Y. Installation of Item 9(a), including all items such as labor, equipment,
removal and disposal of existing surface, (if applicable), including
prime and tack coat; PER SQUARE YARD;
DOLLARS ($ )& CENTS
(c) 12,000.0 S.Y. Total in -place cost for Items 9(a) and 9(b); PER SQUARE YARD;
DOLLARS ($ )& CENTS $
"' 10.
(a)
V"
(b)
(c)
250.0 L.F. Curb and Gutter; 6" concrete, Class E (3,000 psi @ 7 days), 30" wide separate
gutter or sawtooth curb and gutter; MATERIALS ONLY; PER LINEAR FOOT;
DOLLARS ($ )& CENTS
250.0 L.F. Installation of Item 10(a), including all items such as labor, equipment,
removal and disposal of existing C & G, subgrade preparation, complete
in place, with location as directed by the Engineer; PER LINEAR FOOT;
DOLLARS ($ )& CENTS
250.0 L.F. Total in -place cost for Items 10(a) and 10(b); PER SQUARE YARD;
DOLLARS ($ )& CENTS $
4
MW
2001 PRIMARY STREETS MAINTENANCE PROGRAM
,., BID PROPOSAL
-- BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 5
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
PM ------------------------------------------------------------------------------ ----- ------------- ---------------------------- ------------___---------____
11.
(a) 1,000.0 S.Y. Valley Gutter; 8" reinforced Class C concrete (3,600 psi @ 28 days)
(see Materials of Construction, page 3 for reinforcement information);
MATERIALS ONLY; PER SQUARE YARD;
DOLLARS ($ )& CENTS
(b) 1,000.0 S.Y. Installation of Item 11(a), including all items such as labor, equipment,
removal and disposal of existing material, subgrade preparation,
complete in place, with locations as directed by the Engineer;
PER SQUARE YARD;
DOLLARS ($ )& CENTS
(c) 1,000.0 S.Y.
(b)
(c)
Total in -place cost for Items 11(a) and 11(b); PER SQUARE YARD;
DOLLARS ($ )& CENTS $
250.0 S.Y. Sidewalk and driveway adjustment; 4" concrete (Class A, 3,000 psi @
28 days), reinforced; MATERIALS ONLY; PER SQUARE YARD;
DOLLARS ($ )& CENTS
250.0 S.Y. Installation of Item 12(a), including all items such as labor, equipment,
removal and disposal of existing sidewalk and/or driveway, subgrade
preparation, complete in place, with locations as directed by the
Engineer; PER SQUARE YARD;
DOLLARS ($ )& CENTS
250.0 S.Y.
13.
(a) 12,500.0 S.Y.
Total in -place cost for Items 12(a) and 12(b); PER SQUARE YARD;
DOLLARS ($ )& CENTS $
Asphaltic Concrete Milling; milling of existing street surface;
MATERIALS ONLY; PER SQUARE YARD;
Not Applicable
5
2001 PRIMARY STREETS MAINTENANCE PROGRAM
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 6
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
�* —----------------------------------------------------------- ---------------- -------------- --------------------------- ------------------------ --------------------
13.
(b) 12,500.0 S.Y. Performance of Item No. 13(a), including all items such as labor, equipment,
.�, removal and stockpiling of milled surface, with locations as directed by the
Engineer, PER SQUARE YARD;
DOLLARS ( )& CENTS
(c) 12,500.0 S.Y. Total in -place cost for Items 13(a) and 13(b); PER SQUARE YARD;
DOLLARS ( )& CENTS $
14.
(a) 2,000.0 L.F. Herbicide application; spraying of weeds and grass in street Right of Way,
one foot in width; MATERIALS ONLY; PER LINEAR FOOT;
DOLLARS ($ )& CENTS
(b) 2,000.0 L.F. Performance of Item No. 14(a), including all items such as labor, equipment,
licensing, and insurance, with locations as directed by the Engineer; PER
LINEAR FOOT;
DOLLARS ($ )& CENTS
(c) 2,000.0 L.F. Total in -place cost for Items 14(a) and 14(b); PER LINEAR FOOT;
DOLLARS ($ )& CENTS $
15.
(a) 500.0 C.Y. Asphaltic concrete crushing; crushing of asphaltic material salvaged from
patching operations; MATERIALS ONLY; PER CUBIC YARD;
DOLLARS ($ )& CENTS
(b) 500.0 C.Y. Performance of Item No. 15(a), including all items such as labor, equipment,
removal, and crushing of asphaltic material, with locations as directed by the
Engineer; PER CUBIC YARD;
DOLLARS ($ )& CENTS
(c) 500.0 C.Y. Total in -place cost for Items 15(a) and 15(b); PER CUBIC YARD;
PM
DOLLARS ($ )& CENTS $
ae. 6
2001 PRIMARY STREETS MAINTENANCE PROGRAM
.m
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 7
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
-----------------------------------------------------------------------------------------------------------------------------------------------------------__--_____
Total for Items 1(a) through 15(a) MATERIALS ONLY $
Total for Items 1(b) through 15(b) LABOR, EQUIPMENT, ETC $
Total for Items 1(c) through 15(c) $
SIGNATURE
DATE
0"
LIST OF SUBCONTRACTORS
2.
3.
4.
5.
6.
7.
^8.
s.
10.
Minority Owned
Yes No
❑ ❑
a
❑
_ a
❑
_ a
❑
❑ ❑
a
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
' And Attached to Bid Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
reviewed by me with the below -identified Insurance Agent/Broker. If I am awarded this contract by the City of
'w Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a
valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal.
r
p.
Contractor (Signature
CONTRACTOR'S FIRM NAME:
CONTRACTOR'S FIRM ADDRESS:
., Name of Agent/Broker:
Address of Agent/Broker:
^" City/State/Zip:
Agent/Broker Telephone Number:
Date:
Contractor (Print)
(Print or Type )
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and
award the contract to another contractor. If you have any questions concerning these requirements, please
contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
BID #253-00/1_R - 2001 PRIMARY STREETS MAINTENANCE PROGRAM
9
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13T" STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2167 FAX: (806)775-2164
http://purchasing.ci.lubbock.tx.us
ITS #253-00/1-R, Addendum #1
ADDENDUM #1
ITB #253-OOILR
2001 Primary Streets Maintenance
Program
MAILED TO VENDOR: October 20, 2000
CLOSE DATE: October 31, 2000 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please find the enclosed plan titled, "2001 Street Maintenance Program Primary Contract'.
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie, Senior Buyer
." City of Lubbock
., P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806) 775-2164
Or Email to: Lritchie@mail.ci.lubbock.tx.us
THANK YOU,
CITY OF LUBBOCK
n
�C�-��-
�`" Laura Ritchie
Senior Buyer
..
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
s+.
253-00/1-Radl .doc
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: 2001 PRIMARY STREETS MAINTENANCE PROGRAM
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 253-00/1-R
PROJECT NUMBER: 90097.9240.20000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
1.
2.
., 3.
4.
+ 5.
6.
7.
8.
9.
,. 10
pot
INDEX
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL - BID FOR UNIT PRICE BID CONTRACT
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
NOTICE TO BIDDERS
nF
Oft
NOTICE TO BIDDERS
BID #253-00/1-11
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock p.m. on the 31st day of October, 2000, or as changed by the issuance of formal addenda to all planholders, to
furnish all labor and materials and perform all work for the construction of the following described project:
"2001 PRIMARY STREETS MAINTENANCE PROGRAM"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for
the City of Lubbock, before the expiration of the date above first written.
Bids are due at 2:00 o'clock p.m. on the 31st day of October, 2000, and the City of Lubbock City Council will
consider the bids on the 14th day of November, 2000, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as
soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities.
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
� successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds
should be issued by a company carrying a current Best Rating of B or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of
award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid
conference on 19th day of October, 2000 at 9:00 o'clock a.m., in the Purchasing Conference Room L04, Lubbock,
Texas
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
o�.`. consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and
bid openings are available to all persons regardless of disability. If you would like bid information made available in a more
o'w accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-
k 2281 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
V 04
VICTOR KIL AN
PURCHASING MANAGER
Bid documents may be examined at no charge in the Purchasing Department at 1625 13th Street,
Room L-04, Lubbock, Texas 79401; and may be obtained by telephone (806) 775-2167/Fax (806) 775-2164.
0
F=
GENERAL INSTRUCTIONS TO BIDDERS
i
li-2
GENERAL INSTRUCTIONS TO BIDDERS
1 BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish 2001 PRIMARY STREETS
MAINTENANCE PROGRAM per the attached specifications and contract documents. Sealed bids will be
received no later than 2:00 p.m. CST, the 31 st day of October, at the office listed below. Any bid
received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid
and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-
hand corner: "ITB #253-00/1LR, 2001 PRIMARY STREETS MAINTENANCE PROGRAM" and the bid
opening date and time. Bidders must also include their company name and address on the outside of the
envelope or container. Bids must be addressed to:
Victor Kilman, Purchasing Manager
City of Lubbock
1625 13th Street, Room L-04
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver
bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
' 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid,(ITB) documents, a non -mandatory pre -bid meeting
will be held at 9:00 a.m., October 19th, in Purchasing Conference Room L04, Lubbock, Texas. All
persons attending the meeting will be asked to identify themselves and the prospective bidder they
represent.
2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
3 ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the
event the Purchasing Department deems the interpretation to be substantive, the interpretation will be
made by written addendum issued by the Purchasing Department. Such addendum issued by the
�+ Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will
become part of the bid package having the same binding effect as provisions of the original bid. NO
VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for
interpretation considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing Department no later than five (5) days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City in writing or in this ITB should be used in preparing bid responses. All contacts that a
bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives
of the City and any information that may have been read in any news media or seen or heard in any
communication facility regarding this bid should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to ~~
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
5 BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT --
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to
release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from
public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the
event a public information request is received for a portion of your bid that you have marked as being
confidential information, you will be notified of such request and you will be required to justify your legal
position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In
the event that it is determined by opinion or order of the Texas Attorney General or a court of competent
jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the
Government Code and Section 252.049 of the Local Government Code, then such information will be
made available to the requester.
6.3 Marking your entire bid CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may
be required to pay.
8 CONFLICT OF INTEREST
8.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with
any employee, official or agent of the City of Lubbock.
8.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special
treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other
exercise of discretion concerning this bid.
9 CONTRACT DOCUMENTS
9.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
9.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for
the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
10 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents -be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
11 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
11.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the
combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source.
Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing
Office no later than five (5) business days before the bid closing date. A review of such notifications will
be made.
11.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. 'ALL'REQUESTS FOR ADDITIONAL
INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE
+-� SUBMITTED IN WRITING NO LATER THAN FIVE (5) BUSINESS DAYS PRIOR TO THE BID CLOSING
DATE AND ADDRESSED TO:
LAURA RITCHIE, SENIOR BUYER
Falk City of Lubbock
1625 13th Street
Lubbock, Texas 79401
Fax: (806) 775-2964
0
Email: LRitchie@mail.ci.lubbock.tx.us
12 TIME AND ORDER FOR COMPLETION
12.1 The construction covered by the contract documents shall be fully completed within NINETY (90)
CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
12.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to insure completion of the project within the time specified.
13 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
14 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute
an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements
contemplated by the contract documents have been paid in full and that there are no claims pending, of which the
Contractor has been notified.
15 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to
procure "a satisfactory project.
iO4 3
16 GUARANTEES
16.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, --
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
16.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants the year 2000
calculations will be recognized and accommodated and will not, in any way, result in hardware, software or
firmware failure.. The City of Lubbock, at its sole option, may require the Contractor, at any time, to
demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein.
16.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- —
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
16.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
17 PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
18 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
19 TEXAS STATE SALES TAX
19.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's_ responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve
a
the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
110" Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
21 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
It barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
22 EXPLOSIVES
22.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of
the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use
utmost care so as not to endanger life or property and the Contractor shall further use only such methods
as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
22.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may
r deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
23 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
' telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
24 INSURANCE
24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City
and written notice of cancellation or any material change will be provided ten (10) days in advance of
cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right
to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this
contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also
shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact
business in the State of Texas and shall cover all operations in connection with this contract, whether
performed by the Contractor or a subcontractor, or separate policies shall be provided covering the
operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be
submitted before contract execution.
24.2 The insurance certificates furnished shall name the City as an additional insured, or in the
alternative, shall be accompanied by a statement from the Contractor to the effect that no work on
this particular project shall be subcontracted. It shall be the contractors responsibility to provide
to the owner all proof of coverage insurance documents including workers compensation
coverage for each subcontractor.
25 LABOR AND WORKING HOURS
25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
25.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
25.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount,
not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the
work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his
classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made,
or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on
whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each
calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
27 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
28 PREPARATION FOR BID
28.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price written
in figures, the price written in words shall govern.
28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If
6
If the bid is submitted by a company or corporation, the company or corporate name and business
address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney
authorizing agents or others to sign bids must be properly certified and must be in writing and submitted
with the bid. The bid shall be executed in ink.
28.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
,ram
28.4 Bid submittals may be withdrawn and resubmitted at any before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29 BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
Q) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
30 QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock
reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the
City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the
work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
31 BID AWARD
31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items 1 through 15.
1.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
*04 7
31.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations. _
31.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
31.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas.. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
31.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR
FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS
INVITATION TO BID.
BID SUBMITTAL
PM
BID SUBMITTAL
.� UNIT PRICE BID CONRACT
DATE: CJ U
PROJECT NUMBER: #253-00/LR - 001 PRIMARY STREETS MAINTENANCE PROGRAM
Bid of
C
(hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
!^ The Bidder, in compliance with your Invitation to Bid for the construction of a 2001 PRIMARY STREETS MAINTENANCE
PROGRAM having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other
related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the
construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor,
materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents,
within the time set forth therein and at the price stated in Exhibit "A".
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated in
"Exhibit A" of this bid.
K Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 90 (NINETY) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner
as liquidated damages the sum of $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of
the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
- bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
0
i
MR
F"" Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
�* bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him.
Enclosed with this bi hier's Check or Certified Check for
Dollars ($ ) o a Bid Bondi the sum of S� 7� Dollars
($ ), which it is ag all be collected and retained by the Owner as liquidated damages in the
event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents,
insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt
of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid
price. Therefore, any corrections to the bid price must
be made on the Bid Submittal form prior to bid opening.
(Seal if Bidder is a Corporation)
ATTEST:
Secret
Bidder acknowledges receipt of the following addenda:
Addenda No. Date C>- 2 v
Addenda No. 2-- Date /o-- 2S- 6d
Addenda No. Date
Addenda No. Date
(Printe or T riled Name)
7 PAVI�6 -T%/
co7,�y Qa� (.119 7
Ad ress
Q Aa-l�lg(ja dc_
City,_._ CoN-ew
bo
State Zip Code
Telephone: S6l - A 3-3SSy
Fax: S4 M a
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other S eci
2
P
200 , . kIMARY STREETS MAINTENANCE PRC"""AM
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
"
EXHIBIT A, PAGE 1
Item
Quantities
Description of Item
Total
No.
& Units
& Unit Price
Amount
^e-
--------------------------------
-- --------------------------------------------
--- - --
- -- -
1.
(a)
73,113.0 GALS.
AC-5 polymerized asphalt +3% latex by volume (2% by weight);
for course #1, MATERIALS ONLY; PER GALLON;
'oNr DOLLARS ($�_)& 77.t/,,?:Vz CENTS
(b)
73,113.0 GALS.
Application of Item 1(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
AA DOLLARS ($ • 3 7 )& f/%ScN•�N CENTS
(c)
73,113.0 GALS.
Total in -place cost for Items 1(a) and 1 (b); PER GALLON-
6 Alf DOLLARS ($_ 37 )&i'/i¢�A)CENTS
$ D �o I
2.
(a) 78,362.0 GALS. AC-5 polymerized asphalt +3% latex by volume (2% by weight);
for course #2, MATERIALS ONLY; PER GALLON;
c
D NE DOLLARS ($/)& iW CENTS
(b) 78,362.0 GALS. Application of Item 2(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
NO DOLLARS ($ 37 )&7Wi*e-t SfWW CENTS
(c) 78,362.0 GALS. Total in -place cost for Items 2(a) and 2(b); PER GALLON;
37
QA16' DOLLARS ($ )&Th`/fVSE6AoiA) CENTS
0
(a) 3,033.0 C.Y. Surface aggregate (THD P.B. Grade No. 2 pre -coated crushed gravel,
with a minimum of 90% crushed faces and meeting soundness tests,
or, pre -coated crushed stone meeting sliver count and soundness tests),
including loading and freight at stockpiles in the City of Lubbock,
MATERIALS ONLY; PER CUBIC YARD;
r�E DOLLARS ($Ca )& Al 0 CENTS
(b) 3,033.0 C.Y. Application of Item 3(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
T�l1c74VO DOLLARS ($)& /tea CENTS
i
�y
$
.& ZW_
200-1 . RIMARY STREETS MAINTENANCE PR AM
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 2
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
---------------------------------------- ----------------------------------- --------------------------------------------- ------------- --------------------- -----------
3.
(c) 3,033.0 C.Y. Total in -place cost for Items 3(a) and 3(b); PER CUBIC YARD;
r-MQ'
Tip`/Rz A`/DOLLARS ($ g )& /V 0 CENTS $��
r" 4.
(a) 2,171.0 C.Y. Surface aggregate (THD P.B. Grade No. 4 pre -coated crushed gravel,
with a minimum of 90% crushed faces and meeting soundness tests,
�•. or, pre -coated crushed stone meeting sliver count and soundness tests),
including loading and freight at stockpiles in the City of Lubbock,
MATERIALS ONLY; PER CUBIC YARD;
�t r DOLLARS ($ dS )& ND CENTS
(b) 2,171.0 C.Y. Application of Item 4(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
00
A) DOLLARS ($ a3 )& A)O CENTS
(c) 2,171.0 C.Y.
Total in -place cost for Items 4(a) and 4(b); PER CUBIC YARD;
DOLLARS ($ V O )& &Q CENTS
$
5.
(a) 6,500.0 S.Y.
Patching with Black Base, 3" depth (excavation of 4 1/2", with
replacement of 3" Black Base and 1 1/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
7cfJ DOLLARS ($�,ID CENTS
(b) 6,500.0 S.Y.
Installation of Item 5(a), including all items such as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 4 1/2" and replacing with 3" of Black
Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD;
S_d
DOLLARS ($ _)& T CENTS
(c) 6,500.0 S.Y.
Total in -place cost for Items 5(a) and 5(b); PER SQUARE YARD;
Sn
Qa
�
alODOLLARS ($ _)& //<<y CENTS
$ n
2
2001 . AIMARY STREETS MAINTENANCE PRC AM
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 3
Item Quantities
Description of Item Total
No. & Units
& Unit Price Amount
---------------------------------------------------------------------------------------------------------------------------------------
-
6.
(a) 2,000.0 S.Y.
Patching with Black Base, 6" depth (excavation of 7 1/2", with
replacement of 6" Black Base and 1 1/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
DOLLARS ($/-$-- )& A10 CENTS
(b) 2,000.0 S.Y.
Installation of Item No. 6(a), including all items such as labor, equipment,
�••
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 7 1/2" and replacing with 6" of Black
Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD;
"
0
T/i'°AVV;1j DOLLARS ($ 13 )& EGE4-eW CENTS
(c) 2,000.0 S.Y.
Total cost for Items 6(a) and SQUARE YARD;
76(b)-PER
/6NT DOLLARS ($ CK 0 )& CENTS $ lOau 0
7.
(a) 400.0 S.Y. Patching with Black Base, 9" depth (excavation of 10 1/2", with
replacement of 9" Black Base and 1 1/2" Type C Hot Mix),
MATERIALS ONLY; PER SQUARE YARD;
/2lN£7f4?J DOLLARS ($ 9 _ )& 1U D CENTS
n (b) 400.0 S.Y. Installation of Item No. 7(a), including all items such as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 10 1/2" and replacing with 9" of Black
Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD;
gs ,
DOLLARS ($)&'/6/i�7y Ale CENTS
(c) 400.0 S.Y. Total in -place cost for Items 7(a) and 7(b; PER SQUARE YARD;
/V/Nr DOLLARS ( ZFidr' CENTS $ F�
8.
P" (a) 500.0 S.Y. Patching with 3 sack cement stabilized caliche; 6" depth, (excavation of
7 1/2", with replacement of 6" 3 sack cement stabilized caliche and 1 1/2"
Type C Hot Mix); MATERIALS ONLY; PER SQUARE YARD;
sZ
DOLLARS ($ )& /y0 CENTS
mom
3
2001 RIMARY STREETS MAINTENANCE PRAM
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 4
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
8.
(b) 500.0 S.Y. Installation of Item 8(a), including all items such as labor, equipment,
removal and disposal of asphalt surface, caliche base, and subgrade
(if soft or unstable) to a depth of 7 1/2" and replacing with 6" of 3 sack
cement stabilized base and 1 1/2" Type "C" Hot Mix; PER SQUARE YARD;
/ Ui DOLLARS ($ )& N v CENTS
(c) 500.0 S.Y. Total in -place cost for Items 8(a) and 8(b); PER SQUARE YARD;
DDEN DOLLARS ($�)& NO CENTS $
9.
(a) 12,000.0 S.Y. Patching with 1 1/2" H.M.A.C. ; with approved crushed stone or
approved crushed gravel; MATERIALS ONLY; PER SQUARE YARD;
00
wo DOLLARS ($� _)& ,uo CENTS
(b) 12,000.0 S.Y. Installation of Item 9(a), including all items such as labor, equipment,
removal and disposal of existing surface, (if applicable), including
prime and tack coat; PER SQUARE YARD;
0
fGy� DOLLARS ($ _)& /II a CENTS
(c) 12,000.0 S.Y. Total in -place cost for Items 9(a) and 9(b); PER SQUARE YARD;
o,?
00
DOLLARS ($�_)& /yO CENTS $� 66
""" 10.
(a) 250.0 L.F. Curb and Gutter; 6" concrete, Class E (3,000 psi @ 7 days), 30" wide separate
gutter or sawtooth curb and gutter; MATERIALS ONLY; PER LINEAR FOOT;
.� 7 DOLLARS ($ �� )& it2! CENTS
.�, (b) 250.0 L.F. Installation of Item 10(a), including all items such as labor, equipment,
removal and disposal of existing C & G, subgrade preparation, complete
in place, with location as directed by the Engineer; PER LINEAR FOOT;
4166f T DOLLARS ($ $ �o )& A) CENTS
(c) 250.0 L.F. Total in -place cost for Items 10(a) and 10(b); PER SQUARE YARD;
b0 OD
DOLLARS ($_)& /Ud CENTS $D�i�_
4
200 RIMARY STREETS MAINTENANCE PR( AM
,., BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 5
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
..,_-------------------------- —--------------------------------------- --------------------------------------------------------------------------------------- -----
11. _
(a) 1,000.0 S.Y. Valley Gutter; 8" reinforced Class C concrete (3,600 psi @ 28 days)
(see Materials of Construction, page 3 for reinforcement information);
MATERIALS ONLY; PER SQUARE YARD;
F/Gf7+� DOLLARS ($)& No CENTS
(b) 1,000.0 S.Y.
Installation of Item 11(a), including all items such as labor, equipment,
*
removal and disposal of existing material, subgrade preparation,
complete in place, with locations as directed by the Engineer;
PER SQUARE YARD;
O�L
/Gff 7eif AJ DOLLARS ($�)& �'U 0 CENTS
(c) 1,000.0 S.Y.
Total in -place cost for Items 11 (a) and 11(b); PER SQUARE YARD;
n
0
T J/, DOLLARS ($�)& �a CENTS $
12.
(a) 250.0 S.Y.
Sidewalk and driveway adjustment; 4" concrete (Class A, 3,000 psi @
28 days), reinforced; MATERIALS ONLY; PER SQUARE YARD;
a
.f/Gff�E� DOLLARS ($)& A'O CENTS
A
(b) 250.0 S.Y.
Installation of Item 12(a), including all items such as labor, equipment,
removal and disposal of existing sidewalk and/or driveway, subgrade
preparation, complete in place, with locations as directed by the
Engineer; PER SQUARE YARD;
s
f,ec N DOLLARS ($)&/��i f'jt�e CENTS.
(c) 250.0 S.Y. Total in -place cost for Items 12(a) and 12(b); PER SQUARE YARD;
�S ao
tGIJENZy�PlG�'i DOLLARS ($ �)& 4(eTre F1 CENTS $�Z
13.
(a) 12,500.0 S.Y. Asphaltic Concrete Milling; milling of existing street surface;
MATERIALS ONLY; PER SQUARE YARD;
Not Applicable
s
r
200, . r IMARY STREETS MAINTENANCE PRCAM
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 6
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
�•*-----------------------------------------------------------------------------------------------------------------------------_--------------------________---_
13.
(b) 12,500.0 S.Y. Performance of Item No. 13(a), including all items such as labor, equipment,
removal and stockpiling of milled surface, with locations as directed by the
Engineer, PER SQUARE YARD;
o/U'E DOLLARS (_ )& 7 CENTS
(c) 12,500.0 S.Y. Total in -place cost for Items 13(a) and 13(b); PER SQUARE YARD; Q as
(Dke DOLLARS( )& E'/F CENTS $
14.
(a) 2,000.0 L.F. Herbicide application; spraying of weeds and grass in street Right of Way,
one foot in width; MATERIALS ONLY; PER LINEAR FOOT;
NO DOLLARS ($ l� ¢ )& -71'r/J CENTS
(b) 2,000.0 L.F. Performance of Item No. 14(a), including all items such as labor, equipment,
licensing, and insurance, with locations as directed by the Engineer; PER
LINEAR FOOT;
/U D DOLLARS ($ )& , lero HI CENTS
(c) 2,000.0 L.F. Total in -place cost for Items 14(a) and 14(b); PER LINEAR FOOT;
�, r AP
/yV DOLLARS ($ . jS )&7`ly f lilt CENTS $ J 00
15.
(a) 500.0 C.Y. Asphaltic concrete crushing; crushing of asphaltic material salvaged from
patching operations; MATERIALS ONLY; PER CUBIC YARD;
A) 6 a DOLLARS ($ )& CENTS
(b) 500.0 C.Y. Performance of Item No. 15(a), including all items such as labor, equipment,
removal, and crushing of asphaltic material, with locations as directed by the
Engineer; PER CUBIC YARD;
Ste.
DOLLARS ($ S )& ti CENTS
(c) 500.0 C.Y. Total in -place cost for Items 15(a) and 15(b); PER CUBIC YARD;
! Vt DOLLARS ($ _)& /VO CENTS $ Dol
6
2001 PRIMARY STREETS MAINTENANCE PROVRAM
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
EXHIBIT A, PAGE 7
Item Quantities Description of Item Total
..� No. & Units & Unit Price Amount
Total for Items 1(a) through 15(a) MATERIALS ONLY $ �3s37S�
ZS
Total for Items 1(b) through 15(b) LABOR, EQUIPMENT, ETC $,2 t.770
Total for Items 1(c) through 15(c) $✓ 7
GNATURE
v
p—S-1 3/ c2
DA E
r
LIST OF SUBCONTRACTORS
p•,
Minority Owned
Yes No
2.
❑ ❑
3.
❑ ❑
4
❑ ❑
5
❑ ❑
6.
❑ ❑
7.
❑ ❑
�- 8.
❑ ❑
9.
❑ ❑
r
10.
❑ ❑
! 8
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
oJl, And Attached to Bid Submittal
1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
,-reviewed by me with the below -identified Insurance Agent/Broker. if I am awarded this contract by the City of
Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a
valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal.
p
-10ctJor'(' ature) Contractor (Print)
...CONTRACTOR'S FIRM NAME: l/�J�S'T /� At4�_5�-
(Print or Type )
"CONTRACTOR'S FIRM ADDRESS:
Name of Agent/Broker: 7L.QlU /J E> S
Address of Agent/Broker: ��_ /✓ `/'
City/State/Zip: f::"t U4 , a 5; / y /7 7' 7�
Agent/Broker Telephone Number: `2-3 s�
Date: lO ' 3) '0 0
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and
award the contract to another contractor. If you have any questions concerning these requirements, please
contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
BID #253-00/LR - 2001 PRIMARY STREETS MAINTENANCE PROGRAM
FOR
X- XT.•'"Isx -.['ter, f '
WN
-. r" x, :x O'�•..sY
r.
w r i
est PREMIUM
` 'N
s� r = BID DATE 10/31/2000
' ig
y' C Rt�CaSBID S/R�.OND
s
st c {L.tT Tr y ? $
L
3 c
�' • . Know aU men by these pr�tis "'� � '�
That we, WEST TEXAS PAVINrG,' INC. ` .
(hereinafter called Praiapai), asPcinapal;. and AMWEST SURETY INSURANCE COMPANY, a corporation
(hereinafter called Surety), org6hiized and existing under the laws of the State of Nebraska and authorized to transact
'^" a beieral surety business: in the -State of TES x as Surety. are held and;firmly bound unto
w - CITY OF :LUBBOCR ..:
(hereinafter called Obligee) In the penal sum of FIVE percent( 5 of the bid amount, but in no event to
exceed FORTY THOUSAND & NO%100 ********* Dollars ( $40,000.00
for the payment -of which the Pnnppal' and the;, Surety bind themselves, their heirs, executors, administrators,
successors and assigns, J-omil: and severally, -=firmly, by:ihese presents."THE CONDITION OF THIS OBLIGATION IS
SUCH; that; whereas the F'nncrp �l has submitted or is about to submit @ proposal to the Obligee on a contract for
Asphalt .Patching & .Seal Coating={f�253-00/LR)
7 t `�+'(' v�i'F�•.'}�s>'.4C
NOW, So
confras:aedio the Pru�apat and the�Pr+ncipalhasrMthrsuciiiue'as ma be
specified, erte,,d imeconiract awating; and provided a bond; with surety aocepiable to fhe ObClee for the faithful
erfomiance'`ofMal coniracf.�r If #fie Pnnapat sf ail fail to' --do"" s% pay to,the ObCgee a d'�ffecenoe not to exceed the
penalty hereof between the amount specified in "the bird and such iargertlamount for avhrch ttie Obligee may in `good
faith coniractwttfth aaoihecpartyoTpetforintthe worifcovered by the bid; then this obfigafion shail'be void; otherwise to
remain to fullfoir annd effect. '� y
SIGNED, SEALED AND DATED THIS OAY OF10/27/
s, TEXAS :PA NG , INC.
�
Qua �t+ogr�.yPdndpaf
s1�ti�
n
TY INSURANCE COMPANY
Y.
u '. �evenW W. Lewis ac«Mr- n-Fac
LIMIT�""D POWER OF ATrr-QRNEY
Amwest Surety Insurance Company
Far West Insurance
ZL)UU
Bond No.: Rnnd icsne Date: POWF.R NIIMRFR 11f1f111417RO
This document is printed on white paper containing the artificial watermarked logo( A ) of Amwest Surety Insurance Company on the front and brown security paper
on the back. Only unaltered originals of the Limited Power of Attorney ("POA") are valid. This POA may not be used in conjunction with any other POA. No
representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of Nebraska and is only valid until the
expiration date. Amwest Surety Insurance Company and Far West Insurance Company (collectively the "Company") shall not be liable on any limited POA which is
fraudulently produced, forged or otherwise distributed without the permission of the Company. Any party concerned about the validity of this POA or an accompanying
Company bond should call your local Amwest branch office at (972) 248-3232
KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation
(collectively the "Company"), do hereby make, constitute and appoint:
Gail A. Barraza Karen Kubica
Connie Wofford Kevin J. Jackson
( 4Lannie McClain
' Beverly Trimble
Steven W. Lewis
,,,,Nancy Ruano
As Employees of Amwest Surety Insurance Co
~ _ its true and lawful Attorney -in -fact, with limited power and authority for and on behalf of the Company as surety to execute, deliver and affix the seal of the company thereto
if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller Act or other performance bond or other written obligations as follows:
All Bonds up to $25,000,000.00 -
r
and to bind the company thereby. This appointment is made under and by authority of the By -Laws of the Company, which are now in full force and effect.
1, the undersigned secretary of Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation, DO HEREBY
p.� CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors of both Amwest
t. Surety Insurance Company and Far West Insurance Company set forth on this Power of Attorney, and that the relevant provisions of the By -Laws of each company, are now
e. in full force and effect.
Karen G. Cohen, Secretary
RESOLUTIONS OF THE BOARD OF DIRECTORS ** ******************** *****
This POA is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company
at a meeting duly held on December 15, 1975 and Far West Insurance Company at a meeting duly held on July 28, 1983:
RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attomeys-in-fact or agents with
authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the
Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attomey-in-fact or agent and revoke any POA
previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and bind upon the Company:
(i) when signed by the President or any Vice President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary; or
P ,
€ (ii) when signed by the President or any Vice President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly
authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority
P" evidenced by the power of attorney issued by the Company to such person or persons.
RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof
authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall
have the same force and effect as though manually affixed_
IN WITNESS WHEREOF, Amwest Surety Insurance Company and Far West Insurance Company have caused these present to be signed by its proper officers, and its
corporate seals to be hereunto affixed this 17'h day anuary, 2000.
P" John E. Savage, PresideKt Karen G. Cohen, Secretary
State of California
County of Los Angeles
On January 17, 2000 before me, JoAnne Anderson Notary Public, personally appeared John I` _ Savage and Karen G. Cohen, personally known to me (or proved to me
on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the wi 4'in instrument and acknowledged to me all that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrum, -1 the person(s), or the entity upon behalf of which the person(s) acted,
executed the instrument.
WITNESS my hand and o icial seal. • JOA- N E F. ANDERSON
l� `N„
a, NNE:( 1NS(/9 •, ; °°'SU RAti"' NOTARm UBLIC 1CA� CALIFORNIA rn
�: %C�:'PPOq"•:O °• Signature (Seal)
N
O 9 .. r O 9 =; 1oAnn, Anderson, Nowry PubNc lot Angeles County
=Jr2 .tn=r�:2 cn•,C>=_ My Comm. Expires A .21,2001
aDEC.14, O'cAHW — DEC.14, 0 0=
'tom 1995 :O 7) 1995
FQRAS,F-;i'ak.�
5230 Las Virgenes Road Calabasas, CA 91302 TEL 818 871-2000
PAYMENT BOND
12-13-200 9:36AM FROM WESTTEXPAVING 8068633550
OND NO. CC-28235
ol
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
F THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25.000)
KNOW ALL MEN BY THESE PRESENTS, that West Texas Paving, Inc. (hereinafter called the Principal(s), as
O
Principal(s), and
Cumberland Casualty & Surety Company
(hereinafter called the Surety s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of even hundre 9thir —five rs ($735 ,145..25) lawful money of the
j United States for the paymen t e s hAcipal and3t[rdtybiM themselves, and their heirs, administrators,
! executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of
Nov. ,20 QQ,to 2001 Primary Strget Maintenance Program
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said Contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253-021(a) of the
Texas Government Code, and all liabilities on this bond shalt be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
14th day of Dec. 20 00 .
Cumberland Casualty & Surety Company West Texas Paving, Inc.
Surety (Com an Na }
(Title) Atty—in—Fact (Print ame rell Jarnagln
ii
12-13-200 9:37AM FROM WESTTEXPAvING 80686.33SSO P_10
The undersigned surety company represents that it is duly qualified to do business in Texas. and hereby
designates Frank White an agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
Cumberland Casualty & Surety Co.
Surety
. 8y
• (Title)
�* Approved as to form:
City of Lubbock
City Attorney
Note; 1f signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. if signed by an Attorney in Fact. we must have copy of power of
attorney for our files.
e � i
r•,
ewa i
2
re,
PRINCIPAL: `
P'. U. Bi
CONTRACT'AIVIQUNT:: "$735,145.25 AMOUNT OF BOND: $ 735,145.25
�.4 NOCC 282OWER 35 =
yk
° KNOW ALL MEN'BY THESE PRESENTS: That Cumberland Casualty & Surety Company, a corporation duly organized under the laws of the Sate
of Florida, having its principal office in the Cityof Tampa, Florida, pursuant to the following resolution, adopted by the Board of Directors of the said
Company on the 15th.day of April, 1999, to wit: '
t "Resolved, that the President of the Company -shall have authority to make, execute and deliver a Power of Attorney constituting as
attorneys) -in fact, such persons, firms, or corporations,as may be selected from time to time.
Ba e Further Resolved, that the signature of the President, Secretary and the Seal of the Company may be affixed to any such Power of
Attorney or any certificate relating thereto by facsimile, and any such powers .so executed and certified by facsimile signature and facsimile seat shall
be valid and binding ttpon`the Company in the future with respect to any bond or consents for the.refease of retained percentages and/or final estimates
on engineering and construction contracts or similar authority or undertaking to which it is ai ached."
�. Cumberland Casualty& Surety Company does hereby make, constitute and appoint Michael N. Rudberg or Susan Crain
IZZ
e - its true and lawful attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and,
deliver in its behalf, and its act and deed, as follows:
The obligation of the Company shall not exceed ($2,000,000.00) dollars.
And to f ia'Cucnberland, Casualty '& Surety Company thereby as fully and to, the same extent as if such bond or undertaking was signed by
the duly authorized officer of Cumberland Casualty & Surety Company,and all the acts of said attorneys) -in -fact pursuant to the authority herein given,
and hereby ratified and confirmed.
IN WITNESS WHEREOF, Cumberland Casualty & Surety Company has caused these presents to be signed by an officer of the
Company audits Corporate ea to be hereto affixes
U „o, CMp.. ND C SU LTY & S COMPANY\
g Y SEAL
ward J_'F enfield iV_ President
F depose and say
corporation'dt
instruments is
by like order
STATE OF F]
COUNTY OF
1, the
and attached Pt
kY:yu.".R"'�ywvee'.f
'tiY+ w.. 4 sir Ary p`}''�' Y.'44v .u>"i' £ a Y i•�q- :'-Y ^4s'` �.,k, �Y
RIDA` e kr a ft a �
IrISBOROiJGIi) W .. ' zt C FY _
-. r.W .. h r3 . -
i5d day oi` Apnl, A D. 1999, before me personally came Edward J: Edenfield IV;'
to me known, who being by me duly sworn did
at he resides in the County of Hillsborough, State of Fldnd that he is President `of Cumberland Casualty & Surety Compatty, the
ibed in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said
h`corporate'seal, that it was so affixed by order of the Board of Directors of said corporation and that he signed his namethereto
�vP&e
4r Beverly Ann Jerry`
} 1 � � z �Comeussion # CC 758867
r 1M26Z1C =
4 Expires i10 s(22, 2002 1
I „""•• �� BONDED THRU ever Ann J
b._
�4ano� o ...: QF ATLARM 60NOING CO., INC. My commission a itres`
��OUGN GZa
RIDA ) t
SS
LLSBOROUGA) -
dersigned, Secretary of Cumberland Casualty & Surety Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing
rER OF ATTORNEY remains in full force.
Signed and Sealed at the City of Tampa. Dated the 14r1r ba},for _ ne: OOer� 2000
SEAL, � M S. ack, Secretary
Mom,,
THIS BOND NOT VALID UNLESS PRINTER ON GRE--N PAPER
P"
E L)
-q �. -" -r r , T r �
---' INN
TEXAS
DATE, /
By
es*
OR
12-13-200 9:37AM FROM WESTTEXPAVING 80E8E335517 P.11
BOND NO. CC-28235
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
West Texas Paving
KNOW ALL MEN BY THESE PRESENTS, that Inc. (hereinafter called the Principat(s), as Principal(s), and
Cumberland Casualty & Surety Company
(hereinafter called the Surettvv(s , as Sure�{ (s) ar�(, held an firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Sa_edhonenfi n�r 11 a - - t Dollars ($735 }145. 2._ lawful money of the
United States for the payment whereof, the said Principal and Surety bind Mmselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27thy of
November 2000.to 2001 Primary Street Maitenance Program
and said principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the some extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void:
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
articie to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 14th
day of December 2000 .
Cumberland Casualty & Surety Co. West exas Paving, Inc.
Sur y (C any Na
By: %1 „� By,
(Title) Atty-in-Fact a (Print Name D rrell arnagin
(S) n ture)
15 �EiJ"i
( le)
12-13-200 9:38AM FROM WESTTEXPAVING 8868633SSO P,12
The undersigned surety company represents that it is duty qualified to do business in Texas, and hereby
designates Frank White an agent resident in Lubbock County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship.
Cumberland Casualty Surety'Co.
Surety 1
.By,
Title}
Approved as to Form .. "
City of Lubbock
.../
By:
C y Attorney
Note. if signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
rye
2
a.
s.
CERTIFICATE OF INSURANCE
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE: 1-5-01
� /ADDITIONAL INSURED
P.O. BOX 2000
LUBBOCK, TX 79457 TYPE OF PROJECT:
WEST TEXAS PAVING , INC STREET MAINTENANCE
•+, THIS IS TO CERTIFY THAT P.O. Box h41 s7, T.11RRG1CK, TX 79464 (Name and Address of Insured) is, at
the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the
typed of insurance and in accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard policy noted hereon.
i,
i
TYPE OF INSURANCE
POLICY NUMBER EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENER.;L LIABILITY
EX Commercial General Liability
General Aggregate S 2 000 000
G Claims Made
Occurrence
3AQ5711 3-9-2000
3-9-2001
Products-Comp/Op AGG S0
Personal & Adv. Injury $ I , 000, 000
Owner's & Contractors Protectiv
Each Occurrence $0
1 415 .00
Fire Damage (Any one Fire) 50,000
S
Med Exp (Any one Person) 1,000
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit S
❑ All Owned Autos
Bodily Injury (Per Person) S
n Scheduled Autos
Bodily Injury (Per Accident)
S
C Hired Autos
Property Damage S
Non -Owned autos
G
GARAGE LIABILITY
G Any Auto
Auto Only - Each Accident S
Other than Auto Only:
Each Accident S
Aggregate S
0 BUILDER'S RISK
0 100% of the Total Contract Price5
C INSTALLATION FLOATER
$
EXCE•3c'LiABILITY
G Umbrella Form
Each Occurrence S
Aggregate S
0 Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIAB: LITY
The Proprietor/ 0 Included
Statutory Limits
Partners/Executive 0 Excluded
Each Accident $
Officers are:
Disease Policy Limit S
Disease -Each Employee 5
OTHER
0
WAIVER OF SUBROGATION APPLIES
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
o, canceled by the. insurer in less than the legal time required after the insured has received written notice of such change or
cancellation, or +n case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE ESSEX INSUR C C 1 PANY
(Name of 14or r
MUST BE SENT TO THE CITY OF LUBBOCK
By: lzz� l
Title: AGENT
JIM WHITE INSURANCE
I P.O. BOX 6708
LUBBOCK, TX 79493
12/282000 11:5e
p
BUTLER 3 8633550
--. • w. wwr.rw.w+
CERTIFICATE OF INSURANCE
NO.242 Pei
r. I
TO: CITY OF LIlMOCK DATE: 12/28/2000
P.O. BOX 2000
E LUSt3MK. TX Tu% TYPE OF PROJP—CT:
est Texas Paving, Inc.
P - 0 Box 64187 Lubbock, TX 794,64
R THIS IS TO CEt17tFY THAT (Name and Address of Insured) is, ar
me date of this certificate, insured by this Company with respect to the business operations hereinafter described. for Lhe
typed of insurance and in accordance with me provisions of the standard policies used by this company, the FunW
nereinaftar desaibsd. Exceptions to standard policy noted hereon.
TYPt: CF WS5=CE
POLICY NUMBER
EFOaCTM
eFFECIWE
Lttt
DATE
DATE
EN�w:► !la8i'J7Y
.. CommercW Gerwal L.1abilAy
Vlneril A49ftgXQ i
Clams Mwe
PMduN.s-C4m0i0P Ncaca .l •�.•
Or.: urmnCo
Personal 8 Adv. lniury S
0 Owners i Contractors PrawrNvi
Each OcalrVnce i
Fire 0arnap (Any arts Fire)
S
_
MW F-W (Any one Person)
S
AU701AO i I VE LIA&UrY
x Any Ayco
CorobinW Single L,'ntic S 1- 000 , 000
7, Ak Ownttt AU"
SG'�OC�tC6 fWQ7
TCAS 62238 Z 00
9 J 14 J 2000
9 J 14 J 2001
Bodgy injury �?er Person) S
BaWy Injury Per AW68"t)
S
x rlire4 swiss
P'anvrty 4ama�c
NO.-1-0vorod Autos
VAIIA4 LiAelLldry
My A6:0
Auto Only _ ream A zteen: S
Other than Auta Only:
EzCh X:iCant 3
agEnogsw S
- a t"ILDEWS RaX
L 100% of 2M Tout Conk-& t PriceS
INSTALLATION R.OATER
S
E E- .::AdILMY
timbre►:a Form
Eam OcctLvnce S
.�gtit+eQaoe
S
o
_ Other Than Urnbretla Frm
vME COW NSATranr AND
T.ls Ptdp►is'w C l xgumw
Siwww r 61rn1t3
?artnNSiExSGiDrC J Exct4dC4
Earl r1=dent S ._
Q` Wrs are:
Disease Policy limit Ste_
Disease -Each Fmptoyco S
0rkt R
City of Lubbock
ebotm_ as Add
ional Ins
ad with Wa
ver of Subrogation and 10 Da s
Written Notice of Cancellation.
4 me ebove policies either in the body thereof or Oy appropriate endorsement provide that they may not be Changed or
cancated by the insurer in less than the legal time required after tits im4rad bas r•ecelved written notice of such change ar
carlcetlaiivi, or in case there is no legal requirement, in less than five asys in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSZlRAXCE Republi 4L10 s
MUST 136 SENT TO THE CITY OF LU88flCK acne C ns
gY=
tti . Agent
1
r�+
r"•
CERTIFICATE OF INSURANCE
CITY OF LUBBOCK DATE: 1-8-01
P-P:O. BOX 2000
LUBBOCK, TX 79457 TYPE OF PROJECT:
2001 Street Ma i ntenanro
TO CERTIFY THAT (Name and Address of Insured) is, at
Ja of this certificate, insure y Is ompany wi r ct e 60sirMs operations hereinafter described, for the
d t_ insurance and in accordance with the provisions of the standard policies used by this company, the further
;ina`ter described. Exceptions to standard policy noted hereon.
�w TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
F'f i LIABILITY
Smmercial General Liability
General Aggregate $
aims Made
Products-Comp/Op AGG S
Occurrence
Personal & Adv. Injury $
,"wner's & Contractors Protectiv
Each Occurrence S
Fire Damage (Any one Fire)
Med Exp (Any one Person)
OF OVE LIABILITY
'A" y Auto
Combined Single Limit S
A. ; Owned Autos
Bodily Injury (Per Person) $
"":heduled Autos
Bodily Injury (Per Accident)
f ,fired Autos
Property Damage $
Non -Owned Autos
Au. _- LIABILITY
ny Auto
Auto Only - Each Accident $
Other than Auto Only:
Each Accident $
Aggregate $
UILDER'S RISK
76% of the Total Contract Price$
JSTALLATION FLOATER
$
F r iABILITY
mbrella Form
Each Occurrence $
Aggregate $
Other Than Umbrella Form
$
FRS COMPFtit,AT/ON AND
'ERS' L,-X S1 LI TY
oprietod o Included
6551096
1-22-01
1-22-02
Statutory Limits
rs/Executive �L Excluded
Each Accident $500000
`are:
Disease Policy Umit $500000
Disease -Each Employee $ 500000
Th
city of Lu bock is vored wi
h a waiver of subrogation
Th
company will endevor to send
the city nf T.iihhnr-lr
of cancellation 10 days prior to cancellation. _
ove policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
ct ?d by the. insurer in less than the legal time required after the Insured has received written notice of such change or
cc .ation, or in case there Is no legal requirement, in less -than five days in advance of cancellation.
Er7OPIES OF THE CERTIFICATE OF INSURANCE
(Name ot Insurer)
ST BE SENT TO THE CITY OF LUBBOCK
Title:
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
,.. (4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the
contractor knew or should have known, of any change that materially affects the provision of coverage of
any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional words
or changes:
2
sA
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
.. (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
�*
3
CONTRACT
r-a
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 27th day of November, 2000 by and between the City of
Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do
so, hereinafter referred to as OWNER, and West Texas Paving, Inc. of the City of Lubbock, County of Lubbock and the
State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #253-001LR - 2001 PRIMARY STREETS MAINTENANCE PROGRAM - $735,145.25
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract
documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
ATTEST: CLAI
4BK,TE r7t
)
B
Secretary
APPFQVE S TO CONTENT:
CNTRACTOR.
Owner's 0epresentAve _ SO4V/Aj�,
APPROVED AS TO FORM: II
4, By.
C y Attorney
PRINTED NAME. Al kea- JA2 N n G/nj
*, TITLE: I OCe51De w r
ATTEST: COMPLETE ADDRESS:
Corporate Secretary West Texas Paving, Inc.
P.O. Box 64187
` A,fl� f�'Z�� Lubbock, Texas 79464
.� 1
I
is
r"
rl
GENERAL CONDITIONS OF THE AGREEMENT
r
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit WEST TEXAS PAVING, INC. who has agreed to perform the work embraced in
this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative DON JENNINGS, STREET SUPERINTENDENT, so designated
who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors
as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or
inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder
for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to
herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order, designation
or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
m
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
�• Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
.� 1
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or
work described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9, SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract
documents or the completion of the work contemplated by these contract documents. Whenever necessary,
Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but
such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore.
The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be
replaced by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the authority
to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under the contract documents, and shall determine all questions in relation to said work
and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
s
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
a�. It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall.
r furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
" The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms
or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
.a The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
"'. 3
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the_work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any
observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the
time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any
such work found to be defective or not in accordance with the contract documents, regardless of the stage of its
completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has
previously accepted the work through oversight or otherwise. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under -the -con -tract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed, that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial 4-
action contemplated as hereinabove set forth shall be at Contractor's expense.
4
CE
23. CHANGES AND ALTERATIONS
rk: -. The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by
a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
04. the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and expense not
embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
be included in the "actual field cost."
�:� 5
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's. Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or doesznot constitute extra work or as to the payment therefore, and
r wn -... x.,w. ,• 0 .sa-n.^w�4; K+k.:i *+A. .ate •bps.• �iM+b,FdSta>T&s`ti�jPik.
the Owner's Representative insists upon its performance, the Contractor' shall proceed with the'work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of
any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a _
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that. the Contractor fully understands
the work to be included.and has provided sufficient sums.i.n its bid toacomplete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative before bidding ^'
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable`
provisions of federal, state and municipal laws and building and construction codes._. All, machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall „defend, indemnify and hold
harmless the Owner and _all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
6
1A!t
are intended as reminders to the Contractor of its duty and shall -not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
+* All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
f payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver..
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
_ protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof
of coverage insurance documents including workers compensation coverage for each subcontractor.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
o
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, LO Combined Single Limit. This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000.00 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and
Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/installation Floater Insurance.
The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of
potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $0 on all contracts with coverage
to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.00.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services .on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to'the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
0
9
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor,shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate. -�
(7) The certificate or certificates shall_ be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A.Contractor shall: _
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
0) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e)' retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
10
M
_(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive
information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
- provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
iiprovide a certificate i
(") p of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contractor providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
Pik
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
-
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
,� 11
on the current certificate of,coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS
OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all ,of its -officers, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a
sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such ._.
indebtedness.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
12
L.a
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors
perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the'law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
:+ though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
' It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
' beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $500.00 (FIVE HUNDRED
DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every working day that the Contractor shall be in default after, the time stipulated for substantially
completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and
is expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS
OF THE ESSENCE OF THIS CONTRACT. „N ; , W
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may
', 13
direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done, and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without
limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
14
i"
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
' specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
? Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as -comp le"fely' as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Poll Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
` working days after the Contractor has given the Owner's Representative written notice that the work has been
substantallycompleted; the Owner's' Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final
completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Aw 15
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise,
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such Owner condemned
remove work within
a it reasonable
a le time
expense.after
tten notice by the Owner or the Owner's Representative,
Y P
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto -and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them..
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take_ exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative,
said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the
Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the
acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and
constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's
Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with ,this contract, then the Surety
on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no
further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance, the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are provided in this contract. In case of
any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which
would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
g and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
I° his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
17
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this
paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in
paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved
Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be
in effect until such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
18
N
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
' City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
!` and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
# 19
id
RE: RESOLUTION NO. 6262, ITEM NO. 39, APRIL 8, 1999
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Hourly Rate
Acoustical Ceiling Installer
11.50
Air Conditioner Installer
12.50
Air Conditioner Installer -Helper
6.25
Asbestos Worker
9.00
Asbestos Supervisor
12.50
Bricklayer
12.50
r,
Bricklayer -Helper
7.00
Carpenter
11.00
Carpenter -Helper
7.00
Cement Finisher
8.00
Drywall Hanger
11.00
Electrician
13.75
Electrician -Helper
7.00
Equipment Operator -Heavy
9.50
Equipment Operator -Light
8.50
Floor Installer
9.50
Glazier
10.50
Insulator-Piping/Boiler
11.50
Insulator -Helper
7.00
Iron Worker
11.00
Laborer -General
6.00
Mortar Mixer
6.00
Painter
9.50
Plumber
12.50
r-
Plumber -Helper
7.00
Roofer
9.00
Roofer -Helper
7.00
Sheet Metal Worker
10.00
Sheet Metal Worker -Helper
7.00
Welder -Certified
11.00
,�,
1
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly Rate
Asphalt Heaterman
9.00
Asphalt Shoveler
6.00
Concrete Finisher
8.00
Concrete Finisher -Helper
7.00
Electrician
12.00
Flagger
6.00
Form Setter
7.00
Form Setter -Helper
6.25
Laborer -General
6.00
Laborer -Utility
6.75
Mechanic
8.00
Mechanic -Helper
7.00
Power Equipment Operators
Asphalt Paving Machine
7.75
Bulldozer
8.00
Concrete Paving Machine
7.75
Front End Loader
7.25
Heavy Equipment Operator
8.00
Light Equipment Operator
7.25
Motor Grader Operator
9.50
Roller
6.75
Scraper
7.25
Tractor
7.25
Truck Driver -Light
6.50
Truck Driver -Heavy
7.00
10-+ 2
SPECIFICATIONS
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the fair Labor Standards Act.
3
Page One 2001 PRIMARY STREETS MAINTENANCE PROGRAM
THOROUGHFARES
TWO COURSE: 1st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex
2nd Course - Gr 4 Pre -coat, AC 5 w / 3°
DIST.
STREET
FROM
TO
LENGTH
WIDTH
4
Indiana Ave
SLL 82nd St
VG @ 90th St
2,900
82
6
Quaker Ave
NLL 4th St
N Loop Access Rd
5,280
60
1,3
University Ave
SLL19th St
Alley South of 22nd St
1,312
64
4
University Ave
South Loop Access Rd
NLL 82nd St
2,990
82
1,2
34th Street
WLL University Ave
WLL Ave Q
4,646
60
TOTAL THOROUGHFARES -Two Course
/° Latex
ROCK
ASPHALT
Gr # 2
Gr # 4
AREA
IRATE
GALS
RATE
C.Y.
RATE
C.Y.
26,422
0.34
8,984
1:68
389
0.38
10,040
1:95
278
35,200
0.34
11,968
1:68
518
0.38
13,376
1:95
371
10,130
0.34
3,444
1:68
149
0.38
3,849
1:95
107
27,242
0.34
9,262
1:68
401
0.38
10,352
1:95
287
30,973
0.34
10,531
1:68
455
0.38
11,770
1:95
326
44,189
49,388
129,968
93,577
1,911
1,368
I Ij
Page Two 2001 PRIMARY STREETS MAINTENANCE PROGRAM
INDUSTRIAL / COLLECTOR STREETS
TWO COURSE: 1 st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex
2nd Course - Gr 4 Pre -coat, AC 5 w / 30
DIST.
STREET
FROM
TO
LENGTH
WIDTH
1
Ave O
S ER 4th St
NLL 6th St
655
81
1
N Boston Ave *
Alley S of Marlboro St
S ER Newcombe St
692
22
1
N Gary Ave
NLL Clovis Rd
S ER N Loop Access Rd
2,518
48
5
Oakridge Ave *
SLL 76th St
N ER 82nd St
1,918
24
5
Pontiac Ave "
SLL 76th St
N ER 82nd St
1,918
24
6
Toledo Ave
NLL Brownfield Hwy
S ER 19th St
2,310
32
6
Salem Ave
VG @ Brownfield Hwy
NLL 31st St
1,990
34
6
Salem Ave
SLL 31st St
SLL 32nd St
348
36
6
Salem Ave
SLL 32nd St
NLL 34th St
610
26
2
23rd St
VG @ Ave A
ELL Ave E
1,360
51
2
23rd St
WLL Ave E
1-27 Access Rd
300
36
Page Two TOTALS:
/o Latex
ROCK
ASPHALT
Gr # 2
Gr # 4
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
5,895
0.34
2,004
1:68
87
0.38
2,240
1:95
62
1,692
0.34
575
1:68
25
0.38
643
1:95
18
13,429
0.34
4,566
1:68
197
0.38
5,103
1:95
141
5,115
0.34
1,739
1:68
75
0.38
1,944
1:95
54
5,115
0.34
1,739
1:68
75
0.38
1,944
1:95
54
8,213
0.34
2,793
1:68
121
0.38
3,121
1:95
86
7,518
0.34
2,556
1:68
111
0.38
2,857
1:95
79
1,392
0.34
473
1:68
20
0.38
529
1:95
15
1,762
0.34
599
1:68
26
0.38
670
1:95
19
7,707
0.34
2,620
1:68
113
0.38
2,929
1:95
81
1,200
0.34
408
1:68
18
0.38
456
1:95
13
----------
-------
20,073
-------
-------
22,434
59,037
42,5071
868
621
Page Three 2001 PRIMARY STREETS MAINTENANCE PROGRAM
INDUSTRIAL / COLLECTOR STREETS
TWO COURSE: 1st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex
2nd Course - Gr 4 Pre -coat, AC 5 w / 3
DIST. STREET FROM TO LENGTH WIDTH
2 E 26th St 850' W of Oak Ave Alley E of Globe Ave 1,810 28
2 E 38th St *
4 56th St
WLL Southeast Dr
L��I&IINM k sI
5 76th St * Alley W of Pontiac Ave
4 86th St WILL University Ave
* Currently unpaved. City forces to finish surface
and apply preservative seal.
ELL MLK, Jr Blvd
1,315
28
Deadend to East
184
32
Alley E of Oakridge Ave
1,328
24
ELL Boston Ave
760
39
Page Three TOTALS:
T O T A L COLLECTORS - Two Course
TOTAL THOROUGHFARES - Two Course
GRAND TOTAL :
Latex
ROCK
ASPHALT
Gr # 2
Gr # 4
AREA
I RATE
GALS
RATE
C.Y.
RATE
C.Y.
5,631
0.34
1,915
1:68
83
0.38
2,140
1:95
59
4,091
0.34
1,391
1:68
60
0.38
1,555
1:95
43
654
0.34
222
1:68
10
0.38
249
1:95
7
3,541
0.34
1,204
1:68
52
0.38
1,346
1:95
37
3,293
0.34
1,120
1:68
48
0.38
1,251
1:95
35
5,852
6,540
17,211
12,392
253
181
0.34
25,924
0.38
28,974
76,248
54,899
1:68
1,121
1:95
803
129,968
0.34
44,189
1:68
1,911
------
------
0.38
49,388
------
------
------
------
1:95
1,368
------
------
206,216
148,475
3,033
2,171
MATERIALS OF CONSTRUCTION
1. GENERAL
The following paragraphs give the specifications on the various materials that are to be used in this project.
On minor items a certificate from the manufacturer may be required, certifying that the material or equipment
meets the specifications for such material as specified herein. All materials shall be subject to the approval of
the Engineer before being used.
2. CONCRETE
A. CEMENT
Cement shall conform to "Standard Specifications and Test for Portland Cement, "A.S.T.M." Serial
Designation C-150, Type I and Type III, and shall be an approved brand.
B.AGGREGATE
DESCRIPTION
Concrete aggregates shall consist of natural, washed and screened sand, and washed and screened gravel
or clean crushed stone conforming to "Standard Specification for Concrete Aggregate, "A.S.T.M. Serial
Description C-33-39 and item No. 360 of the Texas State Highway Specifications. Coarse aggregate for
Class "C" Concrete (Street Paving) shall be crushed limestone (Brownwood Type). The aggregate shall be
well graded from coarse to fine and shall be free from injurious amount of clay, soft or flaky materials, loam
or organic impurities. All aggregate shall be approved by the Engineer before use. Maximum size of
aggregate shall be 1-1/2 inches. Aggregate for concrete construction proposed to be used in this project
shall have a loss not to exceed 18% when subjected to 5 cycles of the Magnesium Sulfate soundness test —
A.S.T.M. Designation C-88-90.
STOCKPILES
The location of all stockpiles of aggregate shall be approved by the Engineer prior to unloading as to zoning
requirements, smoothness and compaction of the ground, and traffic conditions. Stockpiles of aggregate to
be incorporated into the project shall be protected from dust by drift fences of any suitable material
approved by the Engineer, when sandstorm possibilities exist. Care shall be taken to prevent dusty
conditions in the stockpile area from any sources.
C. WATER
Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali,
salts or other chemicals.
D. CONCRETE MATERIALS TESTS
PRE -CONSTRUCTION TESTS
The contractor will submit test certificates from an approved commercial laboratory on all aggregates
proposed for use on this work. Tests should be made approximately 20 days before beginning the concrete
operation.
The contractor will submit in advance of construction the design mix and the result of compression tests
made by a commercial laboratory. These will be made on each type of concrete mix design proposed for
use on this project.
Tests shall be made on 6 cylinders for each mix, 3 tested in 3 or 7 days, 3 tested at 7 or 28 days. Additional
tests shall be furnished if material source is changed or if concrete used varies from the original design.
The Engineer shall approve the mix design after the pre -construction tests have been completed.
CONSTRUCTION TESTS
Tests of the aggregates and the concrete will be made by the Engineer during construction to determine
conformity with the specifications. Test cylinders will be made in accordance with the Method of Making and
Curing Concrete Compression and Flexure Test Specimens in the Field (ASTM Designation C-31). The
specimens shall be cured under standard moisture and temperature conditions in accordance with
requirements of ASTM C-31.
Strength tests shall be made, in general, for each day's run or for each 50 cubic yards of concrete if a day's
run greatly exceeds this amount but these tests may be made entirely at the discretion of the Engineer.
Strength tests on Class "C" Concrete shall be made for approximately each 30 cubic yards or every third
truck on each day's run. The costs of all such testing will be borne by the City but the Contractor shall
cooperate in securing and storing samples and shall furnish all materials required for sampling.
A strength test shall consist of five standard test cylinders made from a composite sample obtained in
accordance with the requirements of ASTM Designation C-172. Two of the cylinders shall be tested at 3 or
7 days and at 7 or 28 days. The fifth cylinder shall be held available for subsequent testing, if determined
necessary by the Engineer. The test result shall be the average of the two 7 or 28 day specimens, except
that, if one specimen in the test shows manifest evidence of improper sampling, molding, or testing, it shall
be discarded and the remaining two strengths averaged. Should more than one specimen representing a
given test show definite defects, due to improper sampling, molding or testing, the entire test shall be
discarded.
,-- The result of the 7 or 28 day strength tests shall be used as the basis for accepting or rejecting the concrete
represented.
., The results of the 3 or 7 day strength tests will be compared with the 3 or 7 day strength of the
preconstruction test cylinders for the type and slump of the concrete being produced. Should the 3 or 7 day
strengths indicate a deficiency in the 7 or 28 day strengths, the Engineer may require a temporary change
in proportions to correct such deficiency. Such change shall remain in effect until the 7 or 28 day strength
IO- of the material in question is determined, at which time the change shall become permanent or shall be
rescinded, depending upon the results of the 7 or 28 day test.
The engineer shall record the delivery ticket number for the concrete and the exact location in the work at
which each load represented by a strength test is deposited.
E. CONCRETE DESIGN
^- Concrete conforming to these specifications may be "Ready Mix" but transporting vehicles shall be operated
such as to insure delivery and placement in forms without loss or segregation of ingredients and within one
hour of mixing time. Continuous mixing during transit will be insisted upon.
MIX DESIGN
All concrete for curb and gutter, valley gutters, fillets and alley stubs, alley slabs, drainage channels, inlet
boxes, headwalls, and medians shall be Class A concrete with 5% air entrainment (+1-1/2% tolerance).
The concrete mix design shall be based on water -cement ratio, and shall be as follows for the different
classes of concrete.
Minimum Sacks Max. Gal. Max. Slump
Class Cement per C.Y. Water per sack in inches
A 5 6.5 4
C 6 6 3
.— E 5.5 5.5 3
F 6 5.5 2
The concrete mix design for the different classes shall also be such that the compressive and flexural
strength for each class shall not be less than the following;
Minimum Average for
anv test
Class 3 daX ZAay beam strength 28 day
A --- 2100 -- 3000
C --- 3000 600 3600
E 2500 3000 -- ---
F 2900 3500 --- ---
Any concrete failing to meet these strength requirements or air content shall be removed and replaced.
LOW STRENGTH CONCRETE
P"
Any class of concrete incorporated in any part of the project which does not meet the strength requirements
specified above, shall be considered low strength concrete. Low strength concrete shall be removed and
replaced at the expense of the Contractor.
The Engineer shall determine the exact limits of any low -strength concrete required to be removed and
replaced under the provisions of this paragraph. The methods to be used in removing and replacing such
concrete shall be approved by the Engineer.
F. CLASSIFICATION
Unless otherwise shown on the plans: Class A concrete shall be used for curb and gutter, drainage
channels, medians, inlet boxes, headwalls and sidewalks; Class C concrete shall be used for concrete
paving and valley gutters constructed in thoroughfare and collector streets; Class E concrete shall be used
for valley gutters on streets other than thoroughfares and collectors and for alley returns, alley paving and
reinforced gutter sections; Class F concrete is used for railroad sections.
G. MIXING
All aggregates shall be accurately weighed or measured by volume. The concrete shall be mixed in an
approved batch mixer equipped with an accurate water measuring tank, and shall be mixed for one and
one-half minutes after all material is in the mixer. "Ready Mixed" or "Transit Mixed" concrete may be used.
If used it shall conform to these specifications and the "Standard Specifications for Ready Mixed Concrete,"
A.S.T.M. Serial Designation C94-38 and Item No. 502 of the Texas State Highway Specifications.
After mixing, the concrete shall be transported to the forms in a manner which will prevent separation or
segregation of the aggregates and shall be placed without undue delay. It shall be deposited as nearly as
practicable in its final position in order to avoid rehandling or flowing of the concrete. No water shall be
added to the concrete to facilitate finishing.
H. CURING COMPOUNDS
Compounds used to form an air tight membrane over fresh concrete surface for curing purposes shall
conform to Item 526, Texas State Highway Specifications and "A.S.T.M." Serial Designation C-309.
3. REINFORCING MATERIALS
A. WIRE MESH
Wire mesh reinforcing shall conform to "Standard Specifications for Welded Steel Fabric for Concrete
Reinforcement" ASTM Designation A-185.
Mesh reinforcement shall be of the size shown on the plans. All reinforcement shall be permanently marked
with grade identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee of
grade and compliance with these specifications. Reinforcement stored on the site shall be protected from --
accumulations of grease, mud or other foreign matter and from rust producing conditions and shall be free
from rust, scale, oil, mud or structural defects when incorporated into alley slab, or valley gutters.
B. BAR REINFORCING -.
Reinforcing steel to be used on this project shall conform to A.S.T.M. Designation A-432 and shall be
deformed to A.S.T.M. 305 requirements unless otherwise shown on the plans.
C. FIBER REINFORCING
(1) The fiber used shall be 100 percent virgin polypropylene collated, fibrillated fibers specifically
manufactured for use as concrete reinforcement, containing no reprocessed olefin materials.
(2) The physical characteristics of the fiber to be used is as follows: Specific Gravity -0.91; Tensile
Strength - 70 to 110 ksi; Length of fibers -1/2".
(3) Fibrous concrete reinforcement materials provided by this section shall produce concrete conforming
to the requirements for each type and class of concrete listed in Section IV-2-E. Quantities to be used
shall conform to manufacturer's recommendations, unless otherwise directed by the Engineer.
4. JOINT MATERIAL
A. EXPANSION JOINT MATERIALS
I
Bituminous premolded expansion joint material shall conform to Item No. 420.2 (a) of the Texas State
Highway Department Specifications.
Expansion joints shall be placed as shown on the plans or as directed by the Engineer.
B. JOINT SEALING MATERIALS
Joint sealing material shall be W.R. Meadows sof-seal or approved equivalent.
5. FORMS
Forms for curb and gutter and alley paving may be of wood or metal, of a section satisfactory to the Engineer,
straight, free of warp, and a depth equal to the depth of the concrete section formed. Forms shall be
constructed accurately to the line and grade as established in the field, shall be adequately braced so that they
will not move during the placing of the concrete, and shall remain in place at least'twelve (12) hours after
placing concrete. Forms shall be oiled with a light oil before each use and forms which are to be re -used shall
be cleaned immediately after each use and maintained in good condition. Curb forms shall be such that the
face of the curb can be formed by use of a face form held in place by steel templates. Forms used for curb
shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section
and an accurate flow can be obtained by other methods approved by the Engineer. In no case will a concrete
pour be started without the approval of the Engineer. No forms shall be placed until the subgrade is within inch
(I") of its finished grade. Forms for alley slabs may be used as a guide for screeding. Where longitudinal
construction joints are required, the form shall be so constructed as to provide a 1-1/8 inch ' V" shaped groove in
the face.
6. FLEXIBLE BASE (CALICHEI
A A. DESCRIPTION
"Flexible Base (Caliche)" shall consist of a foundation course for surface course or for other base courses. It
shall be composed of caliche and stone materials and shall be constructed as herein specified in one or
more courses in conformity with the typical sections shown on plans and to the lines and grades as
established by the Engineer.
B. MATERIAL
(1) The material for the base course shall consist of argillaceous limestone, calcareous or calcareous clay
particles, conglomerate, gravel, sand or other granular materials. The material source shall be
approved by the Engineer. All the acceptable material shall be crushed and returned to the screened
material again in such manner that a uniform product will be produced Samples for testing the
material shall be taken prior to the compaction operations.
(2) The material will conform to the requirements:
Sieve Size 2" 1-1 /2" 7/8" 1 /2" #4 #40
------------------------------------------------------------------------------------------------
% retained 0 0-5 8-30 30-55 50-70 70-90
Material passing the No. 40 sieve shall be know as "Soil Binder' and shall meet the following
requirements when prepared in accordance with Test Method Tex 101-E procedure:
., Liquid Limit - 45 maximum; Plasticity Index - 15 maximum, 3 minimum; and
Linear Shrinkage -10 maximum
(3) Wet Ball Mill Test of Flexible Base Material. The material, when tested in accordance with Texas
Method 116-E, shall have a maximum allowable value of 55.
7. ASPHALT STABILIZED BASE -PLANT MIX (TxDOT Item 292)
.. A. DESCRIPTION
This item shall consist of base courses to be composed of a compacted mixture of graded gravel base
material from sources approved by the Engineer, (Once the source is selected the contractor will not
r^ change to another source without the Engineer's approval) and asphaltic material, mixed hot in an approved
mixing plant. The percent asphalt shall be determined by the Engineer in accordance with Test Method Tex
126-E and Tex 204-F or other established procedures.
4
B. MATERIALS
(1) MINERAL AGGREGATE (GRADED GRAVEL)
The material shall be crushed and shall be screened as necessary to meet the requirements hereinafter
specified and shall consist of durable aggregate particles otherwise specified below.
(2) STOCKPILING STORAGE PROPORTIONING, AND MIXING
Stockpiling of Aggregates. Prior to the mixing operations with asphaltic material, processed mineral
aggregate shall be stockpiled on an area previously cleared of trash, weeds and grass and smoothed as
directed by the Engineer. The aggregate stockpiles shall be not less than 10 feet in height and
constructed in layers not exceeding 18 inches in depth or as directed by the Engineer. The plant shall
have and maintain at least a two day supply of aggregate on hand unless otherwise directed by the
Engineer. Material shall be stockpiled in such a manner as to prevent segregation of aggregate and
mixing of aggregate from stockpiles and/or other sources. The gradation requirements for the individual
stockpiles and proportioning from these stockpiles will be the contractor's responsibility.
(3) GRADATION
Unless otherwise specified, the grading of the mineral aggregate shall conform to the limitations as
shown below:
This mixture shall meet the T.H.D. 1992 Specification Item (292)
Grade 4 -- Grading requirements:
Sieve Sizes 1-1/2" 7/8" 1 /2" #4 #440
% retained 0 8-30 30-55 50-70 70-90
Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following
requirements when prepared in accordance with the Test Methods Tex-101-E procedure:
The liquid limit shall not exceed.......................................................45
The plasticity index shall not exceed...............................................15
The linear shrinkage shall not exceed...............................................5
Samples for testing the material shall be taken prior to the mixing operations. Where more than one
material is used, tests will be on the combined materials.
The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing
with asphalt.
C. ASPHALTIC MATERIALS
Asphalt for the paving mixture shall be of the type as determined by the Engineer and shall meet the
requirements of Item 300, THD Specs, 1992 "Asphalt, Oils, and Emulsions." The grade of asphalt used shall
be designated by the Engineer. The contractor shall notify the Engineer of the source of his asphaltic
material prior to design or production of the asphaltic mixture and this source shall not be changed during
the course of the project, except when authorized by the Engineer.
(1) ASPHALTIC STABILIZED MATERIAL
The mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral
aggregate will conform to the gradation requirements specified. The asphaltic material shall form from 4
to 9% percent of the mixture by weight. The design percent asphalt shall be determined in accordance
with Test Method Tex.-126-E or Test Method Tex.-204-F and procedures outlined in the SDHPT Bulletin
C-14. The percent of asphalt in the mix shall be determined by Extraction ASTM D-2172, ASTM D-4125
Method of Test for asphalt content by Nuclear Method, Test Method Tex-210-F or Test Method Tex.-126-
F.
2) TACK COAT
Asphaltic materials shall meet the requirements of the Item, "Asphalts, Oils, and Emulsions THD Item
300", as approved by the Engineer. --
(3) TOLERANCES
Ri
The Engineer will designate the asphalt content to be used in the mixture after design tests have been
made with the aggregate to be used in the project. When tested as determined by the Engineer, samples
of the mixture shall not vary from the asphalt content designated by the Engineer by more than 0.2
percent dry weight (based on total mixture).
Asphaltic concrete pavement and asphaltic stabilized base shall be machine layed and the equipment
shall meet the requirements of THD 1982 specifications Item 528. Automatic screed controls for
concrete spreading and finishing machines.
8. EQUIPMENT - MIXING PLANTS BLACK BASE AND HOT -MIX
All equipment for the handling of all materials and mixing and placing of the mixture shall be maintained in good
repair and operating condition and subject to approval of the Engineer. Any equipment found to be defective
and affecting the quality of the mixture will be replaced.
Mixing plants may be the weigh -batch type or the continuous mixing type or the drum mix type. All types of
plants shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, bins and
dust collectors and shall consist of the following essential pieces of equipment.
.-, When requested by the Engineer, weigh -batch and continuous types of mixing plants shall be equipped with
automatic proportioning devices in accordance with the Item, "Weighing and Measuring Equipment." If
automatic recording devices are required by the plans, they shall be in accordance with the THD Item,
"Weighing and Measuring Equipment."
A. WEIGH -BATCH TYPE
(1) COLD AGGREGATE BIN AND PROPORTIONING DEVICE
The number of compartments in the cold aggregate bin shall be equal to or greater than the number of
stockpiles of individual materials to be used.
.-� The bin shall be of sufficient size to share the amount of aggregate required to keep the plant in
continuous operation and of proper design to prevent overflow of material from one compartment to
another. The proportioning device shall be such as will provide a uniform and continuous flow of
aggregate in the desired proportioning in a separate compartment.
(2) DRYER
The dryer shall be the type that continually agitates the aggregate during heating and in which the
temperature can be so controlled that the aggregate will not be injured in the necessary drying and
heating operations required to obtain a mixture of the specified temperature. The burner, or combination
of burners, and type of fuel used shall be such that in the process of heating the aggregate to the
desired or specified temperature, no residue from the fuel shall adhere to the heated aggregate. A
recording thermometer shall be provided which will record the temperature of the aggregate prior to the
mixing operation. The dryer shall be of sufficient size to keep the plant in continuous operation.
(3) SCREENING AND PROPORTIONING
The screening capacity and size of the hot aggregate bins shall be sufficient to screen and store the
amount of aggregate required to properly operate the plant and to keep the plant in continuous operation
at full capacity. The hot bins shall be constructed so that oversize and overload material will be
discarded through overflow chutes. Provisions shall be made to enable inspection forces to have easy
and safe access to the proper location on the mixing plant where representative samples may be taken
from the hot bins for testing. The plant shall be equipped with at least three hot bins. The aggregate shall
be separated into the number of bins indicated on the plans or as directed by the Engineer.
(4) AGGREGATE WEIGH BOX AND BATCHING SCALES
The aggregate weigh box and batching scales shall be of sufficient capacity to hold and weigh a
complete batch of aggregate. The weigh box and scales shall conform to the requirements of T.H.D.
Item 520,1982, "Weighing and Measuring Equipment."
(5) ASPHALTIC MATERIAL BUCKET AND SCALES
The asphaltic material bucket and scales shall be of sufficient capacity to hold and weigh the necessary
asphaltic material for one batch. If the material is measured by weight, the bucket and scales shall
s-+
6
conform to the requirements of the Item, "Weighing and Measuring Equipment." If a pressure type flow
meter is used to measure the asphaltic material, the requirements of T.H.D. Item 520, 1982, "Weighing
and Measuring Equipment," shall apply .
(6) MIXER
The mixer shall be of the pug mill type and shall have a capacity of not less than 3,000 pounds (of
natural aggregate mixture)in a single batch, unless otherwise shown on the plans. The number and
position of blades shall provide a uniform mix. The mixer shall be equipped with an approved spray bar
that will distribute the asphaltic material quickly and uniformly throughout the mixer. Any mixer that
segregates the mineral aggregate or fails to secure a thorough and uniform mixture with asphaltic
material shall not be, used. This shall be determined by mixing the standard batch for the required time,
then dumping the mixture, taking samples from its different parts and testing by Test Method Tex-210-F
to show that the batch is uniform throughout. All mixers shall be provided with an automatic time lock
that will lock the discharge doors of the mixer for the required mixing period. The dump door or doors
and the shaft seals of the mixer shall be tight enough to prevent spilling of aggregate or mixture from the
mixer.
(7) SURGE -STORAGE SYSTEM
A surge -storage system may be used. It shall be adequate to minimize production interruptions during
the normal day's operation. A device such as a gob hopper or other similar devices approved by the
Engineer to prevent segregation in the surge -storage bin will be required. If the Contractor elects to use
a surge -storage system, scales conforming to the requirements outlined herein will be required.
(8) SCALES
,
Scales may be standard platform truck scales or other equipment such as weigh hopper (suspended)
scales approved by the Engineer. All scales shall conform to the item, "Weighing and Measuring
Equipment". If trucks scales are used, they shall be placed at a location approved by the Engineer. If
other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis
of approval of the equipment.
B. CONTINUOUS MIXING TYPE
(1) COLD AGGREGATE BIN AND PROPORTIONING DEVICE
Same as for weigh -batch type of plant.
(2) DRYER
Same as for weigh -batch type of plant.
(3) SCREENING AND PROPORTIONING
Same as for weigh -batch type of plant.
(4) HOT AGGREGATE BIN
The hot bins shall be so constructed that oversize and overload material will be discarded through an
overflow chute. Hot aggregate bins that become deficient in material shall activate a switch that
automatically stops the plant until proper adjustments are made.
(5) HOT AGGREGATE PROPORTIONING DEVICE
The hot aggregate proportioning device shall be so designed that when properly operated, a uniform and
continuous flow of aggregate into the mixer will be maintained.
(6) ASPHALTIC MATERIAL SPRAY BAR'
The asphaltic material spray bar shall be so designed that the asphalt will spray uniformly and
continuously into the mixer.
(7) ASPHALTIC MATERIAL METER
An asphaltic material recording meter meeting the requirements of the Item, "Weighing and Measuring
Equipment", shall be placed in the asphalt line leading to the spray bar so that the cumulative amount of
asphalt used can be accurately determined. Provisions of a permanent nature shall be made for
checking the accuracy of the meter output. The asphalt meter and line to the meter shall be protected
with a jacket of hot oil or other approved means to maintain the temperature of the line and meter at or
near that temperature specified for the asphaltic material. Unless otherwise shown on the plans, the
temperature of the asphaltic material entering the recording meter shall be maintained at ± 100F of the
temperature at which the asphalt metering pump was calibrated and set. Inability to maintain this
tolerance in temperature shall result in an adjustment of the pay quantity for the asphaltic material.
..» If a pressure type flow meter is used to measure the asphaltic material, the requirements of the Item,
"Weighing and Measuring Equipment', shall apply.
(8) MIXER
The mixer shall be of the pug mill continuous type and shall have a capacity of not less than 40 tons of
mixture per hour. Any mixer that has a tendency to segregate the aggregate or fails to secure a thorough
and uniform mixing of the aggregate with the asphaltic material shall not be used. The dam gate at the
^ discharge end of the pug mixer and/or pitch of the mixing paddles shall be so adjusted to maintain a
level of mixture in the pug mixer between the shaft and the lower paddle tip (except at the discharge
end).
'-' (9) SURGE -STORAGE SYSTEM
A surge storage system may be used. It shall be adequate to minimize production interruption during the
normal day's operation. A device such as a gob hopper or other similar devices approved by the
Engineer to prevent segregation in the surge -storage bin will be required. If the Contractor elects to use
a surge -storage system, scales conforming to the requirements outlined herein will be required.
(10) SCALES
Scales may be standard platform truck scales or other equipment such as weigh hopper (suspended)
scales approved by the Engineer. All scales shall conform to the Item "Weighing and Measuring
Equipment." If truck scales are used, they shall be placed at a location approved by the Engineer. If
other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis
of approval of the equipment.
C. DRUM MIX PLANT
Unless otherwise shown on the plans, the Contractor may, at his option elect to use the drum mixing
process in the mixing of asphalt stabilized base material. The plant shall be adequately designed and
�.- constructed for the process of mixing aggregates and asphalt in the dryer -drum without preheating the
aggregates. The plant shall be equipped with satisfactory conveyors, power units, aggregate handling
equipment and feed controls and shall consist of the following essential pieces of equipment.
r- (1) COLD AGGREGATE BIN AND FEED SYSTEM
The number of compartments in the cold aggregate bin shall be equal to or greater than the number of
stockpiles of individual materials to be used.
The bin shall be of sufficient size to store the amount of aggregate required to keep the plant in
continuous operation and of proper design to prevent overflow of material of one bin to that of another
bin. The feed system shall provide a uniform and continuous flow of aggregate in the desired proportion
to the dryer. Each aggregate shall be proportioned in a separate compartment with total and proportional
control.
The system shall provide positive weight measurement of the combined cold -aggregate feed by use of
belt scales or other approved devices. Provisions of a permanent nature shall be made for checking the
accuracy of the measuring device as required by the Item, "Weighing and Measuring Equipment'. When
a belt scale is used, mixture production shall be maintained so that the scale normally operates between
50 percent and 100 percent of its rated capacity. Belt scale operation below 50 percent of the rated
capacity may be allowed by the Engineer if accuracy checks show the scale to meet the requirements of
the Item, 'Weighing and Measuring Equipment', at the selected rate and it can be satisfactory
demonstrated to the Engineer that mixture uniformity and quality have not been adversely affected.
(2) SCALPING SCREEN
^
8
A scalping screen shall be required, unless otherwise shown on the plans, and shall be located ahead of
any weighing device.
(3) ASPHALTIC MATERIAL MEASURING SYSTEM
An asphaltic material measuring device meeting the requirements of the item, "Weighing and Measuring
Equipment," shall be placed in the asphalt line leading to the dryer -drum mixer so that the cumulative
amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made
for checking the accuracy of the measuring device output. The asphalt measuring device and line to the
measuring device shall be protected with a jacket of hot oil or other approved means to maintain the
temperature of the line and measuring device near that temperature specified for asphaltic material.
Unless otherwise shown on the plans, the temperature of the asphaltic material entering the measuring
device shall be maintained at +10OF of the temperature at which the asphalt measuring device was
calibrated and set.
If a pressure type flow meter is used to measure the asphaltic material, the requirements of the Item,
"Weighing and Measuring Equipment", shall apply.
(4) SYNCHRONIZATION EQUIPMENT FOR FEED CONTROL SYSTEM
The asphaltic material feed control shall be coupled with the total aggregate weight measurement device
in such manner as to automatically vary the asphalt feed as required to maintain the required proportion.
(5) DRUM MIX
The drum mixing system shall be of the type that continually agitates the aggregate and asphalt mixture
during heating and in which the temperature can be so controlled that the aggregate and asphalt will not
be damaged in the necessary drying and heating operations required to obtain a mixture of the specified
temperature. A continuously recording thermometer shall be provided which will indicate the temperature
of the mixture as it leaves the drum mixer.
(6) SURGE STORAGE SYSTEM
A surge storage system will be required. It shall be adequate to minimize the production interruptions
during the normal day's operations and shall be so constructed to minimize segregation. A device such
as a gob hopper or other similar device approved by the Engineer to prevent segregation in the surge -
storage bin will be required.
(7) SCALES
Scales may be standard platform truck scales, belt scales or other equipment such as weigh hopper
(suspended) scales approved by the Engineer. All scales shall conform to the Item, "Weighing and
Measuring Equipment." If truck scales are used, they shall be placed at a location approved by the
Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales
for the basis of approval of the equipment.
D. ASPHALTIC MATERIAL HEATING EQUIPMENT
Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material required to
the desired temperature. Asphaltic material may be heated by steam coils which shall be absolutely tight.
Direct fire heating of asphaltic materials will be permitted, provided the heater used maintains a positive
circulation of the asphalt throughout the heater without damage to the asphalt. Agitation with steam or air
will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour
chart that will record the temperatures of the asphaltic material at the highest temperature.
E. SPREADING AND FINISHING MACHINE
The spreading and finishing machine shall be of a type approved by the Engineer, shall be capable of
producing a surface that will meet the requirements of the typical cross section and the surface test, when
required, and when the mixture is dumped directly into the finishing machine shall have adequate power to
propel the delivery vehicles in a satisfactory manner. The finishing machine shall be equipped with a
flexible spring and/or hydraulic type hitch sufficient in design and capability to maintain contact between the
rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is
being unloaded.
The use of any vehicle which requires dumping directly into the finishing machine and which the finishing
machine cannot push or propel in such a manner as to obtain the desired lines and grades without resorting
to hand finishing will not be allowed. Vehicles dumping directly or indirectly into the finishing machine shall
be so designed and equipped that unloading into the finishing machine can be mechanically and/or
' automatically operated in such a manner that overloading the finishing machine being used cannot occur
and the required lines and grades will be obtained without resorting to hand finishing.
Unless otherwise shown on the plans, dumping of the asphaltic mixture in a windrow and then placing the
mixture in the finishing machine with loading equipment will be permitted provided that the loading
equipment is constructed and operated in such manner that substantially all of the mixture deposited on the
roadbed is picked and loaded in the finishing machine without contamination by foreign material of the
mixture and excessive temperature loss is not encountered. The loading equipment will be so designed
and operated that the finishing machine being loaded will obtain the required line, grade and surface without
resorting to hand finishing. Any operation of the loading equipment resulting in the accumulation and
subsequent shedding of this accumulated material into the asphaltic mixture will not be permitted.
Automatic screed controls, if required, shall meet the requirements of the Item, "Automatic Screed Controls
for Asphaltic Concrete Spreading and Finishing Machines".
F. ROLLERS
It shall be the responsibility of the Contractor to have rolling equipment available on the job to properly
compact the paving mixture in place as required without delay to the laydown operation. Rollers provided
shall meet the qualifications for their type as follows:
(1) PNEUMATIC TIRE ROLLERS (REQUIRED ON ALL BLACK BASE AND HOT MIX SURFACING)
The rollers shall be acceptable medium pneumatic tire rollers conforming to the requirements of the Item,
"Rolling (Pneumatic Tires)," Type B, unless otherwise specified on the plans.
,— (2) TWO AXLE TANDEM ROLLER (REQUIRED ON ALL HOT MIX SURFACING)
This roller shall be an acceptable power driven tandem roller weighing not less than 8 tons.
(3) THREE WHEEL ROLLER (REQUIRED ON ALL BLACK BASE AND HOT MIX SURFACING)
This roller shall be an acceptable power driven three wheel roller weighing not less than 10 tons.
(4) THREE AXLE TANDEM ROLLER
This roller shall be an acceptable power driven three axle roller weighing not less than 10 tons.
(5) TRENCH ROLLER
This roller shall be an acceptable power -driven trench roller equipped with sprinkler for keeping the
wheels wet and adjustable road wheel so that the roller may be kept level during rolling. The drive wheel
shall be not less than 20 inches wide. The roller under working conditions shall produce 325 pounds per
linear inch of roller width and be so geared that a speed of 1.8 miles per hour is obtained in low gear.
(6) VIBRATORY STEEL -WHEEL ROLLER (REQUIRED ON ALL BLACK BASE)
This roller shall have a minimum weight of 6 tons. The compactor shall be equipped with amplitude and
frequency controls and specifically designed to compact the material on which it is used, and shall be
operated in accordance with the manufacturer's recommendations or as directed by the Engineer.
(7) STRAIGHTEDGES AND TEMPLATES
When directed by the Engineer, the Contractor shall provide acceptable 10-foot straightedges for surface
testing. Satisfactory templates shall be provided as required by the Engineer.
(8) ALTERNATE EQUIPMENT
When permitted by the Engineer in writing, equipment other than that specified which will consistently
produce satisfactory results may be used.
(9) INSPECTION
10
It will be the Contractor's responsibility to provide safe and accurate means to enable inspection forces
to take all required samples, and to provide permanent means for checking the output of any specified
metering device and to perform the calibration checks as required by the Engineer.
G. STOCKPILING STORAGE PROPORTIONING AND MIXING
(1) STOCKPILING OF AGGREGATES
Prior to mixing operations with asphaltic material, processed mineral aggregate shall be stockpiled on an
area previously cleared of trash, weeds and grass and smoothed as directed by the Engineer. The
aggregate stockpiles shall be not less than 10 feet in height and constructed in layers not exceeding 18
inches in depth or as directed by the Engineer. The plant shall have and maintain at least a two-day
supply of aggregates on hand, unless otherwise directed by the Engineer. Material shall be stockpiled in
such a manner as to prevent segregation of aggregate and mixing of aggregates from stockpiles and/or
sources. More than one stockpile will be permitted unless otherwise shown on plans.The gradation
requirements for the individual stockpiles and proportioning from these stockpiles will be the Contractor's
responsibility as approved by the Engineer.
(2) STORAGE AND HEATING OF ASPHALTIC MATERIALS
The asphaltic material storage shall be ample to meet the requirements of the plant. Asphalt shall not be
heated to a temperature in excess of that specified in the Item,"Asphalts, 011s and Emulsions". All
equipment used in the storage and handling of asphaltic material shall be kept in a clean condition at all
times and shall be operated in such manner that there will not be contamination with foreign matter.
(3) FEEDING AND DRYING OF AGGREGATE
The feeding of various sizes of aggregate to the dryer shall be done through the cold aggregate bin and
proportioning device in such a manner that a uniform and constant flow of materials in the required
proportions will be maintained. The aggregate shall be dried and heated to the temperature necessary to
produce a mixture having the specified temperature. In no case shall the aggregate be introduced into
the mixture unit at a temperature more than 4000 F.
(4) PROPORTIONING
The proportioning of the various materials entering the asphaltic mixture shall be the responsibility of the
Contractor as approved by the Engineer and in accordance with these specifications. The asphaltic
material and aggregates may be proportioned by weight or by volume based on weight using the
specified equipment.
(5) MIXING
(a) WEIGH -BATCH TYPE MIXER
In the charging of the weigh box and in the charging of the mixer from the weigh box such methods or
devices shall be used as are necessary to secure a uniform asphalt mixture. In introducing the batch
into the mixer, all mineral aggregate shall be introduced first and shall be mixed thoroughly for a
period of 5 to 20 seconds, or as directed, to uniformly distribute the various sizes throughout the
batch before the asphaltic material is added. The asphaltic material shall then be added and the
mixing continued for a total mixing period of not less than 30 seconds. This mixing period may be
increased, if in the opinion of the Engineer, the mixture is not uniform. The differential in temperature
of the aggregates and the asphalt as they enter the pug mixer shall not exceed 250 F.
Temporary storing or holding of the asphaltic mixture by the surge -storage system may be used
during the normal day's operation. Overnight storage will not be permitted unless authorized in the
plans or in writing by the Engineer.. The mixture coming out of the surge -storage bin must be of equal
quality to that coming out of the mixer.
(b) CONTINUOUS -TYPE MIXER
The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the
mixer shall be so coordinated that a uniform mixture of the specified grading and asphalt content will
be produced. The differential in temperature of the aggregates and the asphalt as they enter the pug
mixer shall not exceed 250 F.
11
619
Checks on asphalt used shall be made at least twice daily comparing the asphalt used in ten loads of
completed mix as shown on the asphalt recording meter and the design amount for these ten loads.
The acceptable percent of variation between the asphalt used and the design amount will be as
�- shown on the plans or as determined by the Engineer.
Temporary storing or holding of the asphaltic mixture by the surge -storage system may be used
during the normal day's operation. Overnight storage will not be permitted unless authorized in the
-^ plans or in writing by the Engineer. The mixture coming out of the surge -storage bin must be of equal
quality to that coming out of the mixer.
(c) DRUM -MIX PLANT
The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the
mixing unit shall be so coordinated that a uniform mixture of the specified grading and asphalt content
will be produced.
Temporary storing or holding of the asphaltic mixture by the surge -storage system will be required
during the normal day's operation. Overnight storage will not be permitted unless
authorized in the plans or in writing by the Engineer. The mixture coming out of the surge storage -bin
must be of equal quality to that coming out of the mixer. The mixture, when discharged from the
plant, shall have a moisture content not greater than I percent by weight unless otherwise shown on
the plans and/or specified by the Engineer. The moisture content shall be determined in accordance
with Test Method Tex-212-F, Part II.
The mixture produced from each type of mixer shall not vary from the specified mixture by more than
the tolerances herein specified.
The asphaltic mixture from each type of mixer shall be at a temperature between 3000 F and 3500 F
when discharged from the mixer. The Engineer will approve the temperature within the above
limitations, and the mixture when discharged from the mixer shall not vary from this selected
temperature more than 250 F.
H. CONSTRUCTION METHODS
(1) TEMPERATURE REQUIREMENTS
(a) HMAC - NOVEMBER 1 TO APRIL 1
1. The asphaltic mixture shall not be placed when the air temperature is below 550 F and falling.
2. The asphaltic mixture may be placed when the air temperature is above 500 F and rising.
(b) HMAC - APRIL 1 UNTIL NOVEMBER 1
1. The asphaltic mixture shall not be placed when the air temperature is below 500 F and falling.
2. The asphaltic mixture may be placed when the air temperature is above 450 F and rising.
(c) ASPHALT STABILILZED BASE
1. The asphaltic mixture shall not be placed when the air temperature is below 450F and falling.
2. The asphaltic mixture may be placed when the air temperature is above 40OF and rising.
The Engineer may use his discretion to require a cover over the asphaltic mixture when being hauled
from the plant to the job site. The air temperature shall be taken in the shade away from artificial heat or
�.- as reported by the National Weather Service on their hourly report (Telephone No. 762-0141). It is
further provided that the prime coat, tack coat or asphalt stabilized base shall be placed only when the
general weather conditions and temperature and moisture conditions of the subbase or subgrade,in the
opinion of the Engineer, are suitable.
If, after being discharged from the mixer and prior to placing, the temperature of the asphaltic mixture is
250 F or more below the temperature approved by the Engineer, all or any part of the load may be
rejected and payment will not be made for the rejected material.
(2) PRIME COAT
12
The prime coat shall consist of an application of 0.25 gallons per square yard of MC asphalt. The
asphalt stabilized base shall not be applied on a previously primed course until the prime coat has
completely cured to the satisfaction of the Engineer.
(3) TACK COAT
Before the asphaltic mixture is laid, the surface upon which the tack coat is to be placed shall be cleaned
thoroughly to the satisfaction of the Engineer. The surface shall be given a uniform application of tack
coat using asphaltic materials of this specification. This tack coat shall be applied, as directed by the
Engineer, with an approved sprayer at a rate not to exceed 0.10 gallon per square yard of surface.
Where the 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 coat of the asphaltic material meeting the requirements for tack
coat. The tack coat shall be rolled with a pneumatic tire roller when directed by the Engineer.
(4) TRANSPORTING
The asphaltic mixture, prepared as specified above shall be hauled to the work in tight vehicles
previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all
material delivered may be placed, and all rolling shall be completed during daylight hours. The inside of
the truck body may be given a light coat of oil, lime slurry or other material satisfactory to the Engineer, if
necessary, to prevent mixture from adhering to the body. In cool weather or for long hauls, canvas
covers and insulating of truck bodies may be required. Vehicles of the semi -trailer type are prohibited,
unless approved by the Engineer.
(5) PLACING
Generally, the asphaltic mixture shall be dumped and spread on the approved prepared surface with the
specified spreading and finishing machine, in such a manner that when properly compacted, the finished
course will be smooth, of uniform density, and will conform with the typical sections shown on the plans
and to the lines and grades established by the Engineer. During the application of asphaltic material,
care shall be taken to prevent splattering of adjacent pavement, curb and gutter and structures.
The mixture shall be spread and compacted in layers or lifts as specified on the plans or as directed by
the Engineer. The sequence of compacting shall be such that undue displacement of the edge of the
course does not occur, On deep lifts, the edge of the course may be rolled with a motor grader wheel or
similar equipment or supported by blading a roll of earth against the edge of the course prior to
compacting the surface.
When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used
to level up small areas of an existing pavement or placed in small irregular areas where the use of a
finishing machine is not practical, the finishing machine may be eliminated when authorized by the
Engineer, provided a satisfactory surface can be obtained by other approved methods.
I. COMPACTION
(1) As directed by the Engineer, the asphalt stabilized base shall be compacted thoroughly and uniformly
with the specified rollers. In lieu of the rolling equipment specified, the Contractor may, upon written
permission from the Engineer, operate other compacting equipment that will produce equivalent relative
compaction as the specified equipment. If the substituted compaction equipment fails to produce the
desired compaction as would be expected of the specified equipment, as determined by the Engineer,
its use shall be discontinued. When directed by the Engineer, the initial compaction shall be
accomplished with pneumatic tire rollers-
(2) When rolling with the three wheel, tandem, or vibratory rollers, rolling shall start longitudinally at the
sides and proceed toward the center of the pavement, overlapping on successive trips by at least half
the width of the rear wheel unless otherwise directed by the Engineer. Alternate trips of the roller shall
be slightly different in length. On super -elevated curves, rolling shall begin at the low side and
progress toward the high side unless otherwise directed by the Engineer. When rolling with vibratory
steel wheel rollers, the manufacturer's recommendation shall be followed unless directed otherwise by
the Engineer. Rolling with pneumatic -tire roller shall be done as directed by the Engineer. Rolling shall
be continued until no further increase in density can be obtained and all roller marks are eliminated.
The motion of the roller shall be slow enough at all times to avoid displacement of the mixture. If any
13
displacement occurs, it shall be corrected at once by the use of a rake, and of fresh mixtures where
required. The roller shall not be allowed to stand on any portion of the pavement mixture which has not
been fully compacted. To prevent adhesion of the mixture to the roller, the wheels shall be kept
... thoroughly moistened with water, but an excess of water will not be permitted. All rollers must be in
good mechanical condition. Necessary precautions shall be taken to prevent the dropping of gasoline,
oil, grease or other foreign matter on the roadway, either when the rollers are in operation or when
standing.
(3) The edges of the pavement along curbs, headers and similar structures, and all places not accessible
to the roller, or in such positions as will not allow thorough compaction with the rollers, shall be
thoroughly compacted with lightly oiled tamps.
J. SURFACE FINISH
The compacted material shall conform to the typical cross sections, lines and grades as shown on plans
and directed by the Engineer and shall have a smooth surface with a reasonably uniform texture acceptable
to the Engineer. Unacceptable finished surfaces may be corrected by the placement of additional mixture,
all at the expense of the Contractor.
K. PROTECTION OF THE WORK AND OPENING TO TRAFFIC
The completed asphalt stabilized base course shall be opened to traffic as provided by the plans and as
directed by the Engineer. All construction traffic allowed on the base course shall comply with the State
laws governing traffic on highways unless otherwise authorized by the Engineer. When another roadway
surface is provided for the traveling public and construction traffic through the project, the Engineer may
prohibit traffic on the completed base course.
'^ L. SURFACE DENSITY TEST
City personnel will provide density test and results throughout the construction process at no cost to the
contractor.
Samples of the compacted pavement shall be removed from locations designated by the Engineer to enable
him todetermine the composition, compaction, and density of the pavement. Samples from each day, or
fraction thereof, shall be taken by City personnel. The Contractor shall replace the pavement removed from
core holes at no cost to the City. If the pavement is deficient in composition, compaction, or thickness,
- satisfactory correction shall be made, as directed by the Engineer.
r-; 9. ASPHALTS
Asphalts for use on this project shall comply with Texas State Highway Department Specification, Item 300.
10. HOT MIX ASPHALTIC CONCRETE SURFACE (HMAC)
A. AGGREGATE
GENERAL
The mineral aggregate shall be composed of coarse aggregate, a fine aggregate, and if required, a mineral
filler. Samples of coarse aggregate, fine aggregate and mineral filler shall be submitted to the City of
Lubbock Materials Testing Laboratory for testing and approval by the Engineer. Approval of other material
'^ and of the source of supply must be obtained from the Engineer prior to delivery.
The combined mineral aggregate, after final processing by the mixing plant, and prior to addition of asphalt
and mineral filler, shall have a sand equivalent value of not less than 34, unless otherwise shown on the
plans when tested in accordance with Test Method Tex.-203-F.
The percent of flat or elongated slivers of stone for any course shall not exceed 25%,when tested in
accordance with Test Method Tex 224-F.
Aggregate that appears susceptible to film stripping, when tested in accordance with Test Method Tex 218-
F or ASTM D-1664, shall be rejected or conditioned with an anti -stripping agent, as directed by the
Engineer.
Prior to stockpiling of aggregates the area shall be cleaned of trash, weeds and grass and be relatively
smooth. Aggregates shall be separated into stockpiles of different gradation, such as a large coarse
aggregate and a small coarse aggregate stockpile and such that the grading requirements of the specified
14
type will be met when the piles are combined in the asphaltic mixture. No coarse aggregate stockpile shall
contain more than 10 percent by weight of materials that will pass a No. 10 sieve except as noted on the
plans or provided for by special provision. Fine aggregate stockpiles may contain small coarse aggregate in
the amount of up to 15 percent by weight, 100 percent of which shall pass a 1/4 inch sieve, however, the
coarse aggregate shall meet the quality tests specified herein for "Coarse Aggregates." Suitable
equipment of acceptable size shall be furnished by the Contractor to work the stockpiles and prevent
segregation of the aggregates.
If the Contractor utilizes an asphalt continuous mix plant, the various aggregate stockpiles of different
gradation will be stockpiled in the same manner as described for stockpiling of aggregate for asphalt
stabilized base. That is the stockpiling of the aggregate shall be made up of layers of material not to exceed
two feet in height of each layer. The edge of each succeeding layer shall extend inward so as not to
overlap the edge of the layer below. In loading from the stockpile, the material shall be loaded by making
successive vertical cuts through the entire depth of the stockpile.
(1) COARSE AGGREGATE
The coarse aggregate shall be that part of the aggregate retained on a No. 10 sieve; shall consist of
clean, tough, durable fragments of crushed stone of uniform quality throughout; mixing or combining
crushed gravel and crushed stone will not be permitted. The aggregate shall be crushed to the extent
that produces a minimum of 90% crushed faces when tested in accordance with Test Method (Tex.-413-
A). The aggregate shall have a maximum of 15% loss when subjected to 4 cycles of the Magnesium
Sulfate Soundness Test (A.S.T.M. C-88-93).
When coarse aggregate is tested in accordance with Test Method Tex.-217-F, the amount of organic
matter, clays, loams or particles coated therewith or other undesirable materials shown on the plans
shall not exceed 2 percent.
When it is specified that the coarse aggregate be sampled during delivery to the plant, from the
stockpile, or from the cold bin, the material removed when tested in accordance with test method Tex.-
217-F (Part II, Decantation), shall not exceed 2 percent. The plasticity index of that part of the fine
aggregate contained in the coarse aggregate passing the No. 40 sieve shall not be more than 6 when
tested by the Test Method Tex.-106-E. However, where the coarse aggregate contains less than 5% of
fine aggregate and the fine aggregate is of the same or similar material as the coarse aggregate, the P.I. --
requirements for the material passing the No. 40 sieve may be waived by the Engineer in writing.
When it is specified that the coarse aggregate be sampled from the hot bins and tested in accordance
with Test Method Tex.-217-F (Part II Decantation), the amount of material removed shall not exceed one
percent.
Tests performed as specified herein represent material processed or placed until a subsequent test is
performed.
The coarse aggregate shall have an abrasion of not more than 40 percent loss by weight when
subjected to the Los Angeles Abrasion Test, Test Method Tex-410A. Coarse aggregate from each
source shall meet the abrasion requirements specified.
(2) FINE AGGREGATE
The fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall consist of sand
or screenings or a combination of sand and screenings.
The plasticity index of that part of the sand passing the No.40 sieve shall not be more than 6 when
tested by Test Method Tex-106-E. The plasticity index of that part of the screenings passing the No. 40
sieve shall be not more than 9, unless -otherwise shown on plans, when tested by Test Method Tex-106-
E. Fine aggregate from each source shall meet plasticity requirements.
Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall
be of the same or similar material as specified for coarse aggregate.
(3) MINERAL FILLER
The mineral filler shall consist of thoroughly dry stone dust, slate, dust, portland cement or other mineral
dust approved by the Engineer. The mineral filler shall be free from foreign and other injurious matter.
15
When tested by Test Method Tex-200-F (Dry Sieve Analysis), it shall meet the following grading
requirements:
r Cen
�., By Weight
Passinga No. 30 sieve................................................................................100
�- Passing a No. 80 sieve, not less than............................................................90
Passing a No. 200 sieve, not less than..........................................................65
B. ASPHALTIC MATERIAL
(1) ASPHALT FOR PAVING MIXTURES
Asphalt for the paving mixtures shall be of the types of oil asphalt as determined by the Engineer.
The grade of asphalt used shall be as designated by the Engineer after design tests have been made
using the mineral aggregates that are to be used in the project. If more than one type of asphaltic
concrete mixture is specified for the project, only one grade of asphalt will be required for all types of
P14 mixtures, unless otherwise shown on plans. The Contractor shall notify the Engineer of the source of his
asphaltic material prior to production of the asphaltic mixture and this source shall not be changed during
the course of the project except on written permission of the Engineer.
(2) TACK COAT
The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC-2, or shall be a
Cut -Back Asphalt made by combining 50 to 70 percent by volume of the asphaltic material as specified
for the type of paving mixture with 30 to 50 percent by volume of gasoline and/or kerosene. if RC-2 Cut -
Back Asphalt is used, it may, upon instructions from the Engineer, be diluted by addifi' 'of an approved
grade of gasoline and/or kerosene, not to exceed 15 percent by volume.
' C. PAVING MIXTURES
TYPES
The paving mixture shall consist of a uniform mixture of coarse aggregate, fine aggregate and asphaltic
material. The grading of each constituent of the mineral aggregate shall be such as to produce, when
properly proportioned, a mixture which, when tested in accordance with Test Method Tex-200-F (Dry Sieve
Analysis), will conform to the limitations for master grading given below for the type specified.
(1) TYPE "C" (COARSE GRADED SURFACE COURSE)
Passing7/8" sieve.............................................................................................I.........100
Passing 5/8" sieve ....... .. ......... . .......................... ............ ......... ...............98 to 100
Passing 5/8" sieve, retained on 3/8" sieve ....... ......... ......... ......... ................12 to 25
Passing 3/8" sieve, retained on No, 4 sieve........................................................
. to 30
Passing No. 4 sieve, retained on No. 10 sieve......................................................12 to 30
•- Total retained on No. 10 sieve................................................................................53 to 65
Passing No. 10 sieve, retained on No. 40 sieve....................................................10 to 20
Passing No. 40 sieve, retained on No. 80 sieve......................................................5 to 15
Passing No. 80 sieve, retained on No..200 sieve....................................................5 to 15
PassingNo. 200 sieve..............................................................................................1 to 6
(2) MODIFIED TYPE "C" (COARSE GRADED SURFACE COURSE)
The Engineer may designate the use of a modified Type "C" Surface Course. This design will stay in the
a-, limits of the above Type "C" but may vary from the upper limits of certain sieve designations to the lower
limits of other sieve designations.
16
D. LABORATORY CONTROL
If the Contractor or supplier wish to use a material or location not previously approved by the City of
Lubbock, he will be required to request approval in writing of the material not less than 60 days prior to
anticipated use of the material. The City of Lubbock laboratory test results shall be the sole consideration
for approval of materials, mix designs, adequacy of procedures, etc.. The results of such testing shall be
evaluated and final approval given by the Street Superintendent.
The City of Lubbock will utilize its own testing laboratory to monitor the plant mixing for Black Base and Hot
Mix. This laboratory control will be provided by the City of Lubbock. A representative of the City Engineer
will be at the plant with full authority to control the mixing operation.
In those instances where irregularities occur and the limits of the specification are exceeded for aggregate, _
black base, or hot mix, appropriate corrections will be required.
E. TOLERANCES
The Engineer will designate the exact grading of the aggregate and asphalt content to be used in the
mixture. The paving mixture produced shall not vary from the designated grading and asphalt content by
more than the tolerances allowed herein and shall remain within the limitation of the master grading
specified. The respective tolerances, based on the percent by weight of the mixture, are listed as follows:
Per Cen
by Weight
Passing 5/8" sieve, retained on 3/8" sieve ......................... ............................. ........ + or -3
Passing 3/8" sieve, retained on No. 4 sieve............................................................+ or -3
Passing No. 4 sieve, retained on No. 10 sieve ..................... ................................... + or -3
Total retained on No. 10 sieve ............. .................................................................... + or -3
Passing No. 10 sieve, retained on No. 40 sieve ............................................ .......... + or -2
Passing No. 40 sieve, retained on No. 80 sieve ......................................................+ or -2
Passing No. 80 sieve, retained on No. 200 sieve ......................................... ........... + or -2
PassingNo. 200 sieve............................................................................................+ or -2
AsphaltMaterial............................................................................................I......+ or -0.2
F. EXTRACTION AND GRADATION TESTS
Samples of the mixture when tested in accordance with Test Method Tex-210-F shall not vary from the
grading proportions of the aggregate and the asphalt content designated by the Engineer by more than the
respective tolerance specified above. (See Section IV-7-C (1) for methods of extraction of asphalt)
Durino construction. if aradina or asphalt content exceeds the tolerances_ stated herein, production will be
discontinued until such time as the Hot -Mix Asphaltic Concrete mixture has been corrected and subsequent
grading and extraction tests indicate results within the tolerance stated herein. All Hot Mix Asphaltic
Concrete mixture so constructed. which exceeds the tolerances as stated herein. will be removed and
replaced at no cost to the Owner.
(1) SAMPLING AND TESTING
It is the intent of this specification that the mixture will be designed to produce a mixture of optimum
density and stability, as determined by the Engineer, when tested in accordance with these
specifications and applicable ASTM procedures.
Samples of the completed pavement shall be removed from locations designated by the Engineer to
enable him to determine the composition, compaction, and density to the pavement. Samples for each
day, or fraction thereof, shall be taken by City personnel. The Contractor shall replace the pavement
removed from core holes at no cost to the City. If the pavement is deficient in composition, compaction;
or thickness, satisfactory correction shall be made, as directed by the Engineer.
17
Lm-
Thoroughfare Residential
Traffic Traffic
(2) DESIGN METHOD Min. Max. Min.,Max.
MARSHALL
No. of compaction blows, each end of specimen 75 --- 50 --
Stability, Lbs. 1200 --- 1000 ---
Flow, units of 0.01 in 8 16 8 18
% Air Voids - Surfacing or Leveling 3 5 3 5
Stability and density tests are control tests. If the laboratory stability and/or density of the mixture
produced has a value lower than that specified, and in the opinion of the Engineer is not due to change
in source or quality of materials, production may proceed, and the mix shall be changed until the
laboratory stability and density equals or exceeds the specified values. If there is, in the opinion of the
Engineer, an apparent change in any material from that used in the design mixtures, production will be
discontinued until a new design mixture is determined by trial mixes.
11. SILO STORAGE
A silo storage system may be used during the normal day's operation. The mixture coming out of the silo
storage must be of equal quality and temperature to that coming out of the mixing plant. Any operation that has
tendency to segregate the mixture or fails to maintain a thorough and uniform mixture and temperature shall
not be used. If any load of mixture coming out of the silo storage system fails to meet the asphalt specifications
or gradation requirements, then the total contents of the silo storage system shall be condemned.
12. BARRICADES AND SIGNS
Barricades shall be constructed of clean, sound lumber, shall be of first-class workmanship, and all surfaces
above ground shall be painted with an approved brand of white paint to secure thorough coverage and a
uniform white color. In no case shall less than two coats be used. The paint for barricade stripes shall be
reflective orange and reflective white. All dimension striping, lighting, painting, coloring and placement of
�- barricades shall be in accordance to the details and design as set forth in the Texas Manual on UNIFORM
TRAFFIC CONTROL DEVICES for Street and Highways, Part VI, issued in May, 1983.
The Contractor shall maintain each barricade in a neat acceptable condition and furnish replacements when
necessary or requested by the Engineer.
Each sign shall be displayed only for the specific purpose prescribed for it. Before any detour or temporary
route is open to traffic all necessary Regulatory, Warning and Guide signs shall be in place.
Signs required by temporary conditions or restrictions shall be removed immediately when those conditions
cease to exist or the restrictions are withdrawn. Guide signs directing traffic to and on temporary routes or
detours shall be removed when no longer applicable.
Important is standardization with respect to design and placement, and uniformity of application is equally
important. Identical conditions should always be marked with the same type of sign, irrespective of where those
particular conditions occur.
All signs that are to convey their message during hours of darkness shall be reflectorized or illuminated. Signs
for daytime use only may be non-reflectorized but a fluorescent background material will be used for increased
daytime visibility if requested by the Engineer.
Where there is serious interference from extraneous light sources, and a reflectorized sign is not likely to be
effective, an illuminated sign will be used.
"^ Construction warning signs shall have a black legend on an orange background and shall conform to the
standards as to size, shape and color as outlined in the Texas Manual on UNIFORM TRAFFIC CONTROL
DEVICES mentioned above.
Barricades, flares, and signs are a necessity in the construction involved in this contract. The provision of these
items by the Contractor should be considered in the bid prices submitted, as no separate compensation will be
made, unless indicated otherwise in the plans or the proposal.
18
No work will be permitted on any project prior to installation of barricades or other warning devices at the
beginning and end of the construction area.
13. SINGLE COURSE AND TWO -COURSE MAINTENANCE
A. GENERAL
The following paragraphs give the specifications on the various materials which are to be used in single
course and two -course maintenance projects. All materials shall be subject to the approval of the Engineer
before being used.
B. ASPHALTS
Asphalts for use on this project shall comply with Texas State Highway Department Specifications, Item 300 -`
including revisions, and a certified copy of the test results will be furnished to the City
C. ASPHALT HEATERS
Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material required to
the desired temperature. Asphaltic material may be heated by steam coils which shall be absolutely tight.
Direct fire heating of asphaltic materials will be permitted, provided the heater used is manufactured by a
reputable concern and there is positive circulation of the asphalt throughout the heater. Agitation with steam
or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a
24-hour chart that will record the temperature of the asphaltic material where it is the highest temperature.
D. AGGREGATE FOR SINGLE COURSE AND TWO -COURSE PURPOSES
All gravel or pre -coated gravel or pre -coated crushed stone shall have a maximum of fifteen percent (15%)
loss when tested by the four (4) cycle magnesium sulfate soundness test A.S.T.M. C-88-90. Pre -coated or
crushed gravel shall have a minimum of 90 percent of the particles retained on the No. 4 sieve with more
than one crushed face, as determined by Test Method Tex-413-A (particle count) and T.H.D. 302.2.
The percent of flat or elongated slivers of stone or gravel for any course, shall not exceed 25%, when tested
in accordance with Test Method Tex 224-F.
The amount of organic matter, clays, loams, or particles coated therewith or other undesirable materials,
when washed over the #10 sieve, shall not exceed 2 percent. —
The City of Lubbock Pavement Management Operations laboratory test results shall be the sole
consideration for approval of materials, mix designs, adequacy of procedures, etc.. The results of such
testing shall be evaluated and final approval given by the Street Superintendent. Final acceptance of the
aggregate shall be made only AFTER the material is in stockpile in the Cily of Lubbock.
(1) SINGLE COURSE
Aggregate grading (TxDOT P.B. #4 Pre -Coated Crushed Gravel, Pre -Coated Crushed Stone).
Percent by Weight
Retainedon 5/8" sieve.....................................................................................0
Retained on 1/2" sieve.............................................................................0 - 5
Retained on 3/8" sieve...........................................................................20 - 45
Retained on #4 sieve .................................. :.......................................... 85 - 100
Retained on #10 sieve...........................................................................95 - 100
19
r
(2) TWO COURSE
Aggregate Grading (Tx DOT P.B. #2 Special Pre -Coated Crushed Gravel, Pre -Coated Crushed Stone).
Percent by Weight
Retainedon 7/8" sieve............................................................................0 - 3
Retainedon 3/4" sieve............................................................................6 - 9
Retainedon 5/8" sieve..........................................................................45 - 80
Retained on 1/2" sieve ......................................................
Retained on #10 sieve...........................................................................98 - 100
Aggregate grading (TxDOT P.B. #4 Pre -Coated Crushed Gravel, Pre -Coated Crushed Stone).
Percent by Weight
Retainedon 5/8" sieve.....................................................................................0
Retainedon 1/2" sieve.............................................................................0 - 5
Retainedon 3/8" sieve...........................................................................20 - 45
Retained on #4 sieve.............................................................................85 - 100
Retained on #10 sieve...........................................................................95 - 100
(3) STOCKPILES
The location of all stockpiles of aggregate shall be approved by the Engineer prior to unloading as to
zoning requirements, smoothness and compaction of the ground, and traffic conditions. Stockpiles of
aggregate to be incorporated into the project shall be protected from dust by drift fences of any suitable
material approved by the Engineer, when sandstorms possibilities exist. Care will be taken toprevent
dusty conditions in the stockpiles area from any sources.
E. HERBICIDES
The herbicides to be applied to weeds, grass, and other vegetation growing in the streets shall be a
biodegradable surface acting liquid, such as "Roundup" or an approved equivalent. Unless otherwise directed
by the Engineer, a soil sterilent shall n be used.
20
r+
DETAILS OF CONSTRUCTION
1. CONCRETE
A. CURB AND GUTTER (CLASS A CONCRETE)
DESCRIPTION
This item shall consist of Portland Cement30" concrete curb and gutter, 24" concrete curb and gutter, 30"
separate gutter, or 24" separate gutter, as shown on the plans or as directed by the Engineer, and shall be
constructed of Class A concrete. Included in the curb and gutter item is the subgrade preparation and the
filling and shaping of the area behind the curb.
(1) CURB OPENINGS
Separate gutter sections will be placed only across alleys and driveways presently in use or where
definitely planned for future property improvements. It shall be the responsibility of the contractor to
contact the property owner and determine the proper location of driveways before curb and gutter is
constructed. All gutters across new or proposed driveways must meet the requirements set forth in the
City Sidewalk and Driveway Regulations, Ordinance Number 1466 and amendments thereto and gutters
across existing driveways will be required to conform to said regulations if no hardship to the existing
property improvements is involved. In any event, all curb and gutter to be poured must have the
^. engineer's approval as to driveway widths and location, in addition to the section, and line and grade
approval before any pour is started on any curb and gutter unit.
(2) EXCAVATION AND SUBGRADING (See Details of Construction. Section 2)
Excavation for the curb and gutter shall be made with the excavation of the entire street. The excavation
shall be done to the lines and grades set by the engineer and in such a manner as to require a maximum
112" (inch) of fill to bring the subgrade to the correct elevation. Subgrade that is undercut 1" (one inch) or
more shall be brought to the correct elevation by scarifying, wetting, disking, blading, rolling and
compacting to 95% Standard Proctor Density (A.S.T.M. D-698) with pneumatic rolling to correct
elevation prior to setting forms. Before completion of curb and gutter, all traffic signs and street name
�., markers found in the way of paving will immediately be relocated behind the proposed curb and gutter by
the Contractor.
(3) SETTTING FORMS
Forms for concrete and gutter shall be set to the lines and grades established by the engineer after the
subgrade has been prepared. The forms shall be held together and in place in such a manner that they
will not move during the placing and working of the concrete. The forms shall be cleaned and oiled prior
to pouring concrete. Face forms and construction joints (removable metal plates) shall be set to hold the
concrete for the curb in place until it is to be finished.
Forms for radii shall be set in the same manner as the straight forms except that no face form will be
required if a true section is obtained by other methods. The radii forms shall be set in such a manner that
the curve will be true.
(4) PLACEMENT (Including Making Joints)
Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing, and the
concrete shall be floated and troweled to the approximate section, and only after the concrete receives a
partial set shall the face forms be removed. The section shall then be shaped to the true cross-section
by the use of a metal -screed which is shaped to the true cross-section.
A "mule" screed shall be used only to shape to true cross-section when topping material is provided and
pushed along on the front edge of the mule.
Curb and gutter shall be constructed with an expansion joint at the tangent point of each return at
intersections and at intervals of no more than forty (40) feet between the intersections. Forty feet
intervals may be waived if curb and gutter machine is used. Expansion joints shall be of the material
hereinbefore specified. Construction joints formed by removable metal plates (templates) accurately
shaped to the cross-section of the curb and gutter shall be located at the mid -point of each section
between expansion joints or as directed by the engineer. Contraction joints shall be placed at ten foot
intervals. All joints shall be perpendicular to the surface of the concrete and to the axis of the section.
(5) FINISHING
A ten (10) foot metal "straight -edge" shall be used to strike the flow line to grade, continuously along the
flow line of the gutter. This operation shall be followed with a four (4) foot spirit level to assure the
continuous grade down the flow -line the length of the gutter.
Curb and gutter shall be finished uniformly by wood trowelling to an accurate cross-section. Extra water
will not be added for finishing. The final finish will be accomplished with a brush, the last stroke being
one from the back of curb to the lip of gutter. Both sides of all joints, the lip of gutter, and the back edge
of the curb shall be finished with a 1/4" radius edging tool before the final brushing. Curves at the top and
bottom of the section shall present a uniform appearance without "waves" in the face of the curb or
"pockets" in the gutter.
Concrete shall not be poured during sand storms. Concrete shall be protected to maintain temperature
of not less than 50 degrees F. for five days after placement. If aggregate and water are heated, they
shall not be heated above 90 degrees F. Concrete shall not be placed when the ambient temperature is
less than 40 degrees F. It shall be the responsibility of the Contractor to anticipate as nearly as possible
changes in weather conditions which would affect the placement and protection of the concrete, and be
prepared to protect freshly placed concrete when sudden changes in the weather make such protection
necessary.
(6) REMOVING FORMS
Special care is required of the Contractor in his removing of pins and of forms. Pins shall be pulled from
the ground to free forms. If hammering is found to be necessary, a light, one (1) pound hammer shall be
used. The contractor shall not place forms or pins on newly finished concrete. Loading and unloading of
forms from a truck shall be executed by two workmen. It is the duty of the Contractor to remove any
warped forms found in any section of forms, before it is poured. When forms are pointed out as
defective, those forms shall then be removed from the job site and not returned until they have been
inspected by the Engineer.
(7) MACHINE LAID CURB AND GUTTER
Class A concrete shall be used for machine laid curb and gutter. The slump of the concrete shall be as
directed by the Engineer. Reinforcing steel, if required, shall conform to Section 3 under Materials of
Construction.
The curb and gutter shall be laid by an extrusion machine approved by the Engineer. Immediately prior
to placing the curb and gutter, the previously approved foundation shall be thoroughly cleaned.
The line for top of curb shall be maintained from a guideline set by the Contractor from survey marks
established by the Engineer. Curb outline shall strictly conform to the details shown on the plans.
The approved mix shall be fed into the machine in such a manner and at such consistency that the
finished curb will present a well compacted mass with a surface free from voids and honeycombs and
true to established shape, line, and grade.
Additional surface finishing shall be performed immediately after extrusion. Extra water will not be added
for finishing. Unless otherwise specified by the Engineer, joints shall be constructed as follows:
Expansion joints shall be located at each end radius at intersections and alley returns and at the
beginning of the pour, and dummy grooved joints shall be spaced at 10 foot intervals between the
expansion joints.
(8) CURING
All concrete work shall be covered with heavy water -proof type paper to prevent loss of moisture and to
prevent direct sunlight from striking the concrete, as soon as it has set sufficiently enough to prevent
marking.
In lieu of this method of curing, the curb and gutter may be cured by applying a liquid membrane coating
to all exposed surfaces, provided such material and method is first approved by the Engineer.
2
F�
(9) FILLING BEHIND CURB
After the forms are removed and the concrete has cured, the contractor shall fill the area behind the curb
with top soil. The area between the sidewalk and the curb or property line and curb, if no sidewalk exists,
shall be leveled and sloped toward the curb in a manner satisfactory to the property owner and/or
Engineer. Fill should be done prior to dumping caliche.
(10) REPLACEMENT OF DAMAGED CURB AND GUTTER OR GUTTER
No patching of any nature shall be allowed in repairing any damage to curb and gutter which occurs
during the construction process of paving improvements in any unit prior to the acceptance of said unit.
^^^ Where damage occurs, the section of curb and gutter or gutter containing the damaged portion shall be
removed to the nearest joints and shall be replaced with new construction, prior to surfacing of that
section of street.
Concrete surface finish marred by vandals, rain or sand during setting time shall be immediately repaired
with an approved epoxy material; all abused concrete surface, along with structural damage and
defective flow line found at time of surfacing shall be handled as described in sentence 2 above.
B. REINFORCED CONCRETE 30" SEPARATE GUTTER (Class E Concrete)
Description
a-, This item shall consist of Portland cement 30" separate gutter constructed in accordance with the typical
curb and gutter sections included in these specifications and at locations as shown on the plans or as
directed by the Engineer.
^- (1) SUBGRADE PREPARATION (See Details of Construction, Section 2)
(2) REINFORCING STEEL (See Details of Construction. Section 3)
(3) PLACEMENT OF REINFORCEMENT
Care shall be taken to tie the (3) three horizontal # 3 bars to the (3) three vertical # 3 bar pins at a point
3" above the bottom.
C. REINFORCED CONCRETE VALLEY GLITTERS (Class C and Class E Concrete)
DESCRIPTION
�., This item shall be constructed of Class C concrete for thoroughfare or collector street valley gutters and
Class E concrete for residential street valley gutters and consists of the construction of an eight (8) inch
concrete slab on thoroughfare or collector streets or a (6) inch concrete slab on residential streets
reinforced with 4-Number 3 bars on one and one-half (1-1/2) foot spacing for 5 foot wide valley
gutters,(Cross bars shall be #3 bars 4-1/2 feet long) or with 6"x6" 6 gauge wire mesh. Fillet areas shall be
reinforced as shown on the plans and constructed to the lines and grades as shown on the plans and as
designated by the Engineer. Details of construction are the same as for curb and gutter where they can be
r-^ directly applied.
(1) SUBGRADE PREPARATION (See Details of Con#ruction. Section 2)
(2) REINFORCING STEEL (See Details of Construction Section 3)
(3) PLACEMENT OF REINFORCEMENT
Care shall be taken to hold the steel in the center of the slab, high chairs or precast concrete blocks shall
be located at three (3) foot centers. Lapping distance shall be 40 diameters, and the lap shall be tied at
three points with wire if steel bars are used.
D. REINFORCED ALLEY PAVING SLAB AND ALLEY RETURNS (Class E Concrete)
DESCRIPTION
This item shall consist of reinforced concrete paving of variable thickness (5" to 7-1/2") constructed in the
rpn center 10 feet of alleys and shall be constructed of Class E concrete. All alley paving and alley returns shall
be constructed in accordance to the Alley Paving Details.
P"
(1) FORMING
Forms for alley slab shall be placed where necessary to form the outside edge of slab (where slab is not
bordered by concrete curb and gutter or other permanent improvements such as building, docks,
etc.)and where necessary to form construction and expansion joints (See "Alley Paving Details" on
plans). On all edges, joints, etc. to be formed, the forms shall extend the entire depth of concrete.
(2) SUBGRADE PREPARATION (See Details of Construction. Section 2)
(3) REINFORCING
Care shall be taken to securely hold the welded wire mesh 3" above the bottom of the slab by use of
high chairs or pre -cast concrete blocks.
(4) PLACEMENT
Concrete shall be deposited so as to conform roughly to the finished cross-section. Sufficient concrete
shall be placed to allow for shrinkage and extra material for finishing.
Concrete shall not be poured during sandstorms. Concrete shall be protected to maintain temperature of
not less than 50 degrees F. for five (5) days after placement. If aggregate and water are heated, they
shall not be heated above 90 degrees F. Concrete shall not placed when the ambient temperature is
less than 40 degrees F. It shall be the responsibility of the Contractor to anticipate as nearly as possible
changes in weather conditions which could effect the placement and protection of the concrete, and to
be prepared to protect freshly placed concrete when sudden changes in the weather make such
protection necessary.
(5) FINISHING
The shape and flow line of the alley paving slab may be established by the use of two (2") inch by four
(4") inch wood screeds, or other approved removable devices, accurately staked to line and grade. If
such devices are used they shall be in place before the final finishing of the subgrade and the subgrade
shall be finished so that the concrete slab will be of the proper depth. The concrete shall be "struck off'
to the true section and finished smooth by floating and troweling. The final finish shall be provided by
brushing to provide a nonskid surface for traffic. Particular care shall be taken in the final troweling and
finishing so that the finished slab presents a smooth straight surface without waves in the edge and
without pockets in the flow line.
(6) CURING AND PROTECTION
All concrete work shall be covered with burlap or other suitable material as soon as it has set sufficiently
to prevent marking and kept wet continuously for at least (4) days. Care shall be taken to prevent
mechanical injury to concrete work during this period and until the work is accepted. Any work damaged
prior to acceptance shall be repaired by the Contractor at his own expense and to the satisfaction of the
City Engineer.
The City Solid Waste Department shall be notified of all alley return and alley paving construction, and if
possible, the length of time said return and/or alley shall be closed to traffic. The Contractor shall
properly flare and barricade alley returns and alleys during the period of construction and as long
afterward as the Engineer may require for curing and achieving strength. Before opening alley returns to
traffic, the contractor shall properly fill and level by hand, (no maintainer shall be used until full strength
of concrete is achieved), the adjacent approaches from the street and alley. In all cases, no alley or alley
return shall be opened to traffic without the approval of the City Engineer.
(7) REMOVING FORMS
Special care is required of the Contractor in his removing of pins and moving of forms. Pins shall be
pulled from the ground to free forms. If hammering is found to be necessary a light, one (1) pound
hammer shall be used. The contractor shall not place forms or pins on newly finished concrete. Loading
and unloading of forms from a truck shall be executed by two workmen. It is the duty of the Contractor to
remove any warped forms found in any section of forms, before it is poured. When forms are pointed out
as defective, those'forms shall then be removed from the job site and not returned until they have been
inspected by the Engineer.
4
661
(8) REPLACEMENT OF DAMAGED CONCRETE OR CONCRETE SURFACE
Only patching of very minor nature will be allowed in alley paving. Any substantial damage occurring to
the alley paving prior to the acceptance of the unit in which the damage occurs will be remedied by
removal and replacement of the entire section or sections„of alley paving that has been damaged. Any
slab removed to a joint other than a doweled expansion joint will be replaced using joint section B-B in
the Special Detail Sheets of these specifications. Extreme care shall be taken by the Contractor during
"Setting -Up" period to prevent vandals, sand, or rain from marring the surface finish, to avoid being
handled as described in sentence 2, above.
E. REINFORCED CONCRETE MEDIAN CURB (CLASS A CONCRETE)
DESCRIPTION
This item shall consist of reinforced concrete slab (6") inches thick and may be placed on asphalt surface
^^ on caliche base, or on asphalt surface on concrete base. Median slab shall be doweled as shown on the
plans. Details of concrete placement, finishing, and curing shall be used where applicable.
SUBGRADE PREPARATION (See Details of Construction. Section 2)
F. REINFORCED CONCRETE RAILROAD CROSSING (Class F Concrete)
DESCRIPTION
This item shall consist of the construction of Class F reinforced concrete as shown on Concrete Railroad
Crossing Details. (File #2-B-92 (2]).
(1) SUBGRADE PREPARATION (See Details of Construction. Section 2)
(2) REINFORCING STEEL BARS TO BE USED
Reinforcing steel to be used on this project shall conform to A.S.T.M. Designation A-432 and shall be
deformed to A.S.T.M. 305 requirements.
(3) PLACEMENT OF REINFOREMENT
Care shall be taken to hold the (1/2") bars above the bottom of the foundation slab and above the
railroad ties as shown on the plans. In the top slab the vertical and horizontal bars shall be securely tied
with wire.
G. REINFORCING CONCRETE DRAINAGE SLABS (Class A Concrete
DESCRIPTION
This item shall consist of a concrete slab (5") thick and containing wire mesh reinforcing which shall conform
to "Standard Specification for Welded Steel Wire Fabric For Concrete Reinforcement" ASTM Designation A-
185.
A transverse dummy groove contraction joint, as described in illustration 2-A-101, will be required every (13)
feet.
SUBGRADE PREPARATION (,See Details of Construction. Section 2)
H. CONCRETE PAVEMENT (Class C Concrete)
DESCRIPTION
This item shall consist.of a pavement of portland cement concrete, with reinforcement as shown on plans,
constructed as herein specified on the prepared subgrade and one inch of sand cushion or other base
course in conformity with the thickness and typical cross sections shown on plans and to the lines and
grades established by the Engineer. Concrete shall be considered of satisfactory quality provided it is made
(a) of materials accepted for the job, (b) in the proportions established by the Engineer and (c) Mixed,
placed, finished and cured in accordance with the requirements herein specified.
5
(1) MATERIALS
(a) CEMENT
The cement shall be Type I or Type III standard brand of Portland cement. If the use of high early
strength cement is not specified, and the Contractor desires to use it, he shall obtain written
permission of the Engineer and shall assume all additional costs incurred by the use of such cement.
Type I and Type III cement shall conform to the requirements of ASTM Designation: C150. When
Type III cement is used, the average strength at the age of 7 days shall be higher than that attained
at 3 days. Either the tensile or the compression tests may be used for either type cement. In addition
to the requirements of ASTM Designation C150, the specific surface area of Type I cement shall not
exceed 2,000 square centimeters per gram as measured by the Wagner Turbidmeter in accordance
with Test Method Tex-310-D.
(b) ADMIXTURES
Unless otherwise provided in the plans or special provisions, approved types of admixtures to
minimize segregation, to improve workability, or to reduce the amount of mixing water may be used in
the rate of dosage specified by the Engineer. Admixtures shall not be used to replace cement.
Admixtures shall comply with all the requirements and be measured and dispensed in accordance
with T.H.D. Item 437, "Concrete Admixtures".
(c) COARSE AGGREGATE.
Coarse aggregate shall consist of durable particles of crushed limestone (Brownwood Type) of
reasonably uniform quality throughout, free from injurious amounts of salt, alkali, vegetable matter or
other objectionable material, either free or as an adherent coating on the aggregate. It shall not
contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale
nor more than 5.0 percent by weight of laminated and/or friable particles when tested in accordance
with Test Method Tex-413-A.
Coarse aggregate shall have a wear of not more than 45 percent when tested according to Test
Method Tex-410-A and when tested by standard laboratory methods shall meet the following grading
requirements:
Retained on 1-3/4" sieve .........................
Retained on 1-1/2" sieve .........................
Retained on 3/4" sieve ......................
..........................................................0 %
...................................................0 to 5 %
...........................................30 to 65%
Retained on 3/8" sieve...................................................................................70 to 90%
Retained on No. 4 sieve...............................................................................95 to 100%
Loss by Decantation Test- Method Tex-406-A.................................. ..1.0% Maximum
All aggregate shall be handled and stored in such a manner as to prevent size segregation and
contamination by foreign substances. When segregation is apparent, the aggregate shall be remixed.
At the time of its use, the aggregate shall be free from frozen material. Aggregate that contains more
than 0.5 percent free moisture by weight shall be stockpiled for at least 24 hours prior to use.
Adequate storage facilities shall be provided for all approved materials. The intermixing of
nonapproved materials with approved materials either in stockpiles or in bins will not be permitted.
Aggregates from different sources shall be stored in different stockpiles unless otherwise approved
by the Engineer.
Aggregates shall be stockpiled in such a manner to prevent segregation, and maintained as nearly as
possible in a uniform condition of moisture.
Each aggregate stockpile shall be reworked with suitable equipment as required by the Engineer to
remix the material to provide uniformity of the stockpile.
6
(d) FINE AGGREGATE.
Fine aggregate shall consist of sand or a combination of sands, and shall be composed of clean,
hard, durable,uncoated grains. Unless otherwise shown on plans, the acid insoluble residue of the
fine aggregate shall be not less than 28 percent by weight when tested in accordance with Test
Method Tex-612-J.
- (e) FINE AGGREGATE EXCLUSIVE OF MINERAL FILLER
Fine aggregate shall be free from injurious amounts of salt, alkali or vegetable matter. It shall not
contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic
impurities, Test Method Tex-408-A, the fine aggregate shall not show a color darker than the
standard.
Unless specified otherwise, fine aggregate shall meet the following grading requirements:
a
Retained on 3/8" sieve ................................. ............................... ......................0%
Retained on No.4 sieve..................................................................................0 to 5%
Retained on No. 8 sieve ................ .....0 to 20%
Retained on No. 16 sieve...........................................................................15 to 30%
Retained on No. 30 sieve...........................................................................35 to 75%
Retained on No. 50 sieve...........................................................................70 to 90%
Retained on No. 100 sieve.......................................................................90 to 100%
1
Retained on No. 200 sieve.......................................................................97 to 100%
Fine aggregate will be subjected to the Sand Equivalent Test (Test Method Tex-203-F). The sand
'^
equivalent value shall not be less than 80, or less than the value shown on the plans, whichever is
greater.
(f) MINERAL FILLER
Mineral filler shall consist of clean stone dust, crushed sand, crushed shell or other approved inert
material. When tested in accordance with Test Method Tex-401-A, it shall meet the following
requirements:
Retainedon No. 30 sieve........................................................................................0%
Retained on No. 200 sieve.............................................................................0 to 35%
At the time of its use the mineral filler shall be free from frozen material, and aggregate containing
foreign material will be rejected.
(g) MIXING WATER
Water for use in concrete and for curing shall be free from oil acids, organic matter or other
deleterious substances and shall not contain more than 1,000 parts per million of chlorides as CL. nor
more than 1,000 parts per million of sulfates as SO4.
Water from municipal supplies approved by. the State Health Department will not require testing, but
water from other sources will be sampled and tested before use.
Test procedure shall be in accordance with AASHO Designation: T 26.
(h) STEEL DOWEL BARS
•
Steel bar dowels, if used in accordance with provisions of project plans, shall be of the size and type
indicated on plans and shall be open-hearth, basic oxygen or electric -furnace steel conforming to the
mechanical properties specified for grade 60 in ASTM Designation: A615. The free end of dowel bars
shall be smooth and free of shearing burrs.
7
(i) STEEL REINFORCEMENT
Unless otherwise shown on the plans, steel reinforcing bars as required including the tie bars shall be
open-hearth, basic oxygen or electric -furnace new billet steel of Grade 60 or Grade 40 for concrete
reinforcement. Bars that require bending shall be Grade 40 conforming to requirements of ASTM
Designation: A-615.
High yield reinforcing steel shall be either (1) open-hearth, basic oxygen or electric -furnace new billet
steel conforming to the requirements of ASTM Designation: A-615 Grade 60 or (2) rail steel bars for
concrete reinforcement, conforming to the requirements of ASTM Designation: A-616 Grade 60.
(Bars produced by piling method will not be accepted).
Where prefabricated wire mats are specified or permitted, the wire shall be cold worked steel wire
conforming to the requirements of ASTM Designation: A 496, except that steel shall be made by
open-hearth, electric -furnace, or basic oxygen processes. The prefabricated wire mats shall conform
to the requirements of ASTM Designation: A 497. Mats that have been bent or wires dislocated or
parted during shipping or project handling shall be realigned to within one-half inch of the original
horizontal plane of the mat. Mats with any portion of the wires out of vertical alignment more than
one-half inch after realignment and/or wires dislocated or mutilated so that, in the opinion of the
Engineer, they do not represent the original mat, shall be rejected. The mats may be clamped or
wired so that the mats will retain the horizontal and vertical alignment as specified by the plans or as
approved by the Engineer. Deformed wire may be used for tie bars and load transfer bars that require
bending.
When fabricated steel bar or rod mats are specified, the mats shall meet the requirements of ASTM
Designation: A-184.
0) MECHANICAL VIBRATORY EQUIPMENT
All concrete placed for pavement shall be consolidated by approved mechanical vibrators designed to _
vibrate the concrete internally. The internal type will be used for full -depth placement. Vibratory
members shall extend across the pavement practically to, but shall not come in contact with the side
forms. Mechanically operated vibrators shall be operated in such a manner as to not interfere with the
transverse or longitudinal joints.
Separate vibratory units shall be operated at sufficiently close intervals to provide uniform vibration
and consolidation to the entire width of the pavement. The frequency in air of the internal spud type _
vibratory units shall be not less than 8,000 cycles per minute and not less than 5,000 cycles per
minute for tube types and the method of operation shall be as directed by the Engineer. The
Contractor shall have a satisfactory tachometer available for checking the vibratory elements.
The pavement vibrators shall not be used to level or spread the concrete but shall be used only for
purposes of consolidation. The vibrators will not be operated where the surface of the concrete, as
spread, is below the elevation of the finished surface of the pavement, except for the first lift of
concrete where the double strike off method of placement is employed, and the vibrators shall not be
operated for more than 15 seconds while the machine upon which they are installed is standing still.
Approved hand manipulated mechanical vibrators shall be furnished in the number required for
provision of proper consolidation of the concrete along forms, at joints and in areas not covered by -
mechanically controlled vibrators. These vibrators shall be sufficiently rigid to insure control of the
operation position of the vibrating head.
Complete and satisfactory consolidation of the concrete pavement is a most important requirement of
this specification. Cores taken shall be carefully examined for voids, honeycombing or other evidence
of incomplete consolidation. If such evidence is present, changes in the consolidation procedures
and/or equipment will be made to insure satisfactory consolidation.
(k) FINISHING
Machine -Finishing. All concrete pavement shall be finished mechanically with approved power -driven
machines, except as herein provided. Hand -finishing will be permitted on the transition from a
crowned section to a superelevated section without crown or curves, and on straight line
superelevation sections less than 300 feet in length. Hand -finishing will also be permitted on that
portion of a widened pavement outside the normal pavement width, on sections where the pavement
width is not uniform, or required monolithic widths are greater than that of available finishing
machines.
Machine -finishing of pavement shall include the use of power -driven spreaders, power -driven
vibrators, power -driven transverse strike -off, and screed, or such alternate equipment as may be
substituted and approved by the Engineer.
All concrete shall be consolidated by a mechanical vibrator. As soon as the concrete has been
spread between the forms, the approved mechanical vibrator shall be operated to consolidate the
.,
concrete and remove all voids. Hand -manipulated vibrators shall be used for areas not covered by
the mechanical vibratory unit.
The transverse finishing machine shall first be operated to compact and finish the pavement to the
�-.
required section and grade, without surface voids. The machine shall be operated over each area as
many times and at such intervals as directed. At least two trips will be required and the last trip over a
given area shall be a continuous run of not less than 40 feet. After completion of finishing with the
transverse finishing machine a transverse drag float may be used.
The consistency of the concrete as placed should allow the completion of all finishing operations
without the addition of water to the surface. When field conditions are such that additional moisture is
needed for the final concrete surface finishing operation, the required water shall be applied to the
surface by fog spray only and shall be held to a minimum.
After finishing is complete and the concrete still workable, the surface shall be tested for trueness
with an approved 10-foot steel straightedge. The straightedge shall be operated from the side of the
pavement, placed parallel to the pavement centerline and passed across the slab to reveal any high
spots or depression. The straightedge shall be advanced along the pavement in successive stages of
not more than one-half its length. Practically perfect contact of the straightedge with the surface will
be required, and the pavement shall be leveled to this condition, in order to insure conformity with the
surface test required below, after the pavement has fully hardened. Any correction of the surface
required shall be accomplished by adding concrete if required and by operating the longitudinal float
over the area. The surface test with the straightedge shall then be repeated.
For one -lane pavement placement and uniform widening, the equipment for machine -finishing of
concrete pavement shall be as directed by the Engineer but shall not exceed the requirements of
'-*
these specifications.
After completion of the straightedge operation, as soon as construction operations permit, texture
shall be applied with 1/8-inch wide metal tines with clear spacing between the tines being not less
than 1/4 inch nor more than 1/2 inch. If approved by the Engineer, other equipment and methods may
be used, provided that a surface texture meeting the specified requirements is obtained. The texture
shall be applied transversely. It is the intent that the average texture depth resulting from the number
,.
of tests directed by the Engineer be not less than 0.060 inch with a minimum texture depth of 0.050
inch for any one test when tested in accordance with Test Method Tex-436-A. Should the texture
depth fall below that intended, the finishing procedures shall be revised to produce the desired
texture.
(1) PROPORTIONING OF CONCRETE
Concrete shall be composed of Portland cement, fine aggregate, coarse aggregate, mineral filler
and/or admixture if used and water, mixed in proportions as approved by the Engineer in the mix
design as submitted by a commercial laboratory and in the manner set forth in this specification. On
the basis of job and laboratory investigations of the proposed materials, the Engineer will fix the
w.
proportions by weight of water, coarse aggregate, fine aggregate, cement, admixture and mineral
filler where required, in order to produce concrete of the specified strength and workability.
(m) CONCRETE STRENGTH
The concrete mix will be designed with the intention of producing a minimum average flexural
strength (Modulus of rupture) of 600 pounds per square inch and compressive strength of 3000 psi at
7 days and/or a.28 day compressive strength of 3,600 pounds per square inch. The coarse
,.�
aggregate factor (dry, loose volume of coarse aggregate per unit volume of concrete) shall not
9
exceed 0.85. Unless otherwise shown on plans the concrete shall contain not less than six sacks of
cement per cubic yard of concrete. The water -cement ratio (net gallons of water per sack of 94 pound
cement) shall not exceed 6.0 gallon/sack. Concrete specimens shall be prepared, cured and tested
as outlined in THD Bulletin C-11.
(n) WORKABILITY OF CONCRETE
Concrete shall be uniformly plastic, cohesive and workable. Workable concrete is defined as concrete
which can be placed without honeycomb and without voids in the surface of the pavement.
Workability shall be obtained without producing a condition such that free water appears on the
surface of the slab when being finished as specified. Where water appears on the surface of the
concrete after finishing and this condition cannot be corrected by reasonable adjustment in the batch
design, the bleeding will be immediately corrected by one of the following measures or a combination
of two or more of the following listed measures:
(1) Redesign of the batch
(2) Addition of mineral filler to fine aggregate
(3) Increase of cement content
In the event that the measures taken do not eliminate the bleeding immediately, concrete placement
operations will be suspended, as directed by the Engineer, and will remain suspended, until such
time as additional trial mixes demonstrate that a non -bleeding batch design has been achieved.
Failing to achieve a satisfactory laboratory batch design the Contractor will be required to use
different materials and to submit samples thereof for additional trial mixes and pilot beams as
specified in THD Bulletin C-11.
The mix will be designed with the intention of producing concrete which will have a slump of 1-1/2
inches when tested in accordance with THD Bulletin C-11. The slump shall not be less than 1 inch
nor more than 3 inches.
(o) MIX DESIGN
Prior to the beginning of the concrete placement, and thereafter before any change in source or
characteristics of any of the ingredients except mineral filler, sufficient compression tests using
various quantities of cement and aggregates proposed for use shall be supplied the Engineer for
consideration.
Mixes will be designed and made in sufficient number to represent a wide range of water -cement
ratios. These mixes shall comply with the requirements herein prescribed for workability. From these
preliminary tests the water -cement ratio required to produce concrete of the specified strength will be
selected by the Engineer. The Contractor may, at any time, present in writing a suggested mix design
and the Engineer will make the tests necessary to determine its acceptability under these
specification requirements.
For mixing the concrete to be used in making the preliminary test specimens, the Contractor shall
furnish and operate the mixer approved for use on this project. A minimum one cubic yard batch shall
be mixed or a batch of sufficient size to afford proper mixing, whichever is the greater. In lieu of the
above mixer and procedure, the Contractor may furnish a portable mixer of sufficient rated capacity
to mix a minimum three -sack batch; in which case, the batch mixed for the preliminary test shall not
be less than the rated capacity of the mixer furnished.
No additional compensation will be allowed for equipment, materials or labor involved in making
preliminary test specimens.
After the mix proportions and water -cement ratio required to produce concrete of the specified
strength have been determined, placing of the concrete may be started.
Type I cement shall have a specified surface area within a range of 1,600 to 1,900 square
centimeters per gram. A change in the specific surface of the cement of more than 100 square
centimeters per gram may require a new mix design.
10
(p) SUBGRADE AND FORMS
PREPARATION OF SUBGRADE.
Rolling and sprinkling shall be performed when and to the extent directed, and the roadbed shall be
completed to or above the plane of the typical sections shown on the plans and the lines and grades
established by the Engineer.
Drainage of the roadbed shall be maintained at all times. Sealed or treated subgrade cut in the
preparation of the subgrade or setting of pavement forms shall be resealed or the subgrade restored
to the original conditions as directed by the Engineer. See Details of Construction, Section 2.
The subgrade shall be maintained in a smooth, compacted condition in conformity with the required
section and established grade until the pavement is placed and shall be kept thoroughly wetted down
sufficiently in advance of placing any pavement to insure its being in a firm and moist condition for at
least 2 inches below the prepared surface. Sufficient subgrade shall always be prepared in advance
to insure satisfactory prosecution of the work. No equipment or hauling shall be permitted on the
prepared subgrade, except by special permission of the Engineer, which will be granted only in
exceptional cases and only where suitable protection in the form of two-ply timber mats or other
approved material is provided.
(q) PLACING AND REMOVING FORMS
The subgrade under the forms shall be firm and cut true to grade so that each form section when
placed will be firmly in contact for its whole length and base width, and exactly at the established
grade. Forms shall be staked with at least three pins for each 10-foot section. A pin shall be placed at
each side of every joint. Form sections shall be tightlyjoined and keyed to prevent relative
displacement. Forms shall be cleanedand oiled each time they are used.
Forms shall be set for a sufficient distance in advance of the point where concrete is being placed to
permit a finished and approved subgrade length of not less than 300 feet ahead of the mixing.
Conformity of the grade and alignment of forms shall be checked immediately prior to placing
concrete, and all necessary corrections made by the Contractor. Where any forms have been
disturbed or any subgrade becomes unstable, the forms shall be reset and rechecked. In exceptional
cases, the Engineer may require stakes driven to the grade of the bottom of the forms. Sufficient
stability of the forms to support the equipment operated thereon and to withstand its vibration without
springing or settlement shall be required. If forms settle and/or deflect over 1/8 inch under finishing
operations, paving operations shall be stopped and the forms shall be reset to line and grade.
Forms shall remain in place for not less than 12 hours after the concrete has been placed. They shall
be carefully removed in such a manner that little or no damage will be done to the edge of the
pavement. Any damage resulting from this operation shall be immediately repaired. After the forms
have been removed, the ends of all joints shall be cleaned, and any honeycombed areas pointed up
with approved mortar. Immediately after pointing is completed, the form trench, if used, shall be filled
with earth from the shoulders in such a manner as to shed water from rainfall or curing away from
the edge of the pavement. On completion of the required curing, the subgrade or shoulders adjacent
to the pavement shall be graded in a condition to maintain drainage.
Allowable grade revisions shall in no way affect the governing finishing and surface requirements of
the completed pavement.
All grade revisions shall be established by the Engineer. No additional payment over the contract unit
price will be made for any pavement of a thickness exceeding that required on the plans as a result of
adjustment of the forms.
I. CONCRETE MIXING AND PLACING
(1) MIXING
The aggregates, mineral filler if required, cement and water shall be measured separately, introduced
into the mixer, and mixed for a period of not less than 50 seconds nor more than 90 seconds, measured
from the time the last aggregate enters the drum to the time discharge of the concrete begins. The
required water shall be introduced into the mixing drum during the first 15 seconds of mixing. The entire
M. contents of the drum shall be discharged before any materials of the succeeding batch are introduced.
11
The Engineer may increase the minimum mixing time to that necessary to produce thoroughly mixed
concrete based on inspection or appropriate uniformity tests. The mixing time may be varied at any time
necessary to produce acceptable concrete.
If Ready -Mix concrete is used, the concrete shall be discharged into the specified hauling equipment and
delivered to the road site. If truck agitators are used, the concrete shall be continuously agitated at not
less than one nor more than six rpm as directed by the Engineer.
The initial batch of concrete mixed after each time the mixer is washed out shall be enriched by
additional mortar. The additional mortar shall be one sack of cement and three parts of sand.
(2) PLACING
Any concrete not placed as herein prescribed within 30 minutes after mixing shall be rejected and
disposed of as directed except as provided otherwise herein. Except by specific written authorization of
the Engineer, concrete shall not be placed when the temperature is below 40F, the temperature being
taken in the shade and away from artificial heat.
When such permission is granted, the Contractor shall furnish an approved enclosure, such as canvas -
covered framework, to enclose and protect all pavement so placed, and shall maintain the temperature
of the air surrounding the concrete at not less than 500 F for not less than 5 days. When concrete is
being placed in cold weather, other than under the conditions stated above, the Contractor shall have
available a sufficient supply of an approved covering material to immediately protect concrete if the air --
temperature falls to 320 F, or below, before concrete has been placed 4 hours. Such protection shall
remain in place during the period the temperature continues below 320 F or for a period of not more than
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 damage by freezing shall be removed and replaced at his expense.
Concrete shall not be placed before sunrise and shall not be placed later than will permit the finishing of
the pavement during sufficient natural light.
Concrete shall be placed only on approved subgrade or sub -base, and unless otherwise indicated on
plans, the full width of the pavement shall be constructed monolithically. The concrete shall be deposited
on the subgrade or sub -base in such manner as to require as little rehandling as possible. Where hand
spreading is necessary, concrete shall be distributed to the required depth by use of shovels. The use of
rakes will not be permitted. Workmen will not be permitted to walk in the concrete with any earth or
foreign material on their boots or shoes. The placing of concrete shall be rapid and continuous.
Concrete shall be distributed to such depth that when consolidated and finished, the slab thickness
required by plans will be obtained at all points and the surface shall not, at any point, be below the
established grade. Special care shall be exercised in placing and spading concrete against forms and at
all joints to prevent the forming of honeycombs and voids.
If in the opinion of the Engineer, the temperature, wind and/or humidity conditions are such that the
quality of the concrete will not be adversely affected, the specified placing time may be extended to a
maximum of 45 minutes.
(3) REINFORCING STEEL
All reinforcing steel, including steel wire fabric reinforcement, tie bars, and dowel bars shall be accurately
placed and secured in position in accordance with details shown on plans, Reinforcing bars shall be
securely wired together at alternate intersections, following a pattern approved by the Engineer, and at
all splices, and shall be securely wired to each dowel intersected. When wire fabric is used, it shall be
securely wired together at all splices and to each dowel intersected. Tie bars shall be installed in the
required position by the method and device shown on plans or by approved method and device
equivalent thereto.
Tightly adhered scale or rust which resists removal by vigorous wire brushing need not be removed
except that excessive loss of section to the reinforcement due to rust shall be cause for rejection.
Excessive loss of section shall be defined as loss of section to the extent that the reinforcement will no
longer meet the physical requirements for the size and grade of steel specified.
12
Where plans require an assembly of parts at pavement joints, the assembly shall be completed, placed
at required location and elevation, and all parts rigidly secured in required position by the method and
devices shown on plans. Dowel bars shall be accurately installed in joint assemblies in accordance with
plans, each parallel to the pavement surface and to the centerline of the pavement, and shall be rigidly
secured in required position by such means (as shown on plans) that will prevent their displacement
during placing and finishing of the concrete.
(4) JOINTS
When the placing of concrete is stopped, abulkhead of sufficient cross sectional area to prevent
deflection, accurately notched to receive the load transmission devices or dowels if required, and shaped
accurately to the cross section of the pavement shall be provided and installed as a back-up for the joint
filler and rigidly secured in required position to permit accurate finishing of the concrete up to the joint.
After concrete has been finished to the joint, formation of the joint seal space and finishing of the joint
shall be executed. The back-up bulkhead shall remain in place until immediately prior to the time when
concrete placing is resumed, when it shall be carefully removed in such manner that no element of the
joint assembly will be disturbed. The exposed portion of the joint assembly shall be free of adherent
P»
concrete, dirt or other material at the time placing of concrete is resumed.
If necessary for proper installation of joint sealer, excessive spalling of the joint groove shall be repaired
to the satisfaction of the Engineer in the manner which he prescribes.
Careful workmanship shall be exercised in the construction of all joints to insure that the concrete
sections are completely separated by an open joint or by the joint materials and to insure that the joints
will be true to the outline indicated.
(5) WEAKENED PLANE JOINTS
Weakened plane joints shall consist of transverse contraction joints and longitudinal joints and shall be
„
sawed as specified on the plans or as directed by the Engineer. When the joints are sawed, the saw
shall be power driven, shall be manufactured especially for the purpose of sawing concrete, and shall be
capable of performing the work. Saw blades shall be designed to make a clean smooth cut having a
width and depth of cut as detailed on the plans. Tracks adequately anchored, chalk, string line or other
approved methods shall be used to provide true alignment of the joints. The concrete saw shall be
maintained in good operating condition and the Contractor shall keep a stand-by power saw on the
project at all times when concrete operations are under way.
"~
If membrane curing is used, the portion of the seal which has been disturbed by sawing operations shall
be restored by the Contractor by spraying the area with additional curing seal.
(6) CONTRACTION JOINTS
Transverse contraction joints shall be formed or sawed joints perpendicular to the centerline and surface
of the pavement. Where sawed joints are used, contraction joints at approximately 10 to 15-foot intervals
shall be sawed as soon as sawing can be accomplished without damage to the pavement and before 12
hours after the concrete has been placed, the exact time to be approved by the Engineer. The remaining
contraction joints shall be sawed in a uniform pattern as directed by the Engineer, and they shall be
completed before uncontrolled cracking of the pavement takes place. All joints shall be completed before
permitting traffic to use the pavement.
(7) LONGITUDINAL JOINT$
Longitudinal joints shall be sawed within two days after construction of the pavement. Sawing shall not
cause damage to the pavement and the grooves shall be cut with a minimum of spalling. No traffic
(including construction traffic) shall be permitted on the pavement until the longitudinal joint is cut.
(8) JOINT SEALERS
After the joints in the hardened concrete have been repaired (if necessary) and cleaned to the
satisfaction of the Engineer, the joints will be filled with the W.R. Meadows sof-seat or approved
equivalent. After the sealant is installed it will effectively seal the joints against water, dirt and stones
throughout repeated cycles of expansion and contraction.
13
(9) ASPHALT BOARD
Premolded materials, wherever used, shall be anchored to the concrete on one side of the joint by
means of copper wire or nails not lighter than No. 12 B&S gage. Such anchorage shall be sufficient to
overcome the tendency of the material to fall out of the joint.
(10) SPREADING AND FINISHING
All concrete pavement shall be consolidated by a mechanical vibrator. As soon as the concrete has been
spread between the forms, the approved mechanical vibrator shall be operated to consolidate the
concrete and remove all voids. Hand manipulated vibrators shall be used for areas not covered by the
mechanical vibratory unit.
After finishing is completed and the concrete still workable, the surface shall be tested for trueness with
an approved 10-foot steel straightedge. The straightedge shall be operated from the side of the
pavement, placed parallel to the pavement centering and passed across the slab to reveal any high
spots or depressions. The straightedge shall be advanced along the pavement in successive stages of
not more than one-half its length. Practically perfect contact of the straightedge with the surface will be
required, and the pavement shall be leveled to this condition, in order to insure conformity with the
surface test required after the pavement has fully hardened. Any correction of the surface required shall
be accomplished by adding concrete if required and by operating the longitudinal float over the area. The
surface test with the straightedge shall then be repeated. Extra water will not be added for finishing.
After completion of the straightedge operation, the first pass of the burlap drag shall be made as soon as
construction operations permit and before the water sheen has disappeared from the surface. This shall
be followed by as many passes as required to produce the desired texture depth. There shall be no
unnecessary delays between passes. The drag shall be wet during use and maintained clean and free
from encrusted mortar. It is the intent that the average texture depth resulting from the number of tests
directed by the Engineer be not less than 0.025 inches with a minimum texture depth of 0.020 inches for
any one test. Should the texture depth fall below that intended, the finishing procedures shall be revised
to produce the desired texture.
The Contractor shall have available at all times hand brooms with stiff bristles for the purpose of
providing textures when the pavement surface is in such a condition that the burlap drag or other
methods being employed will not provide the desired texture.
After completion of dragging and about the time the concrete becomes hard; the edge of the slab and
joints shall be carefully finished as directed by the Engineer, and the pavement shall be left smooth and
true to line.
(11) PROTECTION OF PAVEMENT AND OPENING TO TRAFFIC
The Contractor shall erect and maintain the barricades required by plans and such other standard and
approved devices as will exclude public traffic and traffic of his employees and agents from the newly
placed pavement for the periods of time and at locations hereinafter prescribed by the Engineer.
Portions of the roadway, or crossings of the roadbed required to be maintained open for use by traffic,
shall not be obstructed by the above required barricades.
The pavement shall be closed to all traffic, including vehicles of the Contractor, until the concrete is at
least 7 days old. This period of closure to all traffic may be extended if, in the opinion of the Engineer,
weather or other conditions make it advisable to provide an extension of the time of protection.
At the end of the 7 day period and as long thereafter as ordered by the Engineer, and if so desired by
the Contractor, the pavement may be opened for use by vehicles of the Contractor provided the gross
weight (vehicle plus load) of such vehicles does not exceed 14,000 pounds. Such opening, however
shall in no manner relieve the Contractor from his responsibilities for the work. On those sections of the
pavement thus opened to traffic, all joints shall first be sealed, the pavement cleaned and earth placed
against the pavement edges before permitting vehicles thereon.
After the concrete in any section is 14 days old, or as long thereafter as ordered by the Engineer, such
section of pavement may be opened to all traffic as required by plans or when so directed by the
Engineer. On those sections of the pavement thus opened to traffic, all joints shall first be sealed, the
14
N
pavement cleaned, earth placed against the pavement edges and all other work performed as required
for the safety of traffic.
When High Early Strength Concrete, resulting from the use of Type III cement as required by plans or
special provisions, is used, the pavement may be opened to all traffic after the concrete is 7 days old, or
as long thereafter as ordered by the Engineer, subject to the same provisions governing the opening
after 14 days as above prescribed.
Where the Contractor desires to move any equipment not licensed for operating on public streets, on or
across any pavement opened to traffic, he shall protect the pavement from all damage by means of two-
ply timber mats of 2 inch stock or runways of heavier material laid on a layer of earth, all as approved by
the Engineer.
The Engineer may require the opening of pavement to traffic prior to the minimum time specified above
under conditions of emergency which in his opinion require such action in the interest of the public. In no
case shall the Engineer order opening of the pavement to traffic within less than 72 hours after the last
concrete in the section is placed. The Contractor shall remove all obstructing materials, place earth
against the pavement edges and perform other work involved in providing for the safety of traffic as
required by the Engineer in ordering emergency opening. Orders for emergency opening of the
pavement to traffic will be issued by the Engineer in writing.
2. EARTH WORK
A. SUBGRADE PREPARATION FOR CURB AND GUTTER STREETS. PAVING (ASPHALT AND
DESCRIPTION
Sub -grade preparation shall include the removal, haul and disposal of all obstructions, including existing
curbs, gutters, paving materials, base materials, concrete slabs and other obstructions shown on the plans
or as designated by the Engineer and all scarifying, pulverizing, wetting, disking, blading and rolling with
compactors to a depth of at least 6" on residential streets and to a depth of 12" on major thoroughfares and
collector streets. Compactors will be used from the bottom to the finished sub -grade elevation to compact
the subgrade to 95% Standard Proctor Density (A.S.T.M. D-698) in conformity to the line, grade and
sections as shown on the plans or as established by the Engineer.
After the obstructions have been removed, or in conjunction with such removal, the street bed and/or alley
return foundation and/or sidewalk foundation shall be excavated and shaped in conformity with the typical
section and to the line and grades as shown on the plans or as established by the Engineer.
All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with
approved material. The excavation shall be done in such a manner as to require a minimum of fill to bring
the subgrade to the correct elevation. When the subgrade is too low as initially excavated, the Contractor
shall place additional soil or caliche in layers not exceeding four (4") inches and compact each layer by
moistening and rolling.
(1) SCRAPER WORK
The utilization of a scraper for excavation and shaping of subgrade and base is permitted with
exceptions which are determined by depths of utility lines. Unless otherwise specified by the Engineer,
the scraper shall not exceed 23 cubic yards capacity as rated loaded flush by the manufacturer.
(2) COMPACTION
The subgrade will be wetted and rolled to secure 95% Standard Proctor Density. Before placement of
the base and/or curb and gutter and/or concrete valley gutter and/or alley return slab and/or sidewalk,
r". the subgrade will be checked by test rolling six (6) times or more if required by the Engineer with a self-
propelled roller weighing not less than 35 tons. Any soft of unstable spots found by test rolling will be
corrected by removing the soft or unstable material and replacing it with suitable soil compacted to 95%
Proctor Density. The areas so corrected shall be test rolled as specified above.
(3) INTERSECTION
Special care shall be exercised in grading street intersections where dips are located so that the cross
.� profiles present a smooth riding surface and so that the compacted base thickness will not be less than
15
six (6") or nine (9"). Crown section shall begin to decrease 60 feet back of end of radius for residential
streets. Wider street dips will be blue topped as shown on the detail sheet.
(4) PROSECUTION OF THE WORK
The Contractor may proceed with subgrade preparation on any schedule he may select except that,
unless hindered by factors beyond his control, not more than seven (7) calendar days shall elapse
between the time subgrade preparation is begun and the spreading and compacting of the caliche base
has started. Measures shall be taken by the contractor not to leave driveways impassable during the
night hours.
(5) EXCESS MATERIALS
Materials excavated in excess of that needed in fill and backfill behind curb shall be wasted by the
Contractor. Care shall be taken by the Contractor to use only topsoil in the backfill behind the curbs. The
Contractor may dispose of the surplus excavated material in any manner not objectionable to the public,
and it is his responsibility to locate a suitable site for dumping the waste excavation. In any event, the
Contractor shall not dispose of the surplus materials in any of the lake areas either outside or within the
city limits. Location of disposal sites near any lake area must be approved by the Engineer.
(6) SUBGRADE FOR ALLEY PAVING
The preparation of the subgrade for concrete alley paving shall be done in the same manner as other
subgrade excavation which requires scarifying, wetting, disking, blading, rolling, and compacting. The
Contractor will be required to excavate around existing improvements such as gas meter, water meters,
poles, etc. Each of these obstructions shall be the responsibility of the Contractor. Trees that conflict with
the improvements shall be removed by the Contractor upon approval of the Engineer.
The Contractor shall shape to subgrade to the cross-section shown on the plans and to the lines and
grades established by the Engineer. After the forms are set and before the reinforcing is placed, the
Contractor shall finally shape the subgrade so that there will be a minimum_thickness.of concrete of five
(F) inches at the centerline and seven and one-half inches (7-1/2") at the outside edges. All areas
where fill material is required shall be compacted. The subgrade shall be wetted and rolled to secure
90% Proctor Density in the upper six (6") making a firm foundation for the -alley paving.
The Contractor will be required to shape the portion of the alley outside of the limits of the concrete slab
so that all drainage in the alley will be to the invert of the concrete slab. Excess excavated materials
shall be hauled to any approved location.
B.EMBANKMENT
DESCRIPTION
Prior to placing any embankment, all "Preparing Right -Of -Way" and/or "Clearing and Grubbing" operations
shall have been completed on the excavation sources and areas over which the embankment is to be
placed. Stump holes or other small excavations in the limits of the embankment shall be backfilled with
suitable material and thoroughly tamped by approved methods before commencing embankment
construction. The surface of the ground, including plowed loosened ground, or surface roughened by small
washes or otherwise, shall be restored to approximately its original slope by blading or other methods and
where indicated on plans or required by the Engineer, the ground surface thus prepared shall be compacted
by sprinkling and rolling.
Where embankments are to be placed adjacent to or over existing roadbeds, the roadbeds 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 roadbed shall be scarified and recompacted with the next layer of the new
embankment. The total depth of the scarified and added material shall not exceed the permissible depth of -
layer.
Trees, stumps, roots, vegetation, or other unsuitable materials shall not be placed in embankment.
Except as otherwise required by the plans, all embankment shall be constructed in layers approximately
parallel to the finished grade of the roadbed and unless otherwise specified each layer shall be so
16
.M%
constructed as to provide a uniform slope of 114" inch per foot from the center line of the roadbed to the
outside.
►�+ 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 and 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.
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.
Layers of embankment may be formed by utilizing equipment which Will spread the material as it is dumped,
..a or they may be formed by being spread by blading or other acceptable methods from piles or windrows
dumped from excavating or hauling equipment in such amounts that material is evenly distributed.
Minor quantities of rock encountered in constructing earth embankment shall be incorporated in the
specified embankment layers, or may be placed in accordance with the requirements for the construction of
rock embankments in the deeper fills within the limits of haul shown on the plans, provided such placement
of rock is not immediately adjacent to structures. Also, rock may be placed in the portions of embankments
outside the limits of the completed roadbed width where the, size of the rock. prohibits their incorporation in
the normal embankment layers.
Each layer of embankment shall be uniform as to material, density and moisture content before beginning
compaction. Where layers of unlike materials abut each other, each layer shall be featheredged for at least
100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the
embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but 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, disking, or similar methods to the end that a uniform
material or uniform density is secured in each layer. Water required for sprinkling to bring the material to the
moisture content necessary for maximum compaction shall be evenly applied and it shall be the
.;* responsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods
as may be necessary. In order to facilitate uniform wetting of the embankment material, the Contractor shall
water at the material source if the sequence and methods used are such as not to cause an undue waste of
water. Such procedure shall be subject to the approval of the Engineer.
A. COMPACTION
The compaction method shall require that each layer shall be compacted to the required density by any
method, type, and size of equipment which will give the required compaction. The depth of layers, prior
to compaction, shall depend upon the type of sprinkling and compaction equipment used. Prior to and in
conjunction with the rolling 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 over the entire layer.
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. The required compaction shall be 95%
Standard Proctor Density A.S.T.M. D-698.
After each section of earth embankment or select material is complete, 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 may be altered on
subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the
approval of the Engineer.
At any time, the Engineer may order proof rolling to test the uniformity of compaction of the embankment
subgrade. All irregularities, depressions, weak or soft spots which develop shall be corrected
immediately by the Contractor.
Should the subgrade, due to any reason or cause, lose required stability, density, or finish before the
pavement structure is placed, it shall be recompacted and refinished at the sole expense of the
,KIM Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing, or
17
covering with a subsequent layer of granular material. Excessive loss of moisture shall be construed to
exist when the subgrade soil moisture content is more than 4 percent below the optimum for compaction
to Standard Proctor Density. (Also see Section V, Item 2 [A] Compaction.)
B. CULVERTS
Embankments adjacent to culverts which cannot be compacted by use of the blading and rolling
equipment used in compacting the adjoining sections of embankment shall be compacted in the manner
prescribed below.
The following requirements shall apply to the backfilling of pipe culverts in addition to the pertinent
portions of the general requirements given in the preceding section.
After the bedding has been prepared and the pipe installed as required by the pertinent specifications,
selected materials from excavation, or borrow shall be placed along both sides of the pipe equally, in
uniform layers not to exceed six (6") inches in depth (loose measurement), wetted and thoroughly
compacted so that on each side of the pipe there shall be a berm of thoroughly compacted materials at
least as wide as the external diameter of the pipe, except insofar as undisturbed material obtrudes into
this area. The method and degree of compaction shall be same as specified above.
Filling and/or backfilling shall be continued in this manner to the elevation of the top of the pipe. Special
care shall be taken to secure thorough compaction of the material placed under the haunches of the
pipe. All fill or backfill below the top of the pipe shall be compacted mechanically in the same manner
and to the density prescribed above, regardless of whether or not such material is placed within the
limits of the embankment or roadbed.ln the case of embankments, the remainder of the fill above the top
of pipe shall be placed in accordance with the provisions for placing roadway embankment as prescribed
in the pertinent specification included in the contract. No construction traffic will be permitted to cross
any pipe culvert until the specified minimum depth of fill above the pipe has been placed and
consolidated in accordance with these provisions.
3. BASE COURSE
DESCRIPTION
The base course shall consist of a minimum of six (6") or nine (9") inches of compacted approved caliche,
black base or combination of caliche and black base material shaped in accordance with the typical cross -
sections provided in the plans and to the grades established by the Engineer.
A. HAULING AND PLACING
Approved base material shall be hauled in vehicles of uniform capacity to the site and dumped evenly so
that an adequate quantity of material will be placed to provide a minimum of six (6") inches of compacted
base material on all units except major thoroughfares streets. On these streets the Contractor will construct
nine (9") inches of compacted base material.
B. PROCESSING
Processing of caliche base shall be accomplished in multiple lifts of three (Y) inches in compacted depth.
Each lift or layer shall be thoroughly moistened and rolled as it is cut from the windrow. After all of the
material is cut from the windrow to the sides, it shall be cut back to the center in lifts of three (Y) inches and --
thoroughly moistened and rolled again. Succeeding layers shall then be placed similarly until the caliche
base course is completed and 95% Proctor Density has been attained.
All nine (9") inch compacted caliche base shall be accomplished in three (Y) inch lifts. The caliche course
shall then be sprinkled as required and rolled with compactors as directed until a uniform compaction of
95% of "Standard Proctor Density" is secured. Throughout this entire operation, the shape of the course
shall be maintained by blading; and the surface upon completion shall be smooth and in conformity with the
typical sections shown on plans and to the established lines and grade.
Processing of asphaltic base shall be as directed by the Engineer and similar to that described under Hot
Mix Asphaltic Concrete Surface. Lift thickness will be indicated by the Engineer or as shown on the paving
plans: Electronic screed controls will be required for placing black base on grade. The density required will
be determined by the Engineer after material to be used has been approved. All areas and "nests" of
segregated coarse or fine material shall be corrected or removed and replaced with well graded material as
18
0
directed by the Engineer. Each layer of black base will be test rolled six (6) times with a 25 ton roller and
approved by the Engineer before succeeding layers are placed. A delay in construction of the next
succeeding layer of black base caused by rain, snow, etc. will require re -rolling and approval prior to
construction of the next layer.
The utilization of the traffic to compact and bind the base is an essential part of the construction, and
whenever possible the base course shall be opened to traffic, and the Contractor shall direct and distribute
the traffic uniformly over the entire width of the base course. During the period of at least seven (7) days
that traffic is being directed over the base, the caliche base shall be satisfactorily maintained by the use of
water trucks, blades, drags and such other equipment as is required. The base course shall be so
maintained until the wearing surface is placed thereon. The surface shall not be placed on base course that
exceeds optimum moisture by two (2%) per cent.
C. FINISHING
DESCRIPTION
The compacted base shall be finished and shaped immediately preceding the application of the surface
treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with
a steel wheel roller. All irregularities, depression or weak spots which develop during compaction shall be
corrected by scarifying the areas affected, adding or removing material as required, reshaping and
recompacting by sprinkling and rolling.
(1) WEAK SPOTS IN BASE
The finished base shall be checked by a minimum of six (6) test rollings with a 25 ton roller. Any weak
spots found shall be remedied before the surface is applied. The weak spots may be remedied by
reprocessing the area in which the weak spot is found in which case the base will be allowed to cure for
72 hours before the surface is applied. If the Contractor chooses, he may repair the weak spot by
,.., removing the material involved and replacing it with type "C" hot mix or asphalt stabilized base. In this
case the surface may be applied as soon as the hot mix patch has been compacted and cooled to
ambient temperature.
�-•• _ (2) ALLOWABLE DEVIATION IN FINISH
Immediately prior to placing of surfacing, the base shall be checked and any deviation in excess of
three -eights (3/8) inch from the established grade or true cross section shall be corrected as'provided
�* above for defects. Longitudinally, a straightedge 10 feet long shall be used to detect any deviation which
shall be corrected as defects.
4. HOT MIX ASPHALTIC CONCRETE SURFACE
DESCRIPTION
This item shall consist of 1-1/2" compacted T.H.D. Type "C" hot mix asphaltic concrete surface, using approved
crushed stone aggregate, constructed over a compacted base. The base shall be primed and a tack coat
applied as required.
A. GENERAL (Test Method Tex-207-F)
It is the intent of this specification that the material be placed and compacted to a density of 95 to 100
percent of that density developed in the laboratory test method of molding stability specimens with a
minimum compacted thickness of one and one half inches (1-1/2"). Sufficient density tests will be made in
order to determine that the compaction procedure used by the Contractor is adequate and proper to
accomplish the intent as stated above.
If the mixture produced does not have the specified qualities, it shall be changed until it does. The pavement
shall be constructed on the previously completed and approved subgrade, base, existing pavement,
bituminous surface or in the case of a bridge, on the prepared floor slab, as herein specified and in
accordance with the details shown on the plans.
B. TEMPERATURE REQUIREMENTS (The temperature readings to be used will be as reported by
the National Weather Service on an hourly report [telephone number - 762-0141.)
19
(1) HMAC - November 1 until April 1
a. The asphaltic mixture shall not be placed when the air temperature is below 550 F and falling.
b. The asphaltic mixture may be placed when the air temperature is above 500 F and rising.
(2) HMAC - April 1 until November 1
a. The asphaltic mixture shall not be placed when the air temperature is below 500 F and falling.
b. The asphaltic mixture may be placed when the air temperature is above 450 F and rising.
(3) ASPHALT STABILIZED BASE
a. The asphaltic mixture shall not be placed when the air temperature is below 450F and falling.
b. The asphaltic mixture may be placed when the air temperature is above 40OF and rising.
The Engineer may use his discretion to require a cover over the asphaltic mixture when being hauled from
the plant to the job site.
If the temperature of a load of asphaltic concrete measured while passing through the lay -down machine is
250F less than the mixing temperature, the load may be rejected by the Engineer and payment will not be
made for the rejected material.
C. PREPARATION OF BASE AND AREAS BORDERING
The compacted base upon which the hot mix asphaltic concrete surface is to be placed shall be prepared
and cleaned, as required by the Engineer, before the prime coat is applied.
D. PRIME COAT
The prime coat shall consist of an application of .25 gallons per square yard of MC asphalt.
E. TACK COAT
Before the asphaltic mixture is laid, the surface upon which the tack coat is to be placed shall be cleaned
thoroughly to the satisfaction of the engineer. The surface shall be given a uniform application of tack coat
using asphaltic materials of this specification. This tack coat shall be applied, as directed by the engineer,
with approved sprayer. Where the 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 coat of the asphaltic material meeting the
requirements for tack coat. The tack coat shall be rolled with a pneumatic tire roller as directed by the
Engineer.
F. TRANSPORTING ASPHALTIC CONCRETE
The asphaltic mixture, prepared as specified above shall be hauled to the work site in tight vehicles
previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all
material delivered may be placed, and all rolling shall be completed during day -light hours. The inside of
the truck body may be given a light coat of oil, lime slurry or other material satisfactory to the Engineer, if
necessary, to prevent mixture from adhering to the body. In cool weather or for long hauls, canvas covers
and insulating of truck bodies may be required. Vehicles of the semi -trailer type are prohibited.
G. PLACING
Generally the asphaltic mixture shall be dumped and spread on the approved prepared surface with the
specified spreading and finishing machine in such manner that when properly compacted the finished
pavement will be smooth, of uniform density and will meet the requirements of the typical cross sections
and the surface tests. During the application of asphaltic material, care shall be taken to prevent splattering
of adjacent pavement, curb and gutter, and structures. —
The surface course shall be laid in a compacted layer with a minimum compacted thickness of one and one-
half inches (1-1/2").
A level up course, 1/2" or more in thickness, shall require the use of black base or a coarse grade of hot mix
approved by the Engineer. It shall be spread and compacted to lines and grades as established by the
Engineer.
20
Wi
When the asphaltic mixture is placed in a narrow strip long the edge of an existing pavement, or used to
level up small areas of an existing pavement or placed in small irregular areas where the use of a finishing
r� machine is not practical, the finishing machine may be eliminated when authorized by the Engineer,
provided a satisfactory surface can be obtained by other approved methods.
Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that
when compacted it will be slightly above the edge of the curb and flush structure.
All joints shall present the same texture density, and smoothness as other sections of the course. The
joints between old and new pavements or between successive day's work shall be carefully made to insure
a continuous bond between old and new sections of the course.
The transverse edges -of old pavement and, if required by the Engineer, the successive days pavement
shall be sawed with an approved concrete saw to expose an even vertical surface for the full thickness of
the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform
coat of hot bituminous material before the fresh mixture is placed.
H. COMPACTION
As directed by the Engineer, the pavement shall be compacted thoroughly and uniformly to the required
density. The specified rollers shall be used, except as provided in paragraph (3) below.
Rolling with the three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the
center of the pavement, overlapping on successive trips by at least half the width of the rear wheels unless
otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length. On
super -elevated curves, rolling shall begin at the low side and progress toward the high side unless
otherwise directed by the Engineer. Rolling with pneumatic roller shall be done as directed by the Engineer.
Rolling shall be continued until required compaction is obtained and all roller marks are eliminated. One
tandem roller, two pneumatic rollers and at least one three wheel roller, as specified above, shall be
provided for each job. Additional rollers shall be provided if needed.The motion of the roller shall be slow
enough at all times to avoid displacement of the mixture. if any displacement occurs,it shall be corrected at
once by the use of rakes and of fresh mixture where required. The roller shall not be allowed to stand on
pavement which has not been fully compacted. To prevent adhesion of the surface to the roller, the wheels
shall be kept thoroughly moistened with water, but an excess of water will not be permitted. All rollers must
be in good mechanical condition. Necessary precautions shall be taken to prevent the droppings of
gasoline, oil, grease or other foreign matter on the pavement, either when the rollers are in operation or
when standing.
When indicated on the plans or permitted by the Engineer in writing, the pavement may be compacted to
the required density by the use of compacting equipment other than that specified herein.
HAND TAMPING
The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the
roller, or in such positions as will not allow thorough compaction with the roller, shall be thoroughly
compacted with lightly oiled tamps.
Rolling with the trench type roller will be required on widening areas in trenches and other limited areas
where satisfactory compaction cannot be obtained with the three wheel and tandem rollers.
I. SURFACE TESTS
The surface of the pavement, after compaction , shall be smooth and true to the established line, grade and
cross section, and when tested with a 10 foot straight edge placed parallel to the centerline of the roadway
or tested by other equivalent and acceptable means, except as provided herein, the maximum deviation
shall not exceed 1/8 inch in 10 feet, and any point in the surface not meeting this requirement shall be
corrected as directed by the Engineer. When placed on existing surfaces, the 118 inch deviation in 10 feet
requirement may be waived by the Engineer.
J. SURFACE DENSITY TEST
See Materials of Construction Section, Item 10-D. Laboratory Control.
21
K. EQUIPMENT
Spreading and Finishing Machine. The spreading and finishing machine shall be of a type approved by the
Engineer, shall be capable of producing a surface that will meet the requirements of the typical cross
section and the surface test, when required, and shall have adequate power to propel the delivery vehicle in
a satisfactory manner when the mixture is dumped into the finishing machine. The finishing machine shall
be equipped with a flexible spring and/or hydraulic type hitch sufficient in design and capacity to maintain
contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine
while the mixture is being unloaded. The finishing machine shall be operated in a low gear, or as directed by
the Engineer, at a speed to produce a surface that will meet the requirements of the typical cross section
and surface test.
Any vehicle which the finishing machine cannot push or propel in such a manner as to obtain the desired
lines and grade without resorting to hand finishing will not be allowed to dump directly into the finishing
machine. Vehicles dumping into the finishing machine shall be mechanically and/or automatically operated
in such a manner that overloading the finishing machine being used cannot occur and the required lines and
grade will be obtained without resorting to hand finishing.
Dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with
loading equipment will be approved by the Engineer, provided that the loading equipment is constructed and
operated in such a manner that substantially all of the mixture deposited on the roadbed is picked up and
placed in the finishing machine without contamination by foreign material of the mixture. The loading
equipment will be so designed and operated that the finishing machine being loaded will obtain the required
line, grade and surface without resorting to hand finishing. Any operation of the loading equipment resulting
in the accumulation and subsequent shedding of this accumulated material into the asphaltic mixture will not
be permitted.
(1) FORMS
The use of forms will not be required except where necessary to support the edges of the pavement
during rolling. If the pavement will stand rolling without undue movement, binder twine or small rope may
be used to align the edges.
(2) MOTOR GRADER
The motor grader, if used, shall be self-propelled power motor grader; it shall be equipped with
pneumatic tired wheels; shall have a blade length of not less than 12 feet; shall have a wheel base of not
less than 16 feet ; and shall be tight and in good operating condition and approved by the Engineer.
(3) PNEUMATIC TIRE ROLLERS
The pneumatic tire roller shall be an acceptable self-propelled roller mounted on pneumatic tired wheels,
with the weight capable of being varied uniformly from 275 to 550 pounds per inch width of tire tread, so
constructed as to be capable of being operated in both a forward and a reverse direction and shall have
suitable provision for moistening the surface of the tires while operating. All tires of the same roller shall
be smooth tread of equal size and diameter and shall be arranged in such a manner that the gap
between the tires of one axle will be covered by the tires of the other.
The tire pressure of each tire shall be adjusted as directed by the Engineer and this pressure shall not
vary by more than 5 pounds per square inch.
(4) TWO AXLE TANDEM ROLLER
This roller shall be an acceptable power driven tandem roller weighing not less than 8 tons.
(5) THREE WHEEL ROLLER
This roller shall be an acceptable power driven three wheel roller weighing not less than 10 tons.
(6) TRENCH ROLLER
This roller shall be an acceptable power driven trench roller equipped with sprinkler for keeping the
wheels wet and adjustable road wheel so that the roller may be kept level during rolling. The drive shall
be not less than 20 inches wide. The roller under working conditions shall produce 325 pounds per linear
inch of roller width and be so geared that a speed of 1.8 miles per hour is obtained in low gear.
22
r-�
(7) STRAIGHTEDGES AND TEMPLATES
When directed by the Engineer, the Contractor shall provide acceptable 10 foot straightedges for surface
testing. Satisfactory templates shall be provided as required by the Engineer.
All equipment shall be maintained in good repair and operating condition and shall be approved by the
Engineer.
The Contractor shall furnish such suitable machinery, equipment, and construction forces as may be
necessary, in the opinion of the Engineer, for the proper prosecution of the work, and failure to do so
may cause the Engineer to withhold all estimates which have or may become due or the Engineer may
" suspend work until his requests are complied with.
L. OPENING TO TRAFFIC
... The pavement shall be opened to traffic when directed by the Engineer. All construction traffic allowed on
the pavement shall comply with City Ordinance governing traffic on City Streets.
If the surface ravels, corrugates or shoves, it will be the contractor's responsibility to correct this condition at
�-- his expense.
5. CLEANUP
Within three days after completion of any Sub -Unit of paving the Contractor shall clean, remove rubbish and
temporary structures from the street, restore in an acceptable manner all property, both public and private,
which has been damaged during the prosecution of the work, and leave the site of the work in a neat and
presentable condition throughout. The cost of the "cleanup" shall be included as a part of the cost of the
various items of work involved, and no direct compensation will be made for this work. This work shall be done
before final acceptance of the Sub -Unit will be considered.
The cleanup shall include the sloping, filling and shaping of the area between the curb and property line. This
area shall be filled with good top soil. When the ground behind the curb is higher than the top of the curb, the
Contractor will be required to cut this area down to provide a smooth, even slope between the property line and
the curb.
6. PROTECTION OF EXISTING UTILITIES
A. ADJUSTMENT OF VALVES AND MANHOLES
.� The City Forces will place valve boxes and manholes on finished grade after the base has been finished to
grade. The Contractor shall allow the City Forces at least 3 days to do this work after finishing the base and
before application of asphalt. It shall be the responsibility of the Contractor to notify the Water and Sewer
Department 48 hours after curb and gutter has been completed so that the City Forces can properly
schedule their work. In all alleys the City Forces will set the valve boxes and manholes to grade after the
forms are in place. Any variation in this procedure that causes expense to the City shall have the approval
of the Engineer, and such expense shall be borne by the Contractor.
B. INSTALLATION ADJUSTMENTS, AND PROTECTION OF UTILITIES AND TRAFFIC INSTALLATIONS
The plans show only approximate locations of utilities as obtained from the various utility companies and
shall not relieve the Contractor from familiarizing himself with all underground utilities. It is not implied that
all existing utilities are shown on the plans. The City of Lubbock does not assume any responsibility for any
utility lines which are not shown on the plans.
•- The utility companies will attempt to move all utilities that can be reasonably removed prior to beginning of
construction; however, this does not relieve the Contractor from any damage that he might do to any utility
property. In case of any damage, the Contractor shall immediately notify the utility company.
^^ City Water and Sewer 775-2595
Lubbock Power and Light 775-2554
City Traffic Shop 775-2140, 775-2144
Energas Traffic Shop 741-4200
Southwestern Public Service 763-2881
23
Southwestern Bell Telephone
Cox Cable of Lubbock
City Traffic Engineering
741-6101
793-2222
f&M-4916
SEQUENCE: The sequence of utility adjustments has been mutually agreed upon by the utility companies
in the City of Lubbock and will attempt to follow the following schedule:
Plans for contract project will be delivered to all utility companies two weeks prior to opening bids. As a
general rule, these projects will have been staked.
The utility companies will relocate all items necessary, locate and flag all meters, valves, manholes,
underground cables, etc., prior to the date the Contractor is to begin construction.
After the subgrade is completed on alley paving projects, and after the base is completed on all street
paving projects, all manholes, valve boxes , etc., will be set to finished grade by the utility companies. The
site shall be left in a clean condition.
On all projects, including private contracts, the Contractor shall exercise care not to damage any sanitary
sewer pipe or manholes, storm sewer pipe or manholes, or telephone cable or manholes, water or gas
lines, valve boxes , meter boxes, nor any other pipe or utility. If necessary, the Contractor shall call the
department or company concerned and make arrangements for adjusting the manhole, valve box, meter
box, or other utility to grade. On all projects for which he is awarded a contract, the Contractor will be
responsible during the construction period for any damages to manholes, valve boxes, meter boxes, and
other utilities.
Should any item be damaged during the process of construction, the Contractor is to notify the affected
utility company and the City inspector. The utility company will immediately repair the damaged item. Any
bills for damage will be sent through the Department of Engineering. The Department of Engineering will
process all bills and fix responsibility for damage and govern the extent of repair.
Private contracts do not have plans, but utility companies will be furnished cut sheets and notified of
impending construction by letter. Other items such as adjustments, damages, etc. will be handled the same
as for bid let projects.
The utility companies will schedule their work with the Contractor. When utility adjustments commence
before the contract is awarded, it will be the responsibility of the utility company to barricade the project.
Unless otherwise agreed upon by the City and the utility companies involved, the sequence of installation of
underground utilities shall be as follows:
ili
Sequence
Sewer
First
Electric (Primary)
Second
Electric (Secondary)
Third
Telephone
Fourth (last, if no power or T.V.)
T.V. Cable
Fifth
Water
Sixth
Gas
Seventh
Traffic Engineering
Eighth
On all projects, including private contracts, the Contractor shall not place curb and gutter or base material at
points where underground utilities cross or propose to cross until such utilities have been adjusted or
installed.
24
r**
7. SALVAGING AND REPLACING BASE
DESCRIPTION
"Salvaging and Replacing Base" shall consist of removing the existing base material where shown on plans,
such temporary storage as is necessary, and the replacement of this material on the prepared roadbed as
herein specified and in conformity with the typical sections shown on plans and to the lines and grades as
established by the Engineer.
A. CONSTRUCTION METHODS
(1) SALVAGING EXISTING BASE
The existing base, including any bituminous mat not shown on plans to be salvaged, shall first be
cleaned of all dirt or other objectionable material by blading, brooming or other approved methods, then
,... scarified to the width and depth as may be required to provide the estimated amount of salvaged
material per station as shown on the plans. Subgrade shall be reworked, if necessary, as directed by the
Engineer. Any bituminous mat encountered shall be broken into particles not more than two inches in
size, and incorporated uniformly with the existing base. The material thus salvaged shall be placed in
stockpiles or windrows until sufficient subgrade has been prepared to receive the salvaged material;
then, if the Contractor so elects, the remaining old base material as salvaged may be placed directly
upon the prepared subgrade as directed by the Engineer, thus eliminating the necessity of stockpiling. It
�^ shall be the responsibility of the Contractor that all the available material shall be salvaged and replaced
and shall be kept reasonably free of soil from the subgrade or roadbed during the salvaging and
replacing operations. When material is windrowed or stockpiled, it shall be so placed not to interfere with
traffic, proper drainage or the general progress of the work.
(2) PREPARATION OF SUBGRADE
Preparation of subgrade shall be in accordance with Details of Construction, Item 2, Earth Work. of
these specifications.
(3) REPLACEMENT OF SALVAGE MATERIAL
The salvage material shall be in accordance with Details of Construction, Item 2, Earth Work, of these
specifications.
8. SALVAGING AND STOCKPILING BASE MATERIAL
DESCRIPTION
This item shall consist of salvaging base material from places shown on the plans or as directed by the
Engineer and of stockpiling that material where shown on the plans or directed by the Engineer.
CONSTRUCTION METHODS
Trash, wood, brush, stumps and other objectionable material at the storage site shall be removed and disposed
of as directed by the Engineer prior to the beginning of work required by this item. The base material, including
any asphalt mat, which may not be shown on the plans, shall be cleaned of all dirt or other objectionable
material. Asphaltic materials shall be broken into pieces not more than two inches in size and incorporated
uniformly with the salvaged base material. Material to be salvaged shall be worked into stockpiles or windows
and loaded by approved equipment into approved equipment for hauling to the stockpile site. It shall be the
responsibility of the Contractor that all the available material shall be salvaged and kept reasonably free of soil
from subgrade or road bed during the salvaging operations. The operation shall be conducted in such manner
as not to interfere with traffic, drainage or the general requirements of the work.
The salvage base material shall remain the property of the City of Lubbock Street Department. The
stockpile locations will be as directed by the Engineer.
9. SALVAGING CRUSHING, AND STOCKPILING ASPHALTIC MATERIAL
DESCRIPTION
This item shall consist of salvaging asphaltic material from places shown on the plans or as directed by the
Engineer, and of crushing that material and stockpiling the material where shown on the plans or as directed by
25
the Engineer. The salvage asphaltic material shall remain the property of the City of Lubbock Street
Department.
CONSTRUCTION METHODS
of as directed by the Engineer prior to the beginning of work required by this item. The asphaltic material shall
be cleaned of all dirt or other objectionable material. Material to be salvaged shall be worked into stockpiles or
windrows and loaded by approved equipment into approved equipment for hauling to the crusher site. It shall
be the responsibility of the Contractor that all the available material shall be salvaged and kept reasonably free
of soil and base material during the salvaging operations. The operation shall be conducted in such manner as
not to interfere with traffic, drainage or the general requirements of the work.
The asphaltic material shall be crushed into particles not more than 1 112 inches in size. The crushed
material shall be stockpiled near the crusher Ao be loaded and hauled off by the City of Lubbock Street
Department.
10. SINGLE COURSE AND TWO -COURSE SURFACE TREATMENT
A. PREPARATION OF SURFACE
Before the seal coating operation is started the Contractor will be required'to patch all areas that have failed
or raveled as marked by the Engineer. The City of Lubbock Street Department will sweep the streets before
the sealing and two -course operation is started. Asphalt shall not be applied when general weather
conditions, in the opinion of the Engineer, are not suitable.
B. HERBICIDE APPLICATION
Prior to the seal coating operation, a biodegradable surface acting herbicide, such as "Roundup" or an
approved equivalent, shall be applied to the areas of the streets to be sealed where weeds and grass are
growing. This application shall be done far enough in advance, and at a rate, to insure the vegetation has
carried the herbicide to the roots of the plants before the application of the asphalt and rock. Locations shall
be as directed by the Engineer.
C. HANDLING AND APPLYING ASPHALT
All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt shall be
kept clean and in good operating condition at all times, and they shall be operated in a manner that there
will be no contamination of the asphalt with foreign material. Asphalt is not to be heated above 4000 F at
any time, and when applied, it shall be at a temperature which will insure a Furol Viscosity of between 50
and 60 at the time of application. The Engineer will select the temperature of application, and the Contractor
shall apply the asphalt at a temperature within 15 degrees of the temperature selected. All asphalt material
heated above 4000 F will be rejected. Recirculating tank car heating equipment shall be equipped with an
approved type recording thermometer.
Asphalt shall be applied to the clean surface by an approved type of self propelled hydro -statically
controlled pressure distributor so operated as to distribute the material in the quantity specified, evenly and
smoothly, under pressure necessary for proper distribution. The Contractor shall provide all of the heating
equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at
the junction of the distributor loads. The beginning and ending of each shot of asphalt shall start and stop on
a strip of heavy kraft paper of not less than thirty inches in width. Asphalt for pre -coated seal coat and two -
course application shall not be applied unless covering with aggregate is assured within ten (10) minutes.
No asphalt shall be applied when wind velocity is 25 M.P.H. or more. Asphalt shall not be applied if the
ambient temperature is below 650F. Any block or blocks that receives a seal coat or two -course asphalt
application that exceeds the rate set by the Engineer by .04 or more will not be accepted until the bleeding
is stopped. The Contractor will be required at his expense to furnish extra rock and equipment necessary to
control this bleeding. After the bleeding is stopped, the City will then assume the maintenance of the block
or blocks that were shot heavy.
Application of asphalt on street returns shall be accomplished by the distributor bars unless otherwise
directed by the Engineer. In areas regarded by the Engineer as inaccessible to the distributor, use of the —
hand hose will be permitted, as directed by the Engineer. Care shall be taken during application of any
asphalt to shield the curb and gutter from asphalt spray. Manholes and valve boxes will be covered before
each application of asphalt and immediately uncovered after the application of aggregate and before rolling
26
operations. Successive applications of asphalt shall be made in the same manner after application
aggregate.
D. RATE OF APPLICATION OF MATERIALS
1. SEAL COAT (Single course.)(Pre-coated crushed stone or pre -coated gravel)
S.W.D. Gals Spread
Grade No. of Asphalt/S.Y. Ratio
#4 0.36 1:100
2. TWO -COURSE (Pre -coated crushed stone or pre -coated gravel)
S.H.D. Gals Spread
Grade No. of Asphalt/S.Y. Ratio
,.. #2 Special 0.34 1:68
#4 0.38 1:95
E. HANDLING AND APPLYING AGGREGATES
Immediately after making the first application of asphalt over the full width of the street, the surface shall be
covered with aggregate, spread with an approved type self-propelled aggregate spreader on which the rate
of application of rock and the speed of travel may be controlled by the operator. Applications shall be at the
rates herein specified or at rates as directed by the Engineer. After the aggregate has been spread, it shall
be bladed with an approved blade grader and "bullwheeled" with an approved three -wheeled roller weighing
not less than ten (10) tons. If necessary to obtain a uniform distribution of aggregate or to fill low areas,
hand spotting and hand brooming of the aggregate shall be required. Care shall be taken in dip sections to
maintain an accurate flow line. Considerable hand work may be required at intersections and at joints in
order to maintain a uniform distribution of the aggregate, to prevent the incorporation of foreign materials
., such as caliche and dirt, and to construct smooth joints.
After the first and second application of aggregate on the two -course, it will be thoroughly rolled with
pneumatic rollers, bladed, dragged and all thin spots spotted with extra aggregate, then bullwheeled with an
.-a approved three -wheeled roller weighing not less than ten (10) tons. Rolling shall be continued until the
surface presents a smooth appearance.
Gutter edges shall be cleansed of aggregate before such application of asphalt and this aggregate will not
be "ridged" along the gutter edge but if placed back on the surface area shall be well scattered. There
should be a slight excess of aggregate on the surface after completion of the work specified above.
Care shall be taken in loading aggregate from the stockpiles to prevent getting dirt and other foreign matter
r into aggregates. Loads of aggregate containing dirt will be rejected.
F. HANDLING ASPHALT AND AGGREGATE FOR NIGHT WORK
Application of asphalt and aggregate at night shall be applied by the same methods as for daylight
application except that all equipment that is to be used on the street after shall have sufficient lights in
compliance with State vehicle code. Additional lights will be required on the back end of the asphalt
distributor, the aggregate spreader and at the aggregate stock pile area. (No night work will be authorized
ell! unless approved by the Engineer.)
G. REQUIRED ROLLING (1 HOUR PER 1000 S.Y. OF SURFACE SEALED)
The completed asphalt surface shall .be broomed and rolled with pneumatic rollers immediately after the
asphalt is covered with aggregate. The entire surface that is sealed will receive on hour rolling for each
1000 S.Y. the same day that the asphalt is applied no back rolling will be permitted (unless a rain storm
occurs during the day then that surface may be rolled the next day). At least three pneumatic rollers will roll
directly behind the aggregate spreader and drag broom, each roller making several complete passes across
the entire width of the street, additional pneumatic rollers will follow approximately one block behind the first
three rollers of which each additional roller will make several complete passes across the entire width of the
street until one hour of rolling has been obtained for each 1000 S.Y. before moving on to the next block. The
City will assume maintenance on these streets the following day after the rolling has been completed.
27
H. PATCHING AHEAD OF SINGLE COURSE OR TWO -COURSE MAINTENANCE
The black base and cement stabilized caliche material to be used in patching ahead of the single course or
two -course maintenance shall be used at locations as directed by the Engineer. No substitutions shall be
permitted without prior approval from the Engineer. The areas to be patched shall be only as marked and
measured by the Owner's Representative. The area to be patched shall be barricaded at all times during
patching operations. However, if the Owner's Representative permits, the patched area may be opened to
traffic prior to placing the final hot -mix surface. In that event, the Contractor shall taper the edges of the
patch with mix to minimize any bumps or inconvenience to traffic.
(1) PATCHING WITH BLACK BASE
Patching shall include removing the existing surfacing, either three (3), six (6), or nine (9) inches of the
existing base and subgrade (as the Engineer directs), and, if the sub -grade is unstable, it will be
removed and replaced with black base. The excavated base will then be replaced with asphalt stabilized _
base material (either three (3), six (6), or nine (9) inches), as directed by the Engineer, and compacted to
95% of design density. The surface course, 1 1/2" of Type "C" hot mix, shall then be placed and rolled
until the required density is obtained.
The edges of the patch shall be vertical and shall be tacked before placing the black base and the 1-1/2
inches of type "C" hot -mix.
All hot -mix edges will meet the grade of the existing surface.
(2) PATCHING WITH 6" OF THREE SACK CEMENT STABILIZED CALICHE
Same as above except six (6) inches of three (3) sack cement stabilized caliche will be used in lieu of six
(6) inches of black base.
At all times the patching area will be barricaded, if open to traffic before the Type "C" mix is placed, the
edges of the patch will be leveled up with mix to eliminate the bumps.
NOTE: Both black base and cement stabililzed caliche are anticipated being used, with locations of
each type of material to be directed by the Engineer.
(3) PATCHING WITH 1-1/2" OF TYPE "C" HOT -MIX
Same as above (patching with black base) except only the existing asphalt surface will be removed.
(4) ASPHALTIC CONCRETE MILLING
This item consists of removing 1" - 2" (or as the Engineer directs) of the existing asphaltic concrete
surface and replacing it with either a single course seal coat, a two course seal coat, or hot mix (as the
Engineer directs). The milled surface will remain remain the property of the City of Lubbock and shall be
stockpiled at a location as directed by the Engineer.
The edges of the patch shall be vertical and shall be tacked before placing hot mix. The hot mix edges
will meet the grade of the existing surface.
I. CLEANUP
Immediately after each application of asphalt, the Contractor shall clean, remove paper, piles of asphalt
from manholes and water valves, extra aggregate that is in the gutter, rubbish and temporary structures
from the street, restore in an acceptable manner all property, both public and private, which has been
damaged during the prosecution of the work, and leave the site of the work in a neat and presentable
condition throughout, The cost of the "cleanup shall be included as part of the cost of the various items of
work involved, and no direct compensation will be made for this work. This work shall be done before final
acceptance.
28
SPECIAL CONDITIONS
TIME AND ORDER FOR COMPLETION
The seal coat process covered by the contract documents shall be fully completed within 90 (NINETY)
consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to
the successful bidder.
A. The patching, with locations and materials as designated by the City's representative, may begin as
soon as the Contractor receives the Notice to Proceed.
B. The sealing and two -course application shall not begin until June 1, 2001, and shall be completed by
September 1, 2001. All sealing and two -course application shall cease on September 1, 2001. All
remaining streets or designated areas not completed shall be carried over and completed after June 1,
2002, at the original bid price. The Contractor shall pay to the owner $500.00 per day for each calendar
day after September 1, 2001, until acceptance of the project, as liquidated damages. No credit will be
given for bad weather days or other delays occuring before September 1, 2001. Any additional base
failures, those in addition to the areas originally marked and measured by the Owners's Representative,
that appear after September 1, 2001, and before the sealing and two -course is applied in 2002, shall be
the responsibility of the Contractor. The Contractor shall make a prompt and diligent effort to repair
these failures, and shall bear all expense related to the repair of these additional failures. The
Contractor shall submit, within two weeks after the award of the contract, a progress schedule of the
work contemplated by the contract documents. In the event it is determined by the City that the
progress of the work is not in accordance with the progress schedule so submitted, the City may direct
the Contractor to take such action as the City deems necessary to insure completion of the project
within the time specified.
2. CHANGES IN THE WORK
The Local Public Agency may make changes in the scope of the work required to be performed by the
Contractor under the Contract or making additions thereto, or by omitting work therefrom, without involving
the Contract, and without relieving or releasing the Contractor from any of his obligations under the contract
or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the
guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall
be executed under the terms of the original Contract unless it is expressly provided otherwise
Except for the purpose of affording protection against any emergency endangering health, life, limb or
property, the Contractor shall make no change in the materials used or in the specified manner of
constructing and/or installing the improvements or supply additional labor, services or materials beyond that
actually required for the execution of the contract, unless in pursuance of a written order from the local
Public Agency authorizing the Contractor to proceed with the change. No claim for an adjustment of the
contract price will be valid unless so ordered.
r^ If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a
Supplement Schedule of Unit Prices) the Local Public Agency may order the Contractor to proceed with
desired changes in the work, the value of such changes to be determined by the measured quantities
involved and the applicable unit prices specified in the contract; provided that in case of a unit price contract
the net value of all changes does not increase or decrease the original total amount shown in the
Agreement by more than twenty-five (25%) percent.
3. SUPERINTENDENCE
The Superintendent and/or his assistants will not be allowed to serve two functions simultaneously, such
operating machinery and acting as Superintendent at the same time. The Superintendent must be free of
individual responsibilities to enable him to give the entire project his constant attention to facilitate the
progress thereof.
4. PROSECUTION OF WORK
The Contractor may proceed with subgrade preparation of earthwork on any schedule that he may select
and on any location in the contract unless hindered by factors beyond his control. Not more than three (3)
d
calendar days shall elapse between the time subgrade preparation is begun and the time of spreading and
compaction of the caliche base.
During the construction the Contractor is to close to traffic streets as directed by the Engineer.
The Contractor will, before starting any work on any street, erect barricades and signs, or provide sufficient
flagmen to give notice to vehicular traffic, also two special trailer mounted signs and arrows flash left, right
or both at the same time at least 25 times per minute, see detail 2-S-126 and Section 6E-7 of the traffic
control manual.
During the period the Contractor is directing traffic over the base, the surface shall be satisfactorily
maintained by the use of sprinkling and blading as required so that no hazard will result. The base course
shall be maintained until the wearing surface if placed thereon.
At no time during the period of construction shall driveways and/or alleys be left impassable between the
night hours of 6 P.M. to 6 A.M. except during the construction of the curb and gutter for which the driveways
and/or alleys shall remain closed not more than 4 days including 72 hours for curing.
The Contractor will be required to place and level the caliche as each block is subgraded and in no case
shall the caliche be permitted to remain as dumped overnight.
The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such
barricades and warnings necessary to give notice to vehicular and pedestrian traffic of any and all
obstructions and insofar as possible keep the streets and/or alleys on which work is being done in a
passable condition. During the time that the curb and gutter is being poured and cured and until the caliche
is leveled, the Contractor shall have flares and warning signs placed at each end of the block. When the
subgrade excavation causes an abrupt drop in the driving portion of the street the Contractor shall level the
drop by dumping a sufficient amount of approved caliche on the subgrade. During the time the concrete is
curing in the alleys and until it can be opened to traffic, the Contractor shall maintain warning signs on
barricades with flares at each end of the block until this alley can be opened to traffic.
The flagmen will be required to wear vests and use the type of flag as shown on flagging detail sheet in
specifications.
All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent red -
orange flags at least 16" x 16" in size. These flags shall be mounted high enough on the equipment so that
they will be visible to all traffic meeting or passing the equipment.
Before work is started on any street it will be the responsibility of the Contractor to notify each property
owner that has a car or cars parked in their driveways or garages so that each owner might have the
opportunity to move their cars.
The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in advance, in
order that businesses may have time to adjust their plans. On all thoroughfares and collectors, the
Contractor and the City's Representatives will work with each of the businesses, hospitals, schools, etc., so
that only part of the driveways into their parking lots will be closed. At no time will any parking lot be
completely closed, without prior approval from the Owner's Representative, unless the work is being
accomplished at night and the businesses are closed. The Contractor shall be responsible for notifying
affected businesses of the proposed work and the projected schedule for completion of this work.
Immediately after each applications of asphalt, re -construction or black base construction the Contractor
shall clean, remove paper, surplus aggregate or paving materials from gutters, rubbish and temporary
structures from the street, restore in an acceptable manner all property, both public and private which has
been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable
condition throughout. The cost of the "cleanup" shall be included as part of the cost of the various items of
the work involved, and no direct compensation will be made for this work.
The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL
DEVICES for Streets and Highways. Part VI, published August 31, 1979.
5. BARRICADES AND DANGER, WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING
The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining,
cleaning and removing upon completion of work, all barricades, warning signs, barriers, cones, lights,
2
iW
signals and other such type devices for handling traffic control as indicated in the plans or as directed by the
Engineer. All barricades, warning signs, barriers, cones, lights, signals and other such type devices shall
conform to details shown on the plans and as indicated in the Texas Manual on Uniform Traffic Control
01" Devices.
The Contractor may provide special signs not covered by plans to protect the traveling public against
77
special conditions or hazards, provided however, that such signs are first approved by the Engineer.
Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such
type devices and evident thereof shall be removed by the Contractor.
K.. 6. MAINTENANCE OF DETOURS
The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public
travel in accordance with the Traffic Control Plan and these specifications. There shall be maintained in
passable condition, such temporary roads and structures as may be necessary to accommodate public
travel. Temporary approaches and crossings of intersecting highways shall be provided and maintained in a
safe and passable condition by the Contractor at his entire expense.
7. PUBLIC SAFETY AND CONVENIENCE
Ingress and egress to private property shall be provided as specified in the plans or as directed by the
r-,
Engineer.
The Contractor shall plan and execute his operations in a manner that will cause the minimum interference
with traffic.
-^ The Contractor shall secure the Engineer's approval of his proposed plan of operation. Sequence of work
and methods of providing for the safe passage of traffic before it is placed into operation. If at any time
during construction the approved plan does not accomplish the intended purpose, due to weather or other
conditions affecting the safe handling of traffic, the Contractor shall immediately make necessary changes
therein to correct the unsatisfactory conditions.
At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as not
to interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such
points an for such periods of time as may be required to provide for the safety and convenience of public
travel and Contractor's personnel, and as directed by the Engineer. Flaggers shall be English speaking,
courteous, well informed, physically and mentally able to effectually perform their duties in safeguarding and
directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on duty.
When directing traffic, flaggers shall use standard attire, flags and signals and follow the flagging
procedures set forth in the Texas Manual on Uniform Traffic Control Devices for Streets and Highways.
8. WATER
Water for this project will be furnished by the City of Lubbock at fire hydrants designated by the Contractor
for which there will be no charge. The Contractor will be furnished loading racks by the City Water and
Street Superintendent at no charge for the first rack but for each additional rack there will be a charge of ten
dollars. The Contractor will also be charged ten dollars for each move of each loading rack after the first set-
up. The loading rack will be equipped with a valve which will be pad -locked at all times except when the
Contractor's truck is loading. The valve on the loading rack shall be used by the Contractor and at no time
,will the Contractor use the fire hydrant valve.The padlock on the rack valve shall be furnished by the
Contractor. The Contractor shall not use any fire hydrants for water loading unless there is an authorized
rack on the fire hydrant. The Contractor will not be allowed to use water from authorized loading racks
except on City approved projects. Water, which is supplied by the City, is intended for use in compacting
subgrade and base and maintaining dust control. It is not the intention of the City to furnish water for use in
mixing concrete.
9. RESTRICTIONS AND REQUIREMENTS FOR CONSTRUCTION
A. The Contractor will need special permission to work on weekends or legal holidays and shall do no work
^� on any contract item before daylight or later than one hour after sundown, except as directed and
approved by the Engineer. No work will be allowed between November 1 and January 2, unless
approved by the Engineer.
B. A 1:2 dilute emulsion treatment at a rate of. 10 gallon per square yard will be applied to the A.C. surface
within ten days of the placement of the A.C. surface.
C. TEMPERATURE REQUIREMENTS (The temperature readings to be used will be as reported by the
National Weather Service on an hourly report [Telephone Number 745-1058)].
(1) HMAC - November 1 until April 1
a. The asphaltic mixture shall not be placed with the air temperature is below 550F and falling.
b. The asphaltic mixture may be placed when the air temperature is above 50OF and rising.
(2) HMAC - April 1 until November 1
a. The asphaltic mixture shall not be placed with the air temperature is below 50OF and falling.
b. The asphaltic mixture may be placed when the air temperature is above 45oF and rising.
(3) Asphalt Stabilized Base
a. The asphaltic mixture shall not be placed when the air temperature is below 450F and falling.
b. The asphaltic mixture may be placed when the air temperature is above 40OF and rising.
The Engineer may use his discretion to require a cover over the asphaltic mixture when hauled from the
plant to the job site.
D. Unless otherwise approved by the Engineer, the minimum temperature of asphaltic materials
immediately after placement by the laydown machine will be 300OF for HMAC and 2750F for asphalt
stabilized base.
E. Standby rollers shall be located at the job site for immediate use if needed.
F. Proof rolling will be required on subgrade, caliche base, black base, embankment or surface. After rain
showers, if deemed necessary by the Engineer, each item that was approved will be re -rolled. The proof
rolling will be performed with six passes over the area using a self-propelled 25 ton pneumatic roller with
a certified weight certificate.
G. Preliminary approval, by the Engineer, of aggregate at the pit and crusher location shall be required,
prior to delivery to local stockpiles. Final approval of the stockpile material will be required by the
Engineer, after which no additional aggregate will be added to the approved stockpile prior to the
sealing operation.
H. During the period of re -construction and two course construction the Contractor will not use private
driveways for turning or parking his equipment. Any damage to sidewalks, driveways, slabs or curb
and gutter will be repaired at the Contractor's expense.
I. At no time during the reconstruction of streets will the Contractor completely close any street to all traffic
without the Engineer's approval. On most major thoroughfares only one-half will be reworked at a time,
and, on some narrow streets the full width will be reworked. On the two -course streets one-half will be
closed and the traffic will be detoured on the other side. When business are on one or both sides
shorter shots will be made to cause less inconvenience to the public & the businesses.
J. Before any portion of any street is closed to traffic, the Contractor will be required to have sufficient
equipment on the site to start the reconstruction. At no time will any section of the closed area be left
three (3) days without some type of work being performed. If there is a shortage of equipment to work
on all areas of the closed section, the Contractor will be required to provide additional equipment
before the next area is closed. After the workisstarted, no equipment will be removed from this site to
another. It is the intent of these requirements to reconstruct and place the two -course on the streets as
listed in the contract with the least inconvenience to the property owners and the traveling public.
K. At no time during the construction, re -construction or sealing and two -course maintenance will any
equipment be taken across any curb or gutter, valley gutter, alley return, or sidewalk without first placing
a dirt or caliche fill, of at least one foot, above the existing concrete. Any broken or damaged concrete
(broken or damaged by Contractor's equipment) will be removed and replaced at the Contractor's
expense.
4
r
10. REMOVING OBSTRUCTIONS
The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc.,
prior to building. It shall be the Contractor's responsibility to remove these obstructions at the direction of the
Engineer except that the utility companies will move their equipment at no cost to the Contractor. The
Contractor will receive no compensation for delay caused by the Utility Companies in relocating or removing
their equipment.
11. TEST OF MATERIALS
The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for
approval of materials, mix designs, adequacy of procedures, etc.. The results of such testing shall be
evaluated and final approval given by the Street Superintendent.
A. CALICHE BASE MATERIALS
Before caliche materials can be used on any street, current (not older than 30 days) test reports will
submitted to the Street Superintendent for approval. Test reports will be required every 30 days as this
material is used on City Streets. During the construction period, tests that fail will require re -testing.
B. ASPHALT STABILIZED BASE
The Contractor, or supplier of such materials, shall submit to the City Materials Testing Lab, as soon as
possible after the Notice to Proceed is issued, a sample for gradation testing and magnesium sulfate
testing. The gradation requirements shall meet those established in Item 7-B(3) of Section 4 (p.8). The
maximum loss from Magnesium Sulfate testing, when tested in accordance with ASTM C-88-90 (4
cycle), shall not exceed fifteen (15) percent.
C. HOT MIX AND SEAL COAT AGGREGATE
The Contractor, or supplier of such materials, shall submit to the Pavement Management Office, at least
ninety (90) days prior to the beginning of the sealing operations, samples of the various grades of
aggregate to be used in the reconstruction hot mix and the seal coat operations for gradation testing,
crushed face counts, Flakiness Index tests, and magnesium sulfate tests. The gradation requirements
shall meet those established in Texas Department of Highways and Public Transportation (1982) Item
302.4. The crushed face count, Flakiness Index, and Magnesium Sulfate require ments shall meet those
established in Section IV, Item 10 A and Item 10 A (1) (pp 27-28).
D. EC MENT
Certified mill tests on each car or transport.
E. BASE DENSITY TESTS
The City of Lubbock Materials Testing Laboratory will provide density tests on the caliche base and/or
black base.
•- NOTE: See Materials of Constructioin , Section 10-D (Laboratory Control) for retesting material where
irregularities occur and the limits of the specifications are exceeded for aggregate, base materials, black
base and hot -mix and concrete construction.
-� 12. SUBCONTRACTOR
The Contractor shall not award any work to any subcontractor without prior written approval of the Owner,
which approval will not be given until the Contractor submits to the Owner a written statement concerning
the proposed award to the subcontractor, which statement shall contain such information as the Owner may
require.
The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors,
and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons
directly employed by him.
The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to
bind subcontractors to the Contractor by the terms of the General Conditions and other contract documents
insofar as applicable to the work of subcontractors and to give the Contractor the same power as regard
5
terminating any subcontract that the Owner may exercise over the Contractor under any provision of the
contract documents.
Nothing contained in this contract shall create any contractual relation between any subcontractor and the
Owner and said subcontractor will look exclusively to contractor for any payments due subcontractor.
13. UNDERGROUND UTILITIES
The Contractor's attention is directed to the fact that pipelines and other underground installations as may
be shown of the plans have been taken from the best available information. There may be other pipelines or
installations. The Contractor shall save harmless the City from any and all suits or claims resulting from
damage by his operations to any pipeline or underground installation.
It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in the
limits of street construction have been properly backfilled, compacted and the top 6" inches backfilled with
3-sack concrete. It is not the intent to require the Contractor to provide for the utility cut repair but for the
individual utility company making the cut to provide their own repairs.
In the case of a City underground installation, the Contractor may be required, at the Engineer's option, to
repair the cut with 3-sack cement stabilized caliche at the unit price bid.
14. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an
application for partial payment. Owner's Representative shall review said application for partial payment
and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate
for partial payment showing as completely as practical the total value of the work done by the Contractor up
to and including the last day of the preceding month.
15. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy and defects due thereto and pay for
any damage to other work resulting therefrom, which shall appear within a period of one (1) year from date
of final acceptance of the project. The Owner or the Owner's Representative shall give notice of observed
defects with reasonable promptness.
16. LABOR
The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of
Labor, and must not pay less than the rate legally prescribed or as set forth herein, whichever is higher,
Payment for time worked over forty -hours per week shall be made at one and one-half (1-1/2) times the
above prevailing rates. Payment for time worked on legal holidays shall be paid at two (2) time the regular
governing per diem wage rates.
Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar
day, under the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No.
201 of the 47th Legislature shall be paid on the basis of eight (8) hours constituting a day's work.
SITE WORK MEASUREMENT AND PAYMENT
GENERAL
The unit price bid on each item, as stated in the proposals, shall include furnishing all labor,
superintendence, machinery, equipment and materials, except materials specifically specified to be
furnished by the Owner, necessary or incidental to complete the various itemsof work in accordance with
the plans and specifications. Cost of work or materials shown on the plans or called for in the
specifications and on which no separate payment is made shall be included in the bid prices on the
various pay items.
1 2. AND 3 ASPHALT APPLIED FOR SEALING AND TWO -COURSE PURPOSES
Payment for this unit price bid shall be paid for actual gallons used in the City's Thoroughfare Maintenance
Program. This unit price shall be full compensation for furnishing, sweeping and applying asphalt as
described in Materials of Construction Section, and all manipulations, labor, tools equipment and
incidentals to complete the work herein specified.
4 and 5 AGGREGATE FOR SEAL COAT AND TWO -COURSE (P.B. GRADE #2 SPECIAL AND #4 PRE
-COATED CRUSHED STONE OR CRUSHED GRAVEL).
Payment of this unit price bid shall be made for actual cubic yardage used in the process of sealing and
two -course. All pre -coated gravel or pre -coated crushed stone shall have a maximum of fifteen percent
(15%) loss when tested by the (4) four cycle Magnesium Sulfate Soundness Test (A.S.T.M. C-88).
Precoated crushed gravel shall have a minimum of 90 percent of the particles retained on the No. 4 sieve
with more than one crushed face, as determined by Test Method Tex. 413-A. The percent of flat or
elongated slivers of stone or gravel, for any course, shall not exceed 25%, when tested in accordance with
Test Method Tex 224-F. Final acceptance of the aggregate shall be made only AFTER the material is in
stockpile in the City of Lubbock. This payment being full compensation for furnishing and placing all
materials including spreading, brooming and rolling with pneumatic roller and all necessary clean-up labor,
tools, equipment and incidentals necessary for the completion of work as herein specified.
6. PATCHING WITH 3 INCHES OF BLACK BASE
Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per
square yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base and
any subgrade that is soft or unstable and including tack coat, 3" of black base and 1-1/2" of type "C" Hot -
Mix including removal, haul and disposal of materials excavated, hauling, rolling, tamping and placing 1-
1/2" of Hot -Mix surface and all manipulations, labor, tools, equipment, traffic provisions, barricades,
flagmen and other incidentals necessary to complete the work as herein specified.
7. PATCHING WITH 61NCHES OF BLACK BASE
Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per
square yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base and
any subgrade that is soft or unstable and including tack coat, 6" of black base and 1-1/2" of type "C" Hot -
Mix including removal, haul and disposal of materials excavated, hauling, rolling, tamping and placing 1-
1/2" of Hot -Mix surface and all manipulations, labor, tools, equipment, traffic provisions, barricades,
flagmen and other incidentals necessary to complete the work as herein specified.
8. PATCHING WITH 9 INCHES OF BLACK BASE
Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per
square yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base
and any subgrade that is soft or unstable and including tack coat, 9" of black base and 1 1/2" of Type "C"
of Hot Mix surface and all manipulations, labor, tools, equipment, traffic provisions, barricades, flagmen
and other incidentals necessary to complete the work as herein specified.
W
9. PATCHING WITH 6 INCHES OF 3 SACK CEMENT STABILIZED CALICHE
Measurement shall be made of the actual area patched, and shall be paid for at the unit price bid per cubic
yard of three sack cement stabilized caliche. This unit price shall be full compensation for removal of
asphalt, caliche base and any sub -grade that is soft or unstable and including tack coat, six (6") inches
three (3) sack cement stabilized caliche and 1-1/2" of Type "C" Hot -Mix, including removal, haul disposal
of materials excavated, hauling, placing, rolling, tamping and placing 1-1/2" of hot -mix surface and all
manipulations, labor, tools, equipment, traffic provisions, barricades, flagmen and other incidentals
necessary to complete the work as herein specified.
10. PATCHING WITH 1-1/2 INCHES OF HOT -MIX
Measurement shall be made of the actual area, and shall be paid for at the unit price bid per square yard.
This unit price shall be full compensation for removal and disposal of the existing surfaces (asphalt), all
sawing, brooming, bading, wetting, and rolling, loading, hauling and wasting all excess excavated
material, removing and disposing of all obstructions noted on the plans or as become necessary, prime
coat and tack coat, and for the furnishing and placing one and one-half inches (1-1/2") of Type "C" hot -
mix, including freight, preparing, hauling and placing all materials, and all manipulations, labor, tools,
equipment, and incidentals necessary to complete the work as herein specified.
11. CURB AND GUTTER
Measurements shall be made of the actual linear feet removed and replaced, and shall be paid for at the
unit price per linear foot. This unit price shall be full compensation for removal and disposal of the existing
curb and gutter, for preparation of the subgrade, and for construction of the new 30" curb and gutter;
including all manipulations, labor, tools, equipment, hauling, placing all materials, expansion joint material,
curing compound, concrete additives, and incidentals necessary to complete the work as herein specified.
12. VALLEY GUTTER
Measurements shall be made of the actual area removed and replaced, and shall be paid for at the unit
price per square yard. This unit price shall be full compensation for removal and disposal of existing
materials, preparation of the subgrade, and for construction of the new reinforced 8" valley gutter;
including all manipulations, labor, tools, equipment, hauling, placing all materials, joint material, curing
compound, concrete additives, reinforcing materials, and incidentals necessary to complete the work as
herein specified.
13. 4" CONCRETE SIDEWALK AND DRIVEWAY ADJUSTMENT
Measurements shall be made of the actual area removed and replaced, and shall be paid for at the unit
price per square yard. This unit price shall be full compensation for the removal and disposal of existing
materials, preparation of the subgrade, and for construction of the new sidewalk/driveway; including all
manipulations, labor, tools, equipment, hauling, placing all materials, joint material, curing compound,
concrete additives, reinforcing materials, and incidentals necessary to complete the work as herein
specified.
14. ASPHALTIC CONCRETE MILLING
Measurements shall be made of the actual area milled, and shall be paid for at the unit price per square
yard. This unit price shall be full compensation for the milling and removal and stockpiling of the milled
surface. The milled material shall remain the property of the City of Lubbock Street Department. The
areas to be milled and the stockpiles of the milled surface shall be at the direction of the Engineer.
15. HERBICIDE APPLICATION
Measurements shall be made of the actual linear feet sprayed, at the specified width, and shall be paid for
at the unit price per linear foot. This unit price shall be full compensation for the chemicals, spraying, all
labor, equipment, licensing, and insurance. Locations will be as directed by the Engineer.
16. ASPHALTIC CONCRETE CRUSHING
Payment of this unit price bid shall be made for the actual cubic yardage of asphaltic concrete material
crushed and stockpiled from the patching operations. This payment being full compensation for the
loading, hauling, crushing, and stockpiling of the material. The material shall be crushed into particles not
more than 1 1/2 inches in size. The crushed asphaltic concrete material shall remain the propertyof
the City of Lubbock Strget Department.
r-
3