HomeMy WebLinkAboutResolution - 4129B - Contract - Monterey Construction - Citibus Transfer Plaza - 04_22_1993FOR RESOLUTION
REFERENCE
PERMANENT MINUTES
DATE: 400'i as lqq3
RECEIVED MAY 2 7 1993
CITY OF LUBBOCK
SPECIFICATIONS FOR
SOUTH PLAINS MALL
TRANSFER CENTER
BID #12517
.,z qy 6y Pil
n
CITY OF LUBBOCK
a
Lubbock, Texas
40-6
I
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 by
and between the City of Lubbock and Monterey Construction Company to provide
new construction of Citibus Transfer Plaza, Lubbock, Texas, attached here-
with, which shall be spread upon the minutes of the Council and as spread
Upon the minutes of this Council shall constitute and be a part of this Res-
olution as if fully copied herein in detail.
Passed by the City Council this day of 1993.
ATTEST:
Betty M. Johnson, City Secretary
APPROVED AS TO CONTENT:
_Lk K&4.4�
Victor i man, Purchasing Manager
APPROVED AS TO FORM:
9,toa 41,--1 _Oj� 0
aro ar , Assistant ty
Attorney
HW:js/ARTEXELE.RES
DI-Aaanda/Hay 5, 1993
i
nor
�.-.� OWNERS AND CONTRACTORS
f PROTECTIVE LIABILITY POLICY
I ^ DECLARATIONS
LIFE&CASUALTY ® The /Etna Casualty and Surety Company
❑ The Standard Fire Insurance Company
r--
❑ The Automobile Insurance Company of Hartford, Connecticut.
Hartford, Connecticut 06156
❑ ,Etna Casualty & Surety Company of Illinois
Downers Grove, Illinois 60515
The declarations. coverage form. and endorsements complete this insurance oolicv.
NAMED INSURED AND MAILING ADDRESS
POLICY NUMBER
City of Lubbock
071 PC5509682 cca
POLICY PERIOD
P . 0. Box 2000
Lubbock, Texas 79457
FROM 6 2_ 3
TO 6
12:01 am STAN ARD TIME AT THE
RED'S ADDRESS STATED HEREIN
THE NAMED INSURED IS ❑ Individual ❑ Partnership
BUSINESS OF NAMED INSURED
1771 Corporation 0 Joint Venture Q Other.
In return for the payment of the premium, and su ject to All the terms of this policy, insurance Is provided to YOU
by the Stock Insurance Company specified above.
i7 l l» :[NSf ]RAN:
AGGREGATE LIMIT
0 000.
EACH OCCURRENCE LIMIT
tBo' 000.
<::>:.Iia slil~itIC1'>t:>:NPRE14r�lM:::::•`::::#:;:::::<:><:::>::<::>;::<:>::>:::>::<:<:::::;>:«<::::<:::>::::::
CLASSIFICATION DESCRIPTION
Construction Operation - Owner
CLASS
PREMIUM
BASIS
RATES
CODE
EXPOSURE
COST
PER $1,000 of COST
16222
1
.701
LOCATION OF COVERED OPERATIONS
MINIMUM PREMIUM
$226.00
TOTAL TERM POLICY PREMIUM
$ 226.00
South Plains Mail
ADVANCE PREMIUM
$ 226.00
Lubbock, Texas
DESIGNATED CONTRACTOR(S) AND CONTRACTOR'S MAILING ADDRESS
Hub City Pavers, Inc.
TOTAL ADVANCE PREMIUM
$ 226.00
i te B
4214-50th Street, Suite
Lubbock, Texas 79413
(Premium May be Subject to
Adjustment)
:::: �::<:F#3i�11(15: �,�1:?':I?�f;IC�AI�F;l='•::�'#�:::"1:•.':I�tS:::C�1�E13AG�:.>;:.;:::::
•;..::.:;::.>:.;:<::::::.:;;:.::;>:::.::::::::.:. �;.;:::::::::::::::;;:,:.::•:::;<,;.
Table of Contents TITLE
DC059 MMWR
Coverage of Operations of Designated Contractor
CG0009 11- 5
Conditions Requiring Notice
CG2824 (11-85)
Amendment of Pollution Exclusion
CG2940 (05-86)
Texas Changes
CG2855 (11-87)
Additional Insured -Engineers, Architects or Surveyors
CG2007 (11-85)
Additional Insured -Your Employees
:.�:.�x�.1:us:�:a�:.:.A��:e.Laos.:::::::::::r.::: :::::::::::::::::::::::.:......•.i�U:[�;�.:ERSEG�IEA.T...if1�1E .........<.........�:::::::��.�.:�:.1�:�:.;:«..::;.::;::.:.:<:::..:::::.::::•:::::::::•::•:
Countersigned on behalf of the above Company by:
THE RE ANC.
6-2-93 ins
/ Authors ed Agent V Countersignature Date
READ YOUR POLICY CAREFULLY
CAT. 766763
DCO27 (ED. 01-86) PRINTED IN U.S.A.
t
Signed for the Company by:
The /Etna Casualty and Surety Company
The Standard Fire Insurance Company
The Automobile Insurance Company of Hartford, Connecticut
Hartford, Connecticut 06156
Secretary President
Etna Casualty & Surety Company of Illinois
Downers Grove, Illinois 60515
Secretary Vice President
PREMIUM BASIS
Following are brief descriptions of the more common Premium Bases used in calculating the premium for your Owners - r
and Contractors Protective Liability Coverage. These descriptions are subject to more detailed manual rules in use by -
the Company.
1. Cost
The total cost of all work performed for you by or on behalf of the designated contractor at the location indicated
on the Declarations including: _
(a) An labor, materials and equipment furnished, used or delivered for use in the project; and
(b) All fees, bonuses or commissions made, paid or due .
The rates apply per $1,000 of total cost.
2. Each.
This basis of premium reflects units of exposure. Classifications will determine these .units, such as "each
permit
Includes copyrighted material of Insurance_ Services Office, Inc�a{pd,
ISO Commercial Risk Services, Inc., with their permission:
1981 through current year, Copyrighted Insurance Services Office, Inc.,
and ISO Commercial Risk Services, Inc.
OWNERS AND CONTRACTORS'
PROTECTIVE LIABILITY COVERAGE
.IFE & CASUALTY
� U.N.T.'s
DECLARATIONS PAGES
Named Insured and Mailing Addrest
Policy Period
Form of Business and Business of Named Insured
Limits of Insurance
Location of Covered Operations
Designated Contractor(s) and Contractor's Mailing Address
SECTION I - COVERAGES
Bodily Injury and Property Damage Liability
Insuring Agreement
Exclusions
Supplementary Payments
SECTION 11 - WHO IS AN INSURED
SECTION III - LIMITS or iNsunAHC9
SECTION IV - CONDITIONS
Bankruptcy
Cancellation
Changes
Duties In the Event of Occurrence, Claim or Loss
Examination of Your Books and Records
Inspection and Surveys
Legal Action Against Us
Other Insurance
Premiums
Premium Audit
Separation of Insureds
Transfer of Rights of Recovibry Against Others To Us
SECTION V - DEnNITIONS
ENDORSEMENTS
DC059 (ED. 01.86)
CAT MITI PRINTED IN U.S.A
1^"""I
OWNERS - AND : CONTRACTORS ,i PROTECTIVE , LIABILITY
is
COVERAGE FORM --COVERAGE FOR OPERATIONS OF
LIFE & CASUALTY DESIGNATED CONTRACTO
Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties, and what
Is and is not covered.
Throughout this policy, the words "you" and "your" refer to the Named ;Insured shown In the Declarations. The words
t "we", "us", and "our" refer to the Company providing this insurance.
The word "insured" means any person or organization quatifying as Such under SECTION 11-WHO IS AN INSURED.
reet Other words and phrases that appear in quotation marks have spoclal meaning. Refer to SECTION V—DEFINITIONS.
i SECTION 1—COVERAGES 1,�,, i► 4j�;,rt > r• r�,,,.,
BODILY INJURY AND PROPERTY DAMAGE LIABILITY
1. INSURING AGREEMENT
,
a. We will pay those sums that the insured becomes legally obligated to pay as damages because of "bodily
injury" or "property damage" to which this insurance applies. No other obligbtiofl• or liability to pay sums
or perform acts or services Is covered unless explicitly provided for under SUPPLEMENTARY PAY-
MENTS. This insurance applies only to "bodily Injury" and "property damage" which occurs during the
policy period. The "bodily injury" or "property damage" must be coub6d by'an "occurrence" and arise
j� out of: , r,;. !. ; 1, J offs .,I •, y + , .:.. R ,
(1) Operations performed for you by the "contractor" at the. location specified In the declarations; or
(2) Your acts or omissions in connection with the general supervision of such operations.
We will have the right and duty to defehd'ir P suit"' 6bkIhd•those datltagbs.rBut:
(1) The amount we will pay as damages is limited as described In SECTION III —LIMITS OF
r INSURANCE; >
i (2) We may Investigate and settle any claim or "suit" at our discretion; and
(3) Our right and dutyto defertid e�Id why . vbis Itbve il�bd up the applicable Urflit of insurance in the
payment of judgMents or sottloft'iot�t9.1t}'ti"�;;'f' iIr``t"'1 t r,,, ,
be Damages because of "bodily injury" inClrid d rnd a laimbd by any person or organization for care, loss
of services or death resulting at any time from the`"gaily IAjdry".'
c. "Property damage" that is loss of use of tangible �ropbrty that is not physically injured shall be deemed to
occur at the time of the "occurrence", that Caused
2. EXCLUSIONS *,�:�t ;r ► y , ; ,
This insurance does not a 1 to {'"tilt?e ,f ,t'�tilmvp ,� Vj LV-) •fir ,_ !I ,i� =F +
a. "Bodily Injury" or "property damage" expected or intended from the Mandpolnt of the insured. This
exclusion does not apply, to "bodily,injury",. resulting from the use of reasonable force to protect persons
or property. . ,•;,.� , ,I �4` if t t ,� ,:.. ; .I s ti.•,
�. a r
be "Bodily injury" or "property damage",for-whlch the Insured is obligated to pay damages by reason of the
assumption of liability in a contract or dgr•obrMh(.16iI§ Oxcluslbh does riot apply to Nobility for damages:
(1) Assumed in a contract or agreement that It an "insured contract"; or
.4 � soli ',,r.•. ,t Of a to :4 i F, :' I I
r- (2) That the insured would have In the absenco of :the contract or agreement.
c. "Bodily injury" or "property damage", 010l.00curs'aftor the:ebrliest of the following times:
7 (1) When all the "work on the OrojaCt+j6 L4.1tl HJ'1196Mctl; Yr1a{ntenance bf repaU!}) to be performed fog
you by the "contractor" at thWsite#ift cbvetpd operations has been completed; or
7 (2) When that portion of the cbrifftjt r $ work bul o which the injury or dainage•erlses, has been
put to its intended use by any person or Organization. This exclusioni doeg riot apply to any
r 77
C00009 (ED. 11-85) Pwm I of f CAT 169170 PnINTFn IN U S A
contractor or subcontractor working directly or indirectly for the "contractor" or as part of the same
project.
d. "Bodily injury" or "property damage", arising out of your or your employees' acts or omissions other than
general supervision of "work" performed for you by the "contractor".
e. Any obligation of the insured under a Workers Compensation, Disability Benefits or Unemployment
Compensation law or similar law.
f. "Bodily injury" to:
(1) An employee of the insured arising out of and in the course of his employment by the insured;
(2) The spouse, child, parent, brother or sister of that employee as a consequence of (1) above.
This exclusion applies:
(1) Whether the insured may be liable as an employer or in another capacity; and
(2) To any obligation to share damages with or repay someone else who must pay damages because
of the injury.
This exclusion does not apply to liability assumed by the insured under an "insured contract".
g. "Property damage" to:
(1) Property you own, rent, or occupy;
(2) Property loaned to you;
(3) Personal property in your care, custody or control;
(4) "Work" performed for you by the "contractor".
h. "Bodily Injury" or "property damage" duo to war, whether or not declared, or any act or condition incident
to war. War includes civil war, insurrection, rebellion or revolution. This exclusion applies only to liability
assumed under:
(1) An "insured contract"; or
(2) Expenses for first aid.
I. "Bodily injury" or "property damage" arising out of the use of "mobile equipment" in, or while in practice
or preparation for, a prearranged racing, speed or demolition contest or in any stunting activity.
j. (1) "Bodily injury" or "property damage" prising out of the actual, alleged or threatened discharge,
dispersal, release or escape of pollutants:
(a) at or from premises you own, rent or occupy;
(b) at or from any site or location used by or for you or others for handling, storage, disposal,
processing or treatment of. waste;
(c) which are at any time transported, handled, stored, treated, disposed of, or processed as
waste by or for you or any person or organization for whom you may be legally responsible;
or
(d) at or from any site or location on which you or any contractors or subcontractors working
directly or indirectly on your behalf are performing operations:
(1) If the pollutants are brought on or to the site or ,location in connection with such
operations; or
(ii) if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or
neutralize the pollutants. ..
(2) Any loss, cost, or expense arising put of any governmental direction or request that you test for,
monitor, clean up. remove, contain, treat, detoxify or neutralize the pollutants.
Pollutants means any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor,
soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, reconditioned
or reclaimed.
k. "Property damage" to,"impalred property" or property that has not been physically injured arising out of:
C00009 (ED. 11.85) Page 2 of 7 PRINTED IN U.S.A.
F
r-
(1) a defect, deficiency, inadequacy or dangerous condition in "work" performed for you by the
"contractor"; or
(2) a delay or failure by you or anyone acting on your behalf to perform a contract or agreement hi
accordance with Its terms.
This exclusion does not apply to the loss of use of other property arising out of sudden and accidental
" physical injury to "work" performed for you by the "contractor".
SUPPLEMENTARY PAYMENTS
We will pay, with respect to any claim or "suit" we defend:
1. All expenses we incur.
2. Up to $250 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of
r any vehicle to which this insurance applies. We do not have to furnish these bonds.
b
3. The costs of bonds to release attachments, but only for bond amounts within the applicable limit of insurance.
We do not have to furnish these bonds.
4. All reasonable expenses incurred by the insured at our request to assist us In the investigation or defense of the
claim or "suit", including actual loss of earnings up to $100 a day because of time off from work.
r 6. All costs taxed against the insured in the "suit".
6. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to
pay the applicable limit of insurance, we will not pay any pre -judgment Interest based on that period of time after
r' the offer. ,
7. All interest on the full amount of any judgment that accrues after entry of the judgment and before we have paid,
offered to pay, or deposited in court the part of the judgment that Is within the applicable limit of Insurance.
# (�. Expenses incurred by the insured for first aid to others at the time of an accident, for "bodily injury" to which
# this insurance applies.
r.. These payments will not reduce the limits of insurance.
SECTION II —WHO IS AN INSURED
1. If you are designated in the Declarations as:
a. An individual, you and your spouse are insureds.
b. A partnership or joint venture, you are an insured. Your members, your partners and their spouses are
also insureds, but only with respect to their duties aS partners or members of a joint venture.
C. An organization other than a partnership or joint venture, you are an insured. Your executive officers and
directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders
are also insureds, but only with respect to their liability as stockholders.
2. Each of the following is also an insured:
a. Any person (other than your employees), or any organization while acting as your real estate manager.
b. Any person or organization having proper temporary custody of your property if you die, but only:
(1) With respect to liability arising out of the maintenance or use of that property; and
(2) Until your legal representative has been appointed.
c. Your legal representative if you die, but only with respect to duties as such. That representative will have
all rights and duties under this policy.
No person or organization is an insured with respect to the conduct:of any current or past partnership or joint venture
that is not shown as a Named Insured in the Declarations.
SECTION III —LIMITS OF INSURANCE
1. The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the
r., number of:
a. Insureds;
b. Claims made or "suits" brought; or
C000o9 (E0. 11-85) P" 3 of 7 Pniumn IN U.S.A
C. Persons or organizations making claims or bringing "suits", —
2. The Aggregate Limit is the most we will pay for the sum of damages because of all "bodily injury" and "property
damage". —
3. Subject to 2. above, the Each Occurrence Limit Is the most we will pay for the sum of damages because of
"bodily injury" and "property damage" arising out of any one "occurrence".
If you designate more than one project in the declarations, the Aggregate Limit shall apply separately to each project. The limits of this policy apply separately to each consecutive annual period and to any remaining period of less than 12
months, starting with the beginning of the policy period shown iq the Declarations, unless the policy period is extended _
after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of '
the last preceding period for purposes of determining the Limits of Ir►surance.
SECTION IV —CONDITIONS
1. BANKRUPTCY .
Bankruptcy or insolvency of the insured will not relieve us of our obligation under this policy.
2. CANCELLATION
a. The first Named Insured shown in the Declarations may cancel this policy by mailing or delivering to us
advance written notice of cancellation. —
b. We may cancel this policy by mailing or delivering to the first Named Insured and the "contractor" written
notice of cancellation at least:
(1) 10 days before the effective date of cancellation if we cancel for non-payment of premium; or —
(2) 30 days before the effective date of cancellation if we cancel for any other reason.
c. We will mail or deliver our notices to the first Named Insured's and the "contractor's" last mailing address —
known to us.
d. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date.
e. If this policy is cancelled, we will send the "contractor" any premium refund due. If we cancel, the refund
will be pro reta. If the first Named Insured or the "contractor" cancels, the refund may be less than pro
rata. The cancellation will be effective even if we have not made or offered a refund.
I. If notice is mailed, proof of mailing will be sufficient proof of notice.
3. CHANGES
This policy contains all the agreements between you, the "contractor" and us concerning the insurance afforded.
The first Named Insured shown in the Declaration$ and the "contractor" are authorized to make changes in the
terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement
issued by us and made a part of this policy,
4. DUTIES IN THE EVENT OF OCCURRENCE, CLAIM OR DOSS
a. You must see to it that we are notified promptly of an "occurrence" which may result in a claim. Notice
should include:
(1) How, when and where the "occurrence" took place; and
(2) The names and addresses of any injured persons and witnesses.
b. If a claim is made or "suit" is brought against any insured, you must see to it that we receive prompt
written notice of the claim or "suit".
c. You and any other involved insured must:
(1) Immediately send us copies of any demands, notices, summonses or legal papers received in
connection with the claim or "suit";
(2) Authorize us to obtain records and other information;
(3) Cooperate with us in the investigation, settlement, or defense of the claim or "suit"; and
(4) Assist us, upon our request, in the enforcement of any right against any person or organization
which may be liable to the insured because of injury or darnage to which this insurance may also
apply.
GO0009 (ED. 11-65) Pago 4 of 7 PRINTED IN U.S.A.
d. No insured will, except at their own cost, voluntarily make a payment, assume any :obligation, or incur any
expense without our consent.
S. EXAMINATION OF YOUR BOOKS AND RECORDS
We may examine and audit your books and records as well as the "Contractor's" books and records as they
relate to this policy at any time during the policy period and up to three years afterward.
C. INSPECTIONS AND SURVEYS
We have the right but are not obligated to:
a. Make inspections and surveys at any time;
b. Give you reports on the conditions we find; and
c. Recommend changes.
r Any inspections, surveys, reports, or recommendations relate only to Insurability and the premiums to bc,
charged. We do not make safety inspections. We do not undertake to perform the duty of any person or
Flo organization to provide for the health or safety of workers or the public. And we do not warrant that conditions:
4.
a. Are safe or healthful; or
b. Comply with laws, regulations, codes or standards.
This condition applies not only to us, but also to any rating, advisory, rate service or similar organization which
3
makes insurance inspections, surveys, reports or recommendations.
7. LEGAL ACTION AGAINST US
No person or organization has a right under this policy:
a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or
b. To sue on this policy unless all of its terms have been fully complied with.
A person or organization may sue us to recover on an agreed settlement or on a final judgment against an
insured obtained after an actual trial; but we will not be liable for damages that are not payable under the terms
of this policy or that are in excess of the applicable limit of Insurance. An agreed settlement means a settlement
and release of liability signed by us, the insured and the claimant or the claimant's legal representative.
8. OTHER INSURANCE
The insurance afforded by this policy is primary insurance and we will not seek contribution from any other
insurance available to you unless the other insurance is provided by a contractor other than the designated
"contractor" for the same operation and job location designated In the Declarations. Then we will share with that
other insurance by the method described below.
If all of the other insurance permits contribution by equal shares, we will follow this method also. Under thir,
approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the
loss remains, whichever comes first.
H any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under IN
method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits
of insurance of aH insurers.
9. PREMIUMS
The "contractor":
a. Is responsible for the payment of all premiums; and
b. Will be the payee for any return premiums we pay.
10. PREMIUM AUDIT
�. a. We will compute all premiums for this policy in accordance with our rules and rates.
t b. Premium shown in this policy as advance premium It a deposit premium only. At the close of each audit
period we will compute the earned prof'nlum fotAh9t period. Audit premiums orb due and payable on
r- notice to the "contractor". If the aunt of the advance and audit premiums paid for the policy term is
greater than the earned premiums, we will return the excess to the "contractor".
c. The "contractor" must keep records of the Information'we need for premium computation and send us
j'" C00009 (ED. 11-85) page 5 of I PRINTED IN U.S-A
copies at such time as we may request.
11. SEPARATION OF INSUREDS
Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Policy to the —
first Named Insured, this insurance applies;
a. As if each Named Insured were the only Named Insured; and
b. Separately to each insured against whom claim is made or "suit' is brought.
12. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
If the insured has rights to recover all or part of any payment we have made under this Policy those rights are
transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring
"suit" or transfer those rights to us and help us enforce them.
SECTION V—DEFINITIONS
1. "Auto" means a land motor vehicle, trailer or semitrailer designed for travel on public roads, including any
attached machinery or equipment. But "auto" does not include "mobile equipment'.
2. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from
any of these at any time.
3. "Contractor" means the contractor designated in the Declarations.
4. "Impaired property" means tangible property, other than work performed for you, that cannot be used or is less
useful because:
a. it incorporates work performed for you that is known or thought to be defective, deficient, inadequate or
dangerous; or
b. you have failed to fulfill the terms of a contract or agreement;
if such property can be restored to use by;
a. - the repair, replacement, adjustment or removal of the work performed for you; or
b. your fulfilling the terms of the contract or agreement.
6. "Insured contract' means:
a. A lease of premises;
b. A sidetrack agreement;
c. An easement or license agreement in connection with vehicle or pedestrian private railroad crossings at
grade;
d. Any other easement agreement, except in connection with construction or demolition operations on or
within 60 feet of a railroad;
e. An indemnification of a municipality as required by ordinance, except in connection with work for a
municipality; or
f. An elevator maintenance agreement.
6. "Mobile equipment" means any of the following type of land vehicles, including any attached machinery or
equipment:
a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads;
b. Vehicles maintained for use solely on or next to premises you own or rent;
c. Vehicles that travel on crawler treads;
d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted:
(1) Power cranes, shovels, loaders, diggers or drills; or
(2) Road construction or resurfacing equipment such as graders, scrapers or rollers;
e. Vehicles not described in a., b., c. or d. above that are not self-propelled and are maintained primarily to
provide mobility to permanently 'attached equipment of the following types:
(1) Air eompressors,'pumps and generators, including spraying, welding, building cleaning, geophysical
CGOo09 (ED. t t -85) Page 6 of 7 PRINTED IN U.S.A.
I!
A exploration, lighting and well servicing equipment; or
(2) Cherry pickers and similar devices used to raise or lower workers;
f. Vehicles not described in a., b., c. or d. above maintained primarily for purposes other than the
transportation of persons or cargo.
r. However, self-propelled vehicles with the following types of permanently attached equipment are not
"mobile equipment" but will be considered "autos":
l
(1) Equipment designed primarily for:
(a) Snow removal;
(b) Road maintenance but not construction or resurfacing;
r (c) Street cleaning;
(2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or
lower workers; 9nd
!^ (3) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical
exploration, lighting and well servicing equipment.
7. "Occurrence" means an accident, Including continuous or repeated exposure to substantially the same general
harmful conditions.
8. "Property damage" means:
r a. Physical injury to tangible property, Including all resulting loss of use of that property; or
b. Loss of use of tangible property that is not physically injured.
9. "Suit" means a civil proceeding, brought in the United States of America (including its territories and
possessions), Puerto Rico and Canada, in which damages because of "bodily injury" or "property damage" to
which this insurance applies are alleged. "Suit includes an arbitration proceeding alleging such damages to
which you must submit or submit with our consent.
10. "Work" includes materials, parts or equipment furnished in connection with the operations.
�" C.Gn009 (ED. 11.85) Page 7 of I r'nt11TFn IN li 5 A
COMMERCIAL GENERAL LIASILITN
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
TEXAS CHANGES -CONDITIONS REQUIRING NOTICE
This endorsr±mmit modifies insurance provided under the following:
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
Under COVERAGES (Section 1), any provision of the Coverage Part requiring you, the "contractor" or any insured 11
give notice of occl)rrence, claim or suit, or forward demands, notices, summonses or legal papers In connection with r
claim of suil, will not bar liability under this Coverage Part unless we are prejudiced by your or the "contractor's'
failure to comply with any such requirement.
C(17n74 fcO. It 651
CAT 7ESAP2
rnmirtr al W: .
r• COMMERCIAL GENERAL LIABILITI
THIS ENDORSEMENT CHANGES THE POLICY. PLI=ASE READ IT CAREFULLY.
AMENDMENT OF POLLUTION EXCLUSION
rThis endorsement modifies Insurance provided under the following:
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
The following is added to exclusion j. of COVERAGES (Section 1):
Subparagraphs (a) and (d) (i) of paragraph (t) of this exclusion do not apply to "bodily Injury" or "property damage"
r ' caused by heat, smoke or fumes from ,a hostile fire. As used in this exclusion, a hostile fire means one which becomes
uncontrollable or breaks out from where it was intended to be.
i
0
I
}iF
0. x
4
r
i .
r-
r '
r _
CAT. 765465
CG2040 (ED. 05-66) PnINTF" R4 U S A
r
a
r COMMERCIAL GENERAL LIABILITY
I,
THIS ENDORSEMENT CHANGES. THE POLICY. PLEASE READ IT CAREFULLY.
TEXAS CHANGES --CANCELLATION AND N014RENEWAL
This endorsement modifies insurance provided under the following:
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
A. Paragraph 2.b. of the Cancellation Condition is replaced by the following:
2. b. (1) We may cancel this policy by mailing or delivering to the first Named Insured and the
"contractor" written notice of cancellation, stating the reason for cancellation, at least 10
days before the effective data of cancellation.
(2) If this policy has been in effect for more than 60 days, we may cancel only for one or more
of the following reasons:
(a) Fraud in obtaining coverage;
(b) Failure to pay premiums when due;
` (c) An increase in hazard within the control of the insured which would produce an
r�
increase in rate;
(d) Loss of our reinsurance covering all or part of the risk covered by the policy; or
(a) If we have been placed in supervision, conservatorship or receivership and the
•� cancellation is approved or directed by the supervisor, conservator or receiver.
S. The following Condition is added and supersedes any provision to the contrary:
NONRENEWAL
ra. We may elect not to renew this policy by mailing or delivering to the first Named Insured. and thr,
i ..contractor", at the last mailing address known to us written notice of nonrenewal, stating the reason lot
nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days
before the expiration date, this policy will remain in effect until the 61st day after the date on which the
i notice is mailed or delivered. Earned premium for any period of coverage that extends, beyond the
expiration date will be computed pro reta based on the previous year's premium.
f b. If notice is mailed, proof of mailing will be sufficient proof of notice.
r..
m7ass (Eft 11 871
CAT. 795979
PnINTED IN U S A
COMMERCIAL GENERAL LIABILITY
r . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
E
r ADDITIONAL INSURED -
ENGINEERS, ARCHITECTS OR SURVEYORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
r,
1. WHO IS AN INSURED (Section 11) is amended to include as an insured any architect, engineer, or surveyor
engaged by you but only with respect to liability arising out of your premises or "your work".
2. The insurance with respect to such architects, engineers, or surveyors does not apply to "bodily injury".
"property damage", "personal injury" or "advertising injury" arising out of the rendering of or the failure to
�.. render any professional services by or for you, including:
a. The preparing, approving, or falling to prepare or approve maps, drawings, opinions, reports, surveys,
change orders, designs or specifications; and
b. Supervisory, inspection, or engineering services.
r
C
r
i
r
i.
i
CO2007 (ED. 11.85)
r
i
CAT. 768170
PRINTED IN U.S.A.
COMERCIAL GENERAL LIABILITY
THIS BNDURSMENT CHANGES THE FOLICY. PLEASE READ IT CAREFULLY,
ADDLTIONAL INSURED — YOUR EtMOYEES
This endorsement modifies insurance provided under the following$
OWNERS AND CONTRACTORS VROTECTIVE LU SILITI COVERAGE PART
WHO IS AN INSURED (Section 11) is amended to include me insureds your
employeea while acting within the scope of their employment by you, but
only with respect to the work performed by the "contractor".
rr Tim -tINoonS�r-i1T WAIMS lilt POLICY. PLEASE MAD rt CAhEFULLY.
ExCLUSidN--ASBES` OS
This endorsement mod1lies knurance provided under the 10110 ring
COIaMMIAt. GENEt1AI. U&MOW COVMAGE PAM'I
OWNS nS AND CON1nACIO S PnOIWIVE LIMbll_ITY COAtIAGE PAMt
PO11.1.1110N LIAIl MY COVERAGE PAn1
PFIODUCIS►COMPLEtED 01`111AIKAS LIAEIILITY COVERAGE PAMt
FIA11-110AD PIADILCIM LABILITY COVEIIAGE PAPA.
This Insurance doss not appty to *bodily (r juty; •personal InJ oy' or 'property darnage' •rising W 01.
1. Inhaling ingesting or ptolonged physical exposure to asbestos or to goods or products wrlaining
asbestos;
2. The use of asheslos In oonstruciirq or rmnufacturing any goods, product or titucture;
3. The removal or containment o1 asboslos tram or wMhln any goods, ptoducis of tttuclure; or
4. The Installation, manulacture. Iransportallon, tlorape or disposal of asbestos or goods or products
oontaining asbestos.
0
0
Authorized Signature
Named Insured
Agency
Includes CopyrighlM materiel of Ineuranc# gervkm on►M. Inc. whh ke permteslon.
CCytbljt, tMurilkno Servbee "I". kit.$ tole
CUr,G2to2f9SA
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: SOUTH PLAINS MALL TRANSFER CENTER
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 12517
PROJECT NUMBER: 1111.551190.4511
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
1
c 1.
2.
i
3.
4.
5.
6.
T.
t6 8.
l 9.
t0.
11.
12.
r
r
Q
pm
v
r-
INDEX
PAGE
NOTICETO BIDDERS..........................................................................................5
GENERALINSTRUCTIONS TO BIDDERS............................................................................7
BIDPROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................15
PAYMENTBOND..............................................................................................21
PERFORMANCEBOND..........................................................................................25
CERTIFICATEOF INSURANCE..................................................................................29
CONTRACT..................................................................................................33
GENERALCONDITIONS OF THE AGREEMENT.......................................................................37
CURRENTWAGE DETERMINATIONS...............................................................................55
SPECIFICATIONS............................................................................................57
SPECIALCONDITIONS........................................................................................59
NOTICEOF ACCEPTANCE......................................................................................61
3
E
0
G
Ln
NOTICE TO BIDDERS
BID # 12517
Sealed proposals addressed to Ron Shuffield,'Buyer, City of Lubbock, Texas, will be received at the
office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until
+ 2:00 o'clock p.m. on the 26th day of March, 1993, 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:
p
SOUTH PLAINS MALL TRANSFER CENTER
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Buyer at his office and publicly read aloud.
r It is the sole responsibility of the bidder to insure that his bid is actually in the office of
Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the Bth day of April. 1993. at Municipal Bldg., 1625
13th Street, Conference Room #108, 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 and payment bond in accordance with Article 5160, Vernon's Am, Civil
St., in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000.00. Said statutory bonds should be issued by a company carrying a current Best gating of J or
superior, as the rating of the bond company is a factor that will be considered in determination of the
Lowest responsible bidder. If the contract price does not exceed S25,000.00 the said statutory bonds will
not be required.
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 proposal bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less
than 5% of the total amount of the 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.
Gies of Contract Documents, including plans and specifications, for use in preparing the Bid may
be obtained from Parkhill, Smith and Cooper, 4010 Avenue R, Lubbock, Texas, 79412, (806) 747-0161 upon
receipt of a S50.00 deposit for each complete set of documents. Refunds will be made provided the documents
are returned in good condition within fourteen (14) calendar days after the date for the receipt of bids.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents an file in the office of the Purchasing Manager of the City of
pn 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 Am. 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.
a
{
7
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 consideration for an award.
There will be a pre -bid conference on 19th day of March, 1993, at 10:00 o1clock a.m., Conference
Roam #108, 1625 13th Street, Lubbock, Texas.
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 accessible format or if you require assistance, please contact the
Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or,1625 13th Street Room L-04 at
least 48 hours in advance of the meeting.
CITY OF LUBBOCK
Ron Shuffield
Senior Buyer
I
ADVERTISEMENT FOR BIDS
BID 9 12517
Sealed proposals addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received
at 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 26th day of March, 1993. 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:
$MTN PLAINS MALL TRANSFER CENTER
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Buyer at his office and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of 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, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's
Am. Civil St., and the requirements contained therein concerning such wage scales and payment by the
contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
rto this advertisement, minority end 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 consideration for an award.
There will be a prebid conference on 19th day of March, 1993, at 10:00 o'clock a.m., Personnel
Conference Room, 108, Municipal Building, 1625 13th Street, Lubbock, Texas.
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 accessible format or if you require assistance, please contact the
Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at
least 48 hours in advance of the meeting.
CITY OF LUBBOCK
�:�� f.�5lzue4
on Shuffi ld
Senior Buyer
r
GENERAL INSTRUCTIONS TO BIDDERS
r
r
l
f^ 1. SCOPE OF WORK
h
GENERAL INSTRUCTIONS TO BIDDERS
The work to be done under the contract documents shall consist of the following:
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete the South Plains Mall Transfer Center project as per Contract Documents.
7 2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General
Conditions.
f
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
r said contract documents.
3. 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 of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to
r Bidders.
i,
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 60 (sixty) calendar days from the
date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
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 cmmptetion of the project within the time
specified.
rS.PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
i contract documents.
r
6. 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.
9
7. kATERIALS 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.
8. GUARANTEES
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).
9. 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.
10. 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
proposed contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(e) Equipment schedule.
11. TEXAS STATE SALES TAX
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.
The Contractor must obtain a limited sales, excise and use tax permit which shell enable him to buy the materials to
be incorporated into the work without paying the tax at the time of purchase.
10
F
I
r"
l 12. 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. Nowever, such fact shall not relieve the
Contractor of his responsibitities 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
O" Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
i
13. BARRICADES AND SAFETY MEASURES
g The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
l shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced
by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs,
and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the
project.
d
14. EXPLOSIVES
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.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
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)
i in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given
sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their
r. property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage
resulting from his blasting operations.
11, 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.
16. 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) days in advance of cancellation or change. All policies shall
contain an agreement on the part of the insurer waiving the right to subrogation.
r�
I
The insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
Contractor to the effect that no work on this particulYlproject shall be subcontracted.
17. LABOR AND WORKING HOURS
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 which 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 then 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:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service
to its citizens.
(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.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must
notify the Owner's Representative not less then 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.
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.
18. 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.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES ^
Proposals 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.
12
7 20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal 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 proposes 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. If the proposal is submitted by an individual, his name must be signed by him
t or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given and the proposal signed by a member of the firm, association or partnership, or
r^ person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and
business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney
authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with
the proposal. The proposal shall be executed in ink.
Each proposal 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 mariner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
proposal may be withdrawn or altered thereafter.
r 21. BOUND COPY OF CONTRACT DOCUMENTS
I
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 Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(0) Special Conditions (if any).
(h) Specifications.
(i) insurance Certificates.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
7
13
SOUTH PLAINS MALL TRANSFER CENTER
FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS
Citibus
South Plains Mall Transfer Center
FTA Requirements
FTA GUIDELINES AND REGULATIONS
This project is in part funded by the Federal Transit
Administration (FTA). FTA regulations require all grant
recipients, contractors/subcontractors associated with projects
funded in whole or in part to comply with all applicable FTA
requirements and federal statutes/regulations including but not
limited to the following:
* Federal Transportation Administration Act of 1964, as
amended, 49 U.S.C. 1601 et. seq.
* Surface Transportation Assistance Act of 1962, as amended.
* Americans with Disabilities Act of 1990.
* 49 CFR Part 27 - Elderly and Handicapped
* 41 CFR Section 101-19.6 - Accommodations for Physically
Handicapped.
* 29 CFR Part 1926 - Safety Standards
As per FTA guidelines, the following clauses/provisions shall be
caused or required to be inserted in full by the contracting
officer.
LABOR PROVISIONS - CONSTRUCTION CONTRACTS
1. Minimum Wages.
a. All laborers and mechanics employed or working upon the
site of the work (or under the United States Housing Act
of 1937 or under the Housing Act of 1949 in the
construction or development of the project), will be paid
unconditionally and not less often than once a week, and
without subsequent deduction or rebate on any account
(except such payroll deductions as are permitted by
regulations issued by the Secretary of Labor under the
Copeland Act (29CFR Part 3)), the full amount of wages
and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment computed at rates not
less than those contained in the wage determination of
the Secretary of Labor which is attached hereto and made
a part hereof, regardless of any contractual relationship
which may be alleged to exist between the contractor and
such laborers and mechanics. Contributions made or costs
reasonably anticipated for bona fide fringe benefits
1
I
Citibus
South Plains Mall
FTA Requirements
Transfer Center
under Section 1 (b) (2) of the Davis -Bacon Act on behalf
of laborers or mechanics are considered wages paid to
such laborers or mechanics, subject to the provisions of
paragraph (a) (1) (iv) of 29 CFR 5.5; also, regular
contributions made or costs incurred for more than a
weekly period. Such laborers and mechanics shall be paid
the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually
performed, without regard to skill, except as provided in
29 CFR 5.5 (a) (4). Laborers or mechanics performing
work in more than one classification may be compensated
at the rate specified for each classification for the
time actually worked therein: provided, that the
employer's payroll record accurately set forth the time
spent in each classification in which work is performed.
The wage determination (including any additional
classification and wage rates conformed under paragraph
(a) (1) (ii) of 29 CFR 5.5 and the Davis -Bacon poster
(WH-1321) shall be posted at all times by the contractor
and its subcontractors at the site of the work in a
prominent and accessible place where it can be easily
seen by the workers..
b. (1) The contracting officer shall require that any
class of laborers or mechanics which is not listed
in the wage determination and which is to be
employed under the contract shall be classified in
conformance with the wage determination. The
contracting officer shall approve an additional
classification and wage rate and fringe benefits
therefore only when the following criteria have
been met:
(a) The work to be performed by the classification
requested is not performed by a classification
in the wage determination; and
(b) The classification is utilized in the area by
the construction industry; and
(c) The proposed wage rate, including any bona
fide fringe benefits, bears a reasonable
relationship to the wage rates contained in
the wage determination.
(2) If the contractor and the laborers and mechanics to
be employed in the classification (if known), or
theirrepresentatives, and the contracting officer
2
Citibus
South Plains Mall
FTA Requirements
Transfer Center
agree on the classification and wage rate
(including the amount designated for fringe
benefits where appropriate), a report of the action
taken shall be sent by the contracting officer to
the administrator of the Wage and Hour Division,
Employment Standards Administration, U.S.
Department of Labor, Washington, D.C. 20210. The
Administrator, or an authorized representative,
will approve, modify, or disapprove every
additional classification action within 30 days of
receipt and so.advise the contracting officer or
will notify the contracting officer within the 30-
day period that additional time is necessary.
In the event the contractor, the laborers or
mechanics to be employed in the classification or
their representatives, and the contracting officer
do not agree on the proposed classification and
wage rate (including the amount designated for
fringe benefits, where appropriate), the
contracting officer shall refer the questions
including the views of all interested parties and
the recommendation of the contracting officer to
the Administrator for determination. The
Administrator, or an authorized representative,
will -issue a determination within 30 days of
receipt and so advise the contracting officer or
will notify the contracting officer within the 30-
day period that additional time is necessary.
The wage rate (including fringe benefits where
appropriate) determined pursuant to subparagraphs
(a) (1) (b) or (c) of 29 CFR 5.5, shall be paid to
all workers performing work in the classification
under this contractt from the first day on which
work is performed in the classification.
C. Whenever the minimum wage rate prescribed in the contract
for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the
contractor shall either pay the benefit as stated in the
wage determination or shall pay another bona fide fringe
benefit or an hourly cash equivalent thereof.
d. If the contractor does not make payments to a trustee or
other third person, the contractor may consider as part
of the wages of any laborer or mechanic the amount of any
costs reasonably anticipated in providing bona fide
3
Citibus
South Plains Mall Transfer Center
r FTA Requirements
fringe benefits under a plan or program, provided, that
the Secretary of Labor has found, upon the written
request,of the contractor, that The Secretary of Labor
may require the contractor to set aside in a separate
account assets for the meeting of obligations under the
plan or program.
2. Withholding
DOT shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold
or cause to be withheld from the contractor under this
contract or any other Federal contract with the same prime
contractor, or any other Federally -assisted contract subject
to Davis -Bacon prevailing wage requirements, which is held by
the same prime contractor, so much of the accrued payments or
advances as may be considered necessary to pay laborers and
mechanics, including apprentices, trainees, and helpers,
employed by the contractor or any subcontractor the full
amount of wages required by the contract. In the event of
i. failure to pay any laborer or mechanics, including any
apprentice, trainee, or helper, employed or working on the
site of the work (or under the United States Housing Act of
1937 or under the Housing Act of 1949 in the construction of
development of the project), all or part of the wages required
by the contract, DOT may, after written notice to the
rcontractor, sponsor, applicant, or owner, take such action as
€ may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds until such violations
have ceased.
3. Payrolls and Basic Records
a. Payrolls and basic records relating thereto shall be
maintained by the contractor during the course of the
work and preserved for, a period of three years thereafter
r- for all laborers and mechanics working at the site of the
work (or under the United States'Housing Act of 1937, or
under the Housing Act of 1949, in the construction or
r" development of the project). Such records shall contain
the name, address, and social security number of each
such worker, his or her correct ;classification, hourly
rates of wages paid (including rates of contributions or
7 costs anticipated for bona fide fringe benefits or cash
` equivalents thereof of the types described in Section 1
(b) (2) (b) of the Davis -Bacon Act, daily and weekly
number of hours worked, deductions made and actual wages
f . paid. Whenever the Secretary of Labor has found under 29
7
4
7
Citibus
South Plains Mall Transfer Center
FTA Requirements
CFR 5.5 (a) (1) (iv) that the wages of any laborer or
mechanic include the amount of any costs reasonably
anticipated.in providing benefits under a plan or program
described in Section 1(b) (2) (b) of the Davis -Bacon Act,
the contractor shall maintain records which show that the
commitment to provide such benefits is enforceable, that
the plan or program is financially responsible, and that
the plan or program has been communicated in writing to
the laborers or mechanics affected, and records which
show the costs anticipated or the actual costs incurred
in providing 'such benefits. Contractors employing
apprentices or trainees under approved programs shall
maintain written evidence of the registration of
apprenticeship programs and certification of trainee
programs, the registration of the apprentices and
trainees,and the ratios'and wage rates prescribed in the
applicable programs.
The contractor shall submit weekly, for each week
in which any contract work is performed, a copy of
all payrolls to the grantee. The payrolls
submitted shall set out accurately and completely
all of the information required to be maintained
under 5.5 (a) (3) of regulations, 29 CFR Part 5.
This information may be submitted in any form
desired, optional form WH-347 is available for this
purpose and may be purchased from the
Superintendent of Documents (Federal stock number
029-005-00014-1), U.S. Government Printing Office,
Washington, D.C. 20402. The prime contractor is
responsible for the submission of copies of
payrolls by all subcontractors.
(2) Each payroll submitted shall be accompanied by a
"Statement of Compliance", signed by the contractor
or subcontractor or his or her agent who pays or
supervises the' payment of the persons employed
under the contract and shall certify the following:
a. That the -payroll for the payroll period
contains the information required to be
maintained under Section 5.5 (a) (3) (i) of
regulations, 29 CFR Part 5 and that such
information'is correct and complete.
b. That each laborer or mechanic (including each
helper, apprentice-, and trainee) employed on
the contract during the payroll period has
Citibus
It South Plains Mall Transfer Center
FTA Requirements
been paid the full weekly wages earned,
without rebate, either directly or indirectly,
and that no deductions have been made either
directly or indirectly from the full wages
earned, other than permissible deductions as
set forth in regulations'29 CFR Part 3.
C. That each laborer or mechanic has been paid
not less than the applicable wage rates and
fringe benefits or cash equivalents for the
classification of work performed., as specified
in the applicable wage determination
incorporated into the contract.
(3) The weekly submission of a properly executed
certification set forth on the reverse side of
optional form WH-347 shall satisfy the requirement
for submission of the "Statement of Compliance"
required by paragraph (a) (3) (ii) (b) of 29 CFR
Section 5.5.
(4) The falsification of any of the above
certifications may subject the contractor or
subcontractor to civil or criminal prosecution
under Section 1001 of Title 18 and Section 231 of
Title 31 of the United States Code.
c. The Contractor or subcontractor shall make the records
required under paragraph (a) (3) (1) of 29 CFR Section
5.5 available for inspection, copying, or transcription
by authorized representatives of DOT or the Department of
Labor, and shall permit such representatives to interview
employees during working hours on the job. If the
contractor or subcontractor fails to submit the required
records or to make them available, the federal agency
may, after written notice to the contractor, sponsor,
applicant, or owner, take such action as may be necessary
to cause the suspension of any further payment, advance
or guarantee of funds. Furthermore, failure to submit
the required records upon request or to make such records
available may be grounds for debarment action pursuant to
29 CFR Section 5.12.
4. APPRENTICES AND TRAINEES
a. Apprentices. Apprentices will be permitted to work at
less than the predetermined rate for the work they
performed when they are employed pursuant to and
6
r
Citibus
South Plains Mall Transfer Center
FTA Requirements
individually registered in a bona fide apprenticeship
program registered with the U.S. Department of Labor,
Employment and Training Administration, Bureau of
Apprenticeship and Training, or with a state
apprenticeship agency recognized by the Bureau, or if a
person is employed in his or her first 90 days of
probationary employment as an apprentice in such an
apprenticeship program, who is not individually
registered in the program, but who has been certified by
the Bureau of Apprenticeship and Training or a state
apprenticeship agency (where appropriate) to be eligible
for probationary employment as an apprentice. The
allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater
than the ratio permitted to the contractor as to the
entire work force under the registered program. Any
worker listed on a payroll at an apprentice wage rate,
who is not registered or otherwise employed as stated
above, shall be paid not less than the applicable wage
rate on the wage determination for the classification of
work actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio
permitted under the registered program shall be paid not
less than the applicable wage rate on the wage
determination for the work actually performed. Where a
contractor is performing construction on a project in a
locality other than that in which its program is
registered,the ratios and'wage rates (expressed in
percentages of the journeyman's hourly rate) specified in
the contractor's or subcontractor's registered program --
shall be observed. Every apprentice must be paid at not
less than the rates specified in the registered program
for the apprentice's level of progress, expressed as a _
percentage of the journeyman's hourly rate specified in
the applicable wage determination. Apprentices shall be
paid fringe benefits in accordance with the provisions of
the apprenticeship program. If the apprenticeship �-
program does not specify. fringe benefits, apprentices
must be paid the full amount of fringe benefits listed on
the wage determination for the applicable classification.
If the Administrator determines that a different practice
prevails for the applicable apprentice classification,
fringe benefits shall be paid in accordance with that
determination. In the event the Bureau of Apprenticeship
and Training, or a state apprenticeship agency recognized
by the Bureau, withdraws approval of an apprenticeship
program, the contractor will no longer be permitted to —
utilize apprentices at less than the applicable
7
7
F
7
Citibus
South Plains Mall Transfer Center
FTA Requirements
predetermined rate for the work performed until an
acceptable program is approved.
b. Trainees. Except as provided in 29 CFR Section 5.16,.
trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are
employed pursuant to and individually registered in a
program which has received prior approval, evidenced by
formal certification by the U.S. Department of Labor,
Employment and Training Administration. The ratio of
trainees to journeymen on the site shall not be greater
than permitted under the plan approved by the Employment
and Training Administration. Every trainee must be paid
at not less than the rate specified in the approved
program for the trainee's level of progress, expressed as
a percentage of the journeyman's hourly rate specified in
the applicable wage determination. Trainees shall be
paid fringe benefits in accordance with the provisions of
the trainee program. If the trainee program does not
mention fringe benefits, trainees shall be paid the full
amount of fringe benefits listed on the wage
determination unless the Administrator of the Wage and
hour Division determines that there is an apprenticeship
program associated with the corresponding journeyman's
wage rate on the wage determination for the
classification of work actually performed. In addition
any trainee performing work on the job site in excess of
the ratio permitted under the registered program shall be
paid not less than the applicable wage rate on the wage
determination forthe work actually performed. In the
event the Employment and Training Administration
withdraws approval of a training program, the contractor
will no longer be permitted to utilize apprentices at
less than the applicable predetermined rate for the work
performed until an acceptable program is approved.
C. Equal Employment Opportunity. The utilization of
r
apprentices, trainees and journeymen under
this part
shall be in conformity with the equal
employment
opportunity requirements of Executive Order
11246, as
'^
amended, and 29 CFR Part 30.
5. Compliance with Copeland Act Requirements. The
contractor
r•
shall comply with the requirements of 18 U.S.C. 874
and 29 CFR
Part 3, which are incorporated by reference.
This act
provides that each contractor or subgrantee
shall be
..
prohibited from inducing, by any means any person employed in
4
the construction, completion, or repair of public work, to
8
r
Citibus
South Plains Mall Transfer Center
FTA Requirements
give up any part of the compensation to which he is otherwise
entitled.
6. Contract Termination: Debarment. A breach of'the contract
clauses in 29'CFR Section 5.5 may grounds for termination
of the contract, and for debarment as a contractor and a
subcontractor as provided in 29 CFR Section 5.12.
7. Compliance with Davis -Bacon and Related Act Requirements. All
rulings and interpretations of the Davis -Bacon and related
acts contained in 29 CFR Parts 1, 3, and 5 are herein
incorporated by reference. Refer to. the Labor Wage Scale
attached to this document.
8. Disputes Concerning Labor Standards. Disputes arising out of
the general disputes clause of this contract shall not be
subject to the general disputes clause of this contract. Such
disputes shall be resolved in accordance with the procedures
of the Department of Labor set forth in 29 CFR Parts 5, 6, and
7. Disputes within the meaning of this clause include
disputes between the contractor (or any of its subcontractors)
and the contracting agency, the U.S. Department of Labor, or
the employees or their representatives.
9. a. Certification of Eligibility. By entering into this
contract the contractor certifies that neither it (nor he
or she) nor any person or firm who has an interest in the
contractor's firm is a person or firm ineligible to be
awarded government contracts by virtue of Section 3(a) of
the Davis -Bacon Act or 29 CFR Section 5.12(a)(1).
b. No part of this contract shall be subcontracted to any
person or firm ineligible for award of a government
contract by virtue of Section 3(a) of the Davis -Bacon Act
-or 29 CFR Section 5.12(a)(1).
c. The penalty for making false statements is prescribed in
the U.S. Criminal Code, 18 U.S.C. Section 1001.
10. Overtime Requirements. No contractor or subcontractor
contracting for any part of the contract' work which may
require or involve the employment of laborers or mechanics
.shall require or permit any such laborer or mechanic in any
work week in which he or she is employed on such work to work
in excess of eight hours in any calendar day or in excess of
forty hours in such work week unless such laborer or mechanic
received compensation at a rate not less than one and one-half
times the basic rate of pay.for all hours worked in ,excess of
9.
r
7
7
r
Citibus
South Plains Mall Transfer Center
FTA Requirements
eight hours in any calendar day or in excess of forty hours in
such work week, whichever is greater.
11. Violation; Liability for Unpaid Wager; Liquidated Damages. In
the event of any violation of the clause set forth in
subparagraph (b) (1) of 29 CFR Section 5.5, the contractor and
any subcontractor responsibletherefor shall be liable for the
unpaid wages. In addition, such contractor and subcontractor
shall be liable to the United States (in the case of work done
under contract for the District of Columbia or a territory, to
such district or to such territory), for liquidated damages.
Such liquidated damages shall be computed with respect to each
individual laborer or mechanic, including watchmen and guards,
employed in violation of the clause set forth in subparagraph
(b) (1) of 29 CFR Section 5.5 in the sum of $10 for each
calendar day on which such individual was required or
permitted to work in excess of eight hours or in excess of the
overtime wages required by the clause set forth in
subparagraph (b) (1) of 29 CFR Section 5.5.
12. Withholding for Unpaid Wages and Liquidated Damages. DOT or
the recipient shall upon its own action or upon written
request of an authorized representative of the Department of
Labor withhold or cause to be withheld, from any monies
payable on account of work performed by the contractor or
subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other
Federally -assisted contract which is held by the same prime
contractor, such sums as may determined to be necessary to
satisfy any liabilities of such contractor or subcontractor
for unpaid wages and liquidated damages as provided in the
clause set forth in subparagraph (b) (2) of 29 CFR Section
5.5.
13. Section 107 of C.W.H.S.S.A. is applicable to construction
work and provides that no laborer or mechanic shall be
requested to work in surroundings or under working conditions
which are unsanitary, hazardous, or dangerous to his health
and safety as determined under construction, safety and health
standards promulgated by the Secretary of Labor. These
requirements do not apply to the purchases of supplies or
materials or articles ordinarily available on the open market,
or contracts for transportation or transmission of
intelligence.
14. Nonconstruction Grants. The contractor or subcontractor shall
maintain payrolls and basic payroll records during the course
of the work and shall preserve them for a period of three
10
Citibus
South Plains Mall Transfer Center
FTA Requirements
years from the completion of the contract for all laborers and
mechanics, including guards and watchmen, working on the
contract. Such records shall contain the name and address of
each such employee, social security number, correct
classifications, hourly rates of wages paid, daily and weekly
number of hours worked, deductions made, and actual wages
paid. Further, the recipient shall require the contracting
officer to insert in any such contract a clause providing that
the records to be maintained under this paragraph shall be
made available by the contractor or subcontractor for
inspection, copying, or transcription by authorized
representatives of DOT and the Department of Labor, and the
contractor or subcontractor will permit such representatives
to interview employees during working hours on the job.
15. Subcontracts. The contractor or subcontractor shall insert in
any subcontracts the clauses set forth in subparagraph 1
through 15. of this paragraph and also a clause requiring the
subcontractor to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in subparagraphs 1. through 15. of
this paragraph.
EQUAL EMPLOYMENT OPPORTUNITY/NONDISCRIMINATION
Nondiscrimination
During the performance of this contract, the contractor agrees as
follows:
a. The Contractor will not discriminate against any employee or
applicant for employment because of race, color, religion,
sex, age, or national origin. The Contractor will take
affirmative action to ensure that applicants are employed, and
that employees are treated during employment without regard to
their race, color, religion, sex, age, or national origin.
Such action shall include but not be limited to the following:
employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay
or other forms of compensation; and selection of training,
including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and applicants for
employment, notices setting forth the provision of this
nondiscrimination clause.
b. The contractor will, in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state
11
it
Citibus
South Plains Mall Transfer Center
FTA Requirements
that all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, age,
or national origin.
C. The contractor will send to each labor union or representative
of workers with which he has a collective bargaining agreement
or other contract or understanding, a notice advising the said
labor union or worker's representative of the contractor's
commitments under this section 202 of Executive Order 11246 of
September 24, 1965, and shall post copies of the notice in
conspicuous places available to employees and applicants for
employment.
d. The contractor will comply with all provisions of Executive
Order 11246 of September 24, 1965, as amended by Executive
Order 11375, and with the rules, regulation, and relevant
orders of the Secretary of Labor.
e. The contractor will furnish all information and reports
required by Executive Order 11246 if September 24, 1965, and
by rules, regulation, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his books,
records, and accounts by the Federal Transit Administration
and the Secretary of Labor for purposes of investigation to
ascertain compliance with such rules, regulations, and orders.
f. In the event of the contractor's noncompliance with the
nondiscrimination clauses or this agreement or with any of the
said rules, regulation or orders, this agreement may be
cancelled, terminated, or suspended in whole or in part. The
contractor may be declared ineligible for further Government
contracts of Federally assisted construction contracts in
accordance with procedures authorized in Executive Order 11246
of September 24, 1965, as amended, and such other sanctions
may be imposed and remedies invoked as provided in Executive
Order 11246 if September 24, 1965, or by rule, regulation, or
order of the Secretary of Labor or as otherwise provided by
law.
g. The contractor will include a citation to 42 CFR 60-1 (b) and
(c) and the provisions of paragraphs (a) through (g) herein,
in every subcontract or purchase order unless exempted by
rules, regulations, or orders of the Secretary of Labor issued
pursuant to Section 204 of Executive Order 11246 of September
24, 1965, as amended by Executive Order 11375. Such provision
shall be binding upon each subcontractor or vendor. The
contractor will take such action with respect to any
subcontractor or purchase order as the urban Mass
12
7
Citibus
South Plains Mall Transfer Center
FTA Requirements
Transportation Administration may direct as a means of
enforcing such provisions, including sanctions for
noncompliance, provided, however, that in the event a
contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such
direction by the Federal Transit Administration may direct as
a means of enforcing such provisions, including sanctions for
noncompliance, provided, however that in the event a
contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such
litigation to protect the United States.
EQUAL EMPLOYMENT OPPORTUNITY/CONSTRUCTION CONTRACT SPECIFICATIONS
Standard Federal Equal Employment Opportunity Construction Contract
Specifications (Executive Order 11246):
1. As used in these specifications:
a. "Covered Area": means the geographical area described in
the solicitation from which this contract resulted.
b. "Director": means Director, Office of Federal Contract
Compliance Programs, United States Department of Labor,
or any person to whom the Director delegates authority.
C. "Employer Identification Number": means the Federal
Social Security Number used on the employer's quarterly
Federal Tax Return, U.S. Treasury Department Form 941.
d. "Minority" includes:
(i) Hispanic (all persons of Mexican, Puerto Rican,
Cuban, Central or South American or Other Spanish
culture or origin regardless of race)
(ii) Black (all persons having origins in any of the
black African racial groups not of Hispanic origin)
(iii) Asian and Pacific Islander (all persons having
origins in any of the original people of the Far
East, Southeast Asia, and the Indian subcontinent
or the Pacific Islands); and
(iv) American Indian or Alaskan native (all persons
having origins in any of the original people of
North America and maintaining identifiable tribal
affiliations through membership and participation
or community identification).
2.' Whenever the Contractor, or any subcontractor at any tier,
subcontracts a portion of the work involving any. construction
trade, it shall physically include in each subcontract in
excess of $10,000 the provision of these specifications and
the notice which contains the applicable goals for minority
13
r
Citibus
south Plains Mall Transfer Center
FTA Requirements
and female participation and which is set forth in the
solicitation from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5)
in a hometown plan approved by the U.S. Department of Labor in
the covered area, either individually or through an
association, its affirmative action obligations on work in the
plan area (including goals and timetables) shall be in
accordance with that plan for those trades which have unions
participating in the plan. Contractors must be able to
demonstrate their participation in and compliance with the
provisions of any such hometown plan. Each contractor or
subcontractor participating in an approved plan is
individually required to comply with its obligations under the
EEO clause, and to make a good faith effort to achieve each
goal under the plan in each trade in which it has employees.
The overall good faith performance by other contractors or
subcontractors toward a goal in an approved plan does not
excuse any covered contractor's failure to make good faith
'.. efforts to achieve the plan goals and timetables.
4. The Contractor shall implement the specific affirmative action
standards provided in paragraphs (7) (a) through (p) of these
specifications. The goals set forth in the solicitation from
which this contract resulted are expressed as percentages of
the total hours of employment and training of minority and
female utilization the contractor should reasonably be able to
achieve in each construction trade in which it has employees
in the covered area. Covered construction contractors
performing construction work in geographical areas where they
do not have a Federal or Federally assisted construction
contract shall apply the minority and female goals established
for the geographical area where the work is being performed.
Goals are published periodically in the Federal Register in
notice form, and such notices may be obtained from any Federal
Contract Compliance Program Office or from Federal Procurement
Contracting Officers. The contractor is expected to make
substantial uniform progress toward its goals in each craft
during the period specified.
5. Neither the provisions of any collective bargaining agreement,
nor the failure by a union with whom the contractor has a
collective bargaining agreement, to refer either minorities or
r` women shall excuse the Contractor's obligations under these
specifications, Executive Orders 11246 and 11375, or the
regulations promulgated pursuant thereto.
14
7
7
Citibus
South Plains Mall Transfer Center
FTA Requirements
6. In order for the nonworking training hours of apprentices and
trainees to be counted in meeting the goals, such apprentices
and trainees must be employed by the Contractor during the
training period, and the contractor must have made a
commitment to employ the apprentices and trainees at the
completion of their training subject to the availability of
employment opportunities. Trainees must be trained pursuant
to training programs approved by the U.S. Department of Labor.
7. The contractor shall take specific affirmative actions to
ensure equal employment opportunity. The evaluation of the
Contractor's compliance with these specifications shall be
based upon its effort to achieve maximum results from its
actions. The Contractor shall document these efforts fully,
and shall implement affirmative action steps at least as
extensive as the following:
a. Ensure and maintain a working environment free of
harassment, intimidation and coercion at all sites, and
in all facilities at which the contractor's employees are
assigned to work. The contractor, where possible, will
assign two or more women to each construction project.
The contractor shall,specifically ensure personnel are
aware of and carry out the contractor's obligation to
maintain such a working environment, with specific
attention to minority or female individuals working at
such sites or in such facilities.
b. Establish and maintain a current list of minority and
female recruitment sources, provide written notification
to minority and female recruitment sources and to
community organizations when the contractor or its unions
have employment opportunities available, and maintain a
record of the organizations' responses.
c. Maintain a current file of the names, addresses and
telephone numbers of each minority and female off -the -
street applicant and minority or female referral service
from a union, a recruitment source or community
organization and of what action was taken with respect to
each such individual. If such individual was sent to the
union hiring hall for referral and was not referred back
to the contractor by the union or if referred, not
employed by the contractor, this shall be documented in
the file with the reason therefore, along with whatever
additional actions the contractor may have taken.
15
F
F
7
Citibus
South Plains Mall Transfer Center
FTA Requirements
d. Provide immediate written notification to the director
when the union or unions with which the contractor has a
collective bargaining agreement has not referred to the
contractor a minority person or women sent by the
contractor, or when the contractor has other information
that the union referral process has impeded the
contractor's efforts to meet its 'obligations.
e. Develop on-the-job training opportunities and/or
participate in training programs for the area which
expressly include minorities and women, including
upgrading programs and apprenticeship and trainee
programs relevant to the contractor's employment needs,
especially those programs funded or approved by the
Department of Labor. The contractor shall provide notice
of these programs to the sources compiled under (7) (b)
above.
f. Disseminate the contractor's EEO policy by providing
notice of the policy to unions and training programs and
requesting their cooperation in assisting the contractor
in meeting its EEO obligations; by including it in any
policy manual and collective bargaining agreement; by
publicizing it in the company newspaper, annual report,
etc.; by specific review of the policy with all
management personnel and with all minority and female
employees at least once a year; and by posting the
company EEO policy on bulletin boards accessible to all
employees at each location where construction work is
performed.
g. Review, at least annually, the company's EEO policy and
affirmative action obligations under these specifications
with all employees having any responsibility for hiring,
assignment, layoff, termination or other employment
decisions including specific review of these items with
on -site supervisory personnel such as superintendents,
general foremen, etc., prior to the initiation of
construction work at any job site. A written record
shall be made and maintained identifying the time and
place of these meetings, persons attending, subject
matter discussed, and disposition of the subject matter.
h. Disseminate the contractor's EEO policy externally by
including it in any advertising in the news media,
specifically including it in any advertising in the news
media, specifically including minority and female news
media, and providing written notification to and
16
11
Citibus
South Plains Mall
FTA Requirements
Transfer Center
discussing the contractor's EEO
contractors and subcontractors with
does or anticipates doing business.
policy with other
whom the contractor
i. Direct its recruitment efforts, both oral and written, to
minority, female and community organizations, to schools
with minority and ,female students and to minority and
female recruitment and training organization serving the
contractor's recruitment area and employment needs. Not
later than one month prior to the date for the acceptance
of applications for apprenticeship or other training by
any recruitment source, the contractor shall send written
notification to organizations such as the above,
describing the openings, screening procedures, and tests
to be used in the selection process.
j. Encourage present minority and female employees to
recruit other minority persons and women and, where
reasonable, provide after school, summer and vacation
employment to minority and female youth both on the site
and in other areas of the contractor's workforce.
k. Validate all tests and other selection requirements where
there is an obligation to do so under 41 CFR Part 60-3.
1. Conduct, at least annually, an inventory and evaluation
at least of all minority and female personnel for
promotional opportunities and encourage these employees
to seek or to prepare for, through appropriate training,
etc., such opportunities.
M. Ensure that seniority practices, job classifications,
work assignments and other personnel practices, do not
have a discriminatory effect by continually. monitoring
all personnel and employment related activities to ensure
that the EEO policy and the contractor's obligations
under these specifications are being carried out.
n. Ensure that all facilities and company activities are
nonsegregated except that separate or single -user toilet
and necessary changing facilities shall be provided to
assure privacy between the sexes.
o. Document and maintain a record of all solicitations of
offers for subcontracts from minority and female
construction contractors and suppliers, including
circulation of solicitations to minority and female
contractor associations and other business associations.
AN
I
Citibus
South Plains Mall Transfer Center
FTA Requirements
p. Conduct a review, at least annually, of all supervisors'
adherence to and performance under the contractor's EEO
r. policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary
associations which assist in fulfilling one or more of their
affirmative action obligations set forth in paragraphs (7) (a)
through (p). The efforts of a contractor association, joint
contractor -union, contractor community, or other similar group
of which the contractor is a member and participant, may be
asserted as fulfilling any one or more of its obligations
under (7) (a) through (p) of these specifications, provided
that the contractor actively participates in the group, makes
every effort to assure that the group has a positive impact on
the employment of minorities and women in the industry,
ensures that the concrete benefits of the program are
reflected in the contractor's minority and female workforce
participation, makes a good faith effort to meet its
individual goals and timetables, and can provide access to
documentation which demonstrates the effectiveness of actions
taken on behalf of the contractor. The obligation to comply,
however, is the contractor's and failure of such a group to
fulfill an obligation shall not be a defense for the
contractor's noncompliance.
9. A single goal for minorities and separate single goal for
women have been established. The contractor, however, is
required to provide equal employment opportunity and to take
affirmative action for all minority groups, both male and
female, and all women, both minority and non -minority.
Consequently, the contractor may be in violation of the
Executive Order if a particular group is employed in a
substantially disparate manner (for example, even though the
contractor has achieved its goal for women generally, the
contractor may be in violation of the Executive Order if a
specific minority group of women is underutilized).
10. The contractor shall not use the goals and timetables or
affirmative action to discriminate against any person because
of race, color, religion, sex, age, or national origin..
+ 11. The contractor shall not enter into any subcontract with any
person or firm debarred from government contracts pursuant to
Executive Order 11246, as amended by Executive Order 11375.
12. The contractor shall carry out such sanctions and penalties
for violation of these specification and of the equal
opportunity clause, including suspension, termination and
is
7
Citibus
South Plains Mall Transfer Center
FTA Requirements
cancellation of existing subcontracts as may be imposed or
ordered pursuant to Executive Order 11246, as amended, and its
implementing regulations by the Office of Federal Contract
Compliance Programs, Any contractor who fails to carry out
such sanctions and penalties shall be in violation of these
specifications and Executive Order 11246, as amended.
13. The contractor, in fulfilling its obligations under these
specification, shall implement specific affirmative action
steps, at least as extensive as those standards prescribed in
paragraph (7) of these specification, so as to achieve maximum
results from its efforts to ensure equal employment
opportunity. If the contractor fails to comply with the
requirements of the Executive Order, the implementing
regulation, or these specification, the Director shall proceed
in accordance with 41 CFR 60-4.8.
14. The contractor shall designate a responsible official to
monitor all employment related activity to ensure that the
company EEO policy is being carried out, to submit reports
relating to the provisions herein as may be required by the
Government and to keep records. Records shall at least
include for each employee the name, address, telephone
numbers, construction trade, union 'affiliation if any,
employee identification number when assigned, social security
number, race, sex, status (e.g.,- mechanic, apprentice,
trainee, helper, or laborer), dates of changes in status hours
worked per week in the indicated trade, rate of pay, and
locations at which the work was performed. Record shall be
maintained in an easily understandable and retrievable form;
however, to the degree that existing records satisfy this
requirement, contractors shall not be required to maintain
separate records.
15. Nothing herein shall be construed as a limitation upon the
application of other laws which establish different standards
of compliance or upon the application of requirements for the
hiring of local or other area residents (e.g., those under the
Public Works Employment Act of 1977 and the Community
Development Block Grant Program.)
EEO/CONSTRUCTION CONTRACT NOTICE
Notice of Requirement for Affirmative Action to Ensure Equal
Employment Opportunity (Executive Order 11246):
1. The offeror's or bidder's attention is called to the "Equal
Opportunity Clause" and the "Standard Federal Equal Employment
19
7
r
i.
►M
l
Citibus
South Plains Mall Transfer Center
FTA Requirements
Opportunity Construction Contract Specifications" set forth
herein.
2. a. The goals and timetables for minority and female
participation, expressed in percentage terms for the
contractor's aggregate workforce in each trade on all
construction work in the covered area, are as follows:
These goals are applicable to all the contractor's
construction work (whether or not it is Federal or
Federally assisted) performed in the covered area. If
the contractor performs construction work in a
geographical area located outside the covered area, it
shall apply the goals established for such geographical
area where the work is actually performed. With regard
to this second area, the contractor also is subject to
the goals for both its Federally involved and
nonfederally involved construction.
b. The contractor's compliance with the Executive Order and
the regulations in 41 CFR Part 60-4 shall be based on its
implementation of the Equal Opportunity clause, specific
affirmative action obligations required by the
specifications set forth in 41 CFR 60-4.3(a), and its
efforts to meet the goals. The hours of minority and
female employment and training must be substantially
uniform throughout the length of the contract, and in
each trade, and the contractor shall make a good faith
effort to employ minorities and women evenly on each of
its projects. The transfer of minority or female
employees or trainees from contractor to contractor or
from project to project for the sole purpose of meeting
the contractor's goals shall be a violation of the
contract, the Executive Order, and the regulations in 41
CFR Part 60-4. Compliance with the goals will be
measured against the total work hours performed.
3. The contractor shall provide written notification to the
Director of the Office of Federal Contract Compliance Programs
within 10 working days of award of any construction
subcontract in excess of $10,000 at any tier for construction
work under the contract resulting from this solicitation. The
notification shall list the name, address and telephone number
of the subcontractor; employer identification number of the
subcontractor; estimated dollar amount of the subcontract; and
the geographical area in which the contract is to be
performed.
20
Citibus
South Plains Mall Transfer Center,
FTA Requirements
4. As used in this notice and in the .contract resulting from this
solicitation, the "covered area", is Lubbock, Lubbock County,
Texas.
ISADVANTAGED BUSINESS ENTERPRISE
1. Policy. It is the policy of the Department of Transportation
that disadvantaged business enterprises as defined in 49 CFR
Part 23 shall have the maximum opportunity to participate in
the performance of contracts financed in whole or part with
Federal funds provided under this agreement. Consequently,
the DBE requirements of 49 CFR Part 23 apply to this
agreement.
2. DBE Obligation. The recipient or its contractor agrees to
ensure that disadvantaged business enterprises as defined in
49 CFR Part 23 have the maximum opportunity to participate in
the performance of contracts and subcontracts financed in
whole, or in part with Federal funds provided under this
agreement. In this regard all recipients or contractors shall
take all necessary and reasonable steps in accordance with 49
CFR Part 23 to ensure that disadvantaged business enterprises
have the maximum opportunity to compete for and perform
contracts. Recipients and their contractors shall not
discriminate on the basis of race, creed, color, national
origin, age, or sex in the award and performance of DOT -
assisted contracts.
TITLE VI CIVIL RIGHTS ACT OF 1964
Title VI Compliance
During the performance of this contract, the contractor, for
itself, its assignees and successors in interest (hereinafter
referred to as the "contractor"), agrees as follows:
1. Compliance with Regulations: The contractor shall comply with
the Regulations relative to nondiscrimination in federally -
assisted programs of the Department of Transportation
(hereinafter, "DOT") Title 49,Code of Federal Regulations,
Part 21, as they:may be amended from ;time to time (hereinafter
referred to as the Regulations) , which are herein incorporated
by reference and made a part of this contract.
2. Nondiscrimination: The contractor, with regard to the work
performed by it during the contract, shall not discriminate on
the grounds of race, religion, color, sex, age, or national
origin in the selection and retention of subcontractors,
21
7
7
7
r
r
s
E
Citibus
South Plains Mall
FTA Requirements
Transfer Center
including procurement of materials and leases of equipment.
The contractor shall not participate either directly or
indirectly in the discrimination prohibited by section 21.5 of
the regulation, including employment practices when the
contract covers a program set forth in Appendix B of the
Regulations.
3. Solicitations for Subcontracts, Including Procurement of
Materials and Equipment: In all solicitations, either by
competitive bidding or negotiation made by the contractor for
work to be performed under a subcontract, including
procurement of materials or leases of equipment, each
potential subcontractor or supplier shall be notified by the
contractor of the contractor's obligations under this contract
and the Regulations relative to nondiscrimination on the
grounds of race, religion, color, sex, age, or national
origin.
4. Information and Reports: The contractor shall provide all
information and reports required by the Regulations or
directives issued pursuant thereto, and shall permit access to
its books, records, accounts, other sources of information,
and its facilities, as may be determined by the Recipient or
the Federal Transit Administration (FTA) to be pertinent to
ascertain compliance with such Regulations, orders and
instructions. Where any information is required or a
contractor is in the exclusive possession of another who fails
or refuses to furnish this information, the contractor shall
so certify to the Recipient, or the Urban Mass Transportation,
as appropriate, and shall set forth what efforts it has made
to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's
noncompliance with the nondiscrimination provisions of this
contract, the Recipient shall impose such contract sanctions
as it or the Federal Transit Administration may determine to
be appropriate, including', but not limited to:
a. Withholding of payments to the contractor under the
contract until the contractor complies, and/or,
b. Cancellation, termination or suspension of the contract,
in whole or in part.
6. Incorporation of ,Provisions: The contractor shall include the
provisions of paragraph (1) through (6) of this section in
every subcontract, including procurement of materials and
leases of equipment, unless exempt by the Regulations, or
22
Citibus
South Plains Mall Transfer Center
FTA Requirements
directives issued pursuant thereto. The contractor shall take
such action with respect to any subcontract or procurement as
the Recipient or the Federal Transit Administration may direct
as a means of enforcing such provisions including sanctions
for noncompliance: Provided, however, that, in the event a
contractor becomes involved in, or is threatened with,
litigation with a subcontractor or supplier as a result of
such direction, the contractor may request the Recipient to
enter into such litigation to protect the interest of the
Recipient, and, in addition, the contractor may request the
services of the Attorney General in such litigation to protect
the interest of the United States.
'BUY AMERICA PROVISION
This procurement is subject to the Federal Transportation
Administration Buy America Requirements in 49 CFR part 661.
A Buy America_ Certificate, as per attached format, must be
completed and submitted with the bid. A bid which does not include
the certificate will be considered non -responsive.
A waiver from the Buy America Provision may be sought by the City
of Lubbbock if grounds for the waiver exist.
Section 165(a) of the Surface Transportation Act of-1982 permits
PTA participation on this contract only if steel, cement, and
manufacturing products used in the contract are produced in the
United States. Reference Buy Ameriia Certificate attached.
CARGO PREFERENCE
"The contractor agrees:
1. To utilize privately owned United States -flag commercial
vessels to ship at least 50 percent of the gross tonnage
(computed separately for dry bulk carriers, dry cargo liners,
and tankers) involved, whenever shipping any equipment,
materials, or commodities pursuant to this section, to the
extent such vessels are available at fair and reasonable rates
for United States -flag commercial vessels.
2. To furnish within 30 days following the date of loading for
shipments originating within the United States, or within 30
working days following the 'date of loading for shipment
originating outside the United States, a legible copy of a
rated, "on -board" commercial ocean bill -of -lading in English
for each shipment of cargo described in paragraph (1) above to
23
r
l
l
I
r
citibus
South Plains Mall Transfer Center
FTA Requirements
the Recipient (through the prime contractor in the case of
sub -contractor bills -of -lading) and to the Division of
National Cargo, Office of Market Development, Maritime
Administration, 400 Seventh St. S.W., Washington, D.C. 20590,
marked with appropriate identification of the Project.
3. To insert the substance of the provisions of this clause in
all subcontracts issued pursuant to this contract.
PROTEST/APPEAL PROCEDURES
6 ,
Protest/Appeal procedures are as follows:
1) Request for approved equals, clarification of
specifications, protest of specifications, and proposal
protest must be recieved by the City in writing, not less than
fifteen full days before date of the scheduled opening of
proposals. Any request for approved equal or protest fo the
l specifications must be fully supported with technical datat,
test results, or other pertinent information as evidence that
the substitutes offered is equla to or better than the
specifications.
2) The City's final decision to requests will be postmarked
at least ten full days before the date scheduled for opening
of the proposals.
3) The Federal Transit Administration (FTA) will only review
protest regarding the alleged failure of the City to have a
written protest procedure or alleged failure to follow such
procedures.
4) If a proposer feels that a protest is necessary, in
*. compliance with number 3 above, the protestor shall file a
protest with the FTA not later than five days after a final
decision from the City is rendered under the City's
protest/appeal procedures. In instances where the protestor
alleges that the City failed to make a final determination on
the protest, protestors shall file a protest with the FTA not
later then five days aafter the protestor knew or should have
known of the City's failer to render a final determination on
the protest. The City will five the protestor the mailing
address of the FTA Regional Office when requested, fot the
filing of a protest in accordance with these guidelines. A
copy of the FTA protest must be sent to the City and also must
include:
- Name and address of the protestor.
I, - Identify the City of Lubbock and the proposal number.
- Statement of the grounds for protest and any
`- supporting documentation with detail of the alleged
failer to follow protest procedures or the alleged
24
F
Citibus
South Plains Mall Transfer Center
FTA Requirements
failure to have procedures, -and be fully supported to
the extent possible.
A copy of the local protest filed with the City and a
copy of the City's decision, if any.
5) Following a protest, the City will not amke an award of a
contract without consulting the FTA for approval.
6) Additional information on FTA protest procedures
requirements are outlined in FTA Circular 4220.1B. A copy of
this circular can be securedby contacting the City.
CONSERVATION
Contractor shall recognize mandatory standards and policies
relating to energy efficiency which are contained in the State
energy conservation plan issued in compliance with the Energy
Policy and Conservation Act (42 USC Section 6321 et seq.).
INTEREST OF MEMBERS OF, OR DELEGATES TO, CONGRESS
In accordance with 18 U.S.C. section 431, no member of, or
delegates to, the Congress of the United States shall be admitted
to a share or part of this contract or to`any benefit arising
therefrom.
CONFLICT OF INTEREST
No employee, officer, or agent of the grantee shall participate in
selection, or in the award or administration of a contract if a
conflict of interest, real or apparent, would be involved. Such a
conflict would arise when:
a. The employee, officer or agent;
b. Any member of his immediate family;
C. His or her partner; or
d. An organization which employs, or is about to employ, has
A financial or other interest in the firm selected for
award.
The grantee's officers, employees or agents shall neither solicit
nor accept gratuities, favors or anything of monetary value from
contractors, potential contractors, or parties of subagreements.
DEBARRED BIDDERS
25
r
F
r
Citibus
South Plains Mall Transfer Center
FTA Requirements
The Contractor, including any of its officers or holders of a
controlling interest, is obligated to inform the Recipient whether
or not it is or has been on any debarred bidders' list maintained
by the United States Government. Should the contractor be included
on such a list during the performance of this project, it shall so
inform the Recipient. Refer to Debarment and Suspension
Certificate attached.
TERMINATION
a. Termination for Convenience
The City of Lubbock may terminate this contract, in whole or
in part, at any time by written notice to the Contractor. The
Contractor shall be paid its costs, including contract close-
out costs, and profit on work performed up to the time of
termination. The Contractor shall promptly submit its
termination claim to the City of Lubbock to be paid the
Contractor. If the Contractor has any property in its
possession belonging to the City of Lubbock, the Contractor
will account for the same, and dispose of it in the manner the
City of Lubbock directs.
b. Termination for Default
If the Contractor does not deliver supplies in accordance with
the contract delivery schedule, or, if the contract is for
services, the Contractor fails to perform in the manner called
for in the contract, or if the Contractor fails to comply with
any other provisions of the contract, the City of Lubbock may
terminate this contract for default. Termination shall be
effected by serving a notice of termination on the contractor
setting forth the manner in which the Contractor is in
default. The contractor will only be paid the contract price
for supplies delivered and accepted, or services performed in
accordance with the manner of performance set forth in the
contract. If it is later determined by the City of Lubbock
that the Contractor had an excusable reason for not
performing, such as a strike, fire, or flood, events which are
not the fault of or are beyond the control of the Contractor,
the City of Lubbock, after setting up a new delivery of
performance schedule, may allow the Contractor to continue
work, or treat the termination as a termination for
convenience.
C. Termination for Cost -Type Contracts
26
Citibus
South Plains Mall Transfer Center
FTA Requirements
The City of Lubbock may terminate this contract, or any
portion of it, by serving a notice of termination on the
Contractor. The notice shall state whether the termination is
for convenience of the City of Lubbock or for the default of
the Contractor. If the termination is for default, the notice
shall state the manner in which the contractor has failed to
perform the requirements of the contract. The Contractor
shall account for any property in its possession paid for from
funds received from the City of Lubbock or property supplied
to the Contractor by the City of Lubbock. If the termination is for default, the City of Lubbock may fix the fee, if the
contract provides for a fee, to be paid the contractor in
proportion to the value, if any, of work performed up to the _
time of termination. The Contractor shall promptly submit its
termination claim to the City of Lubbock, and the parties
shall negotiate the termination settlement' to be paid the
Contractor.
If the termination is for the convenience of the City of
Lubbock, the Contractor shall be paid its contract close-out
costs, and a fee, if the contract provided for payment of a
fee, in proportion to the work performed up to the time of
termination.
If, after serving a notice of termination for default, the
City of Lubbock determines that the Contractor had an
excusable reason for not performing, such as strike, fire,
flood, events which are not the fault of and are beyond the
control of the contractor, the City of Lubbock, after setting
up a new work schedule, may allow the Contractor to continue
work, or treat the termination as a termination for
convenience.
27
W
;r
'" BUY AMERICA CERTIFICATE
The bidder hereby certifies that it will comply with the
�. requirements of section 165(a) of the Surface Transportation
Assistance Act of 1982 and the regulations in 49 CFR 661.
Date
r -
k Signat e i
Title n= t,
or
The bidder hereby certifies that it cannot comply with the
requirements of Section 165(a) of the Surface Transportation Act
of 1982, but it may qualify for an exception to the requirement
r. pursuant to Section 165(b) of the Surface Transportation
Assistance Act and regulations at 49 CFR 661.7.
Date
Signature
Title
r
N
r�
isPOO
.- DEBARMENT AND SUSPENSION CERTIFICATE
The bidder hereby certifies that it will comply with the
requirements of the Department of Transportation regulations
"Governmentwide Debarment and Suspension (Nonprocurement)" 49 CFR
Part 29.
Date n aeNQ 1, 1 q3
Signa re
Title
or
The bidder hereby certifies that it cannot comply with the
requirements of the Department of Transportation regulations
"Governmentwide Debarment and Suspension (Nonprocurement)" pursuant
to 49 CFR Part 29.
Date
Signature
Title
gn
PM"
BID PROPOSAL
BID FOR UNIT PRICE CONTRACT
7 PLACE South Plains Mall Transfer Center, Lubbock, Texas.
DATE I� � ABC N P L , M3
r�.
PROJECT NUMBER 1
�.. Proposal of r1 uL' CzT V PAv tt S Zile • (hereinafter coiled Bidder)
i
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
r-•
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a
\-L- ��Atvaot=EV LIE ly-V�Q
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding the
construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor,
materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents,
7 within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the
work required under the contract documents.
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 60 (Sixty) 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 cum of 9154.00 (One Hundred and Fifty Four Dollars) for each consecutive calendar day in excess of the time set
forth hereinabove for completion of this project, ell as more fully set forth in the general conditions of the contract
documents.
r" Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction
I number 20 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 my not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
7
r�
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
r bid; as provided in the contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars
(t ) or a Proposal Bond in the sum of Dollars (t ), which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner
and the undersigned fails to execute the necessary contract documents 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 proposal; otherwise, said check or bond
shalt 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
r documents swede available to hies for his Inspection in accordance with the Notice to Bidders.
7
meal if Bidder is a Corporation)
ATTEST:
Secretary
h
r
Contractor /}
C�rLEN �. �';r�,TctEN y �'Zi G=S�cIVT
EXHIBIT "A"
BID PROPOSAL WITH UNIT PRICE
ITEM QUANTITY ITEM DESCRIPTION AND UNIT PRICE TOTAL
NO. AND UNIT AMOUNT
DEMOLITION FOR CITIBUS PULL OUT AND TRANSFER FACILITY
C-1 525 S.Y. HMAC pavement surface removal, including all
excavation, transport and disposal in a proper
facility off site, completely removed and
disposed, per square yard
C-2
MATERIALS: DOLLARS ($ 0.15
)
SERVICES: DOLLARS ($ n.15 )
TOTAL ITEM C-1: ($ 1 5c )
243 L.F. City of Lubbock and private concrete curb
and gutter removal, including all excavation,
transport and disposal in a proper facility off
site, completely removed and disposed, per
linear foot
MATERIALS:
SERVICES:
TOTAL ITEM C-2:
C-3 2 S.Y.
MATERIALS:
SERVICES:
TOTAL ITEM C-3:
C-4 LUMP SUM
MATERIALS:
SERVICES:
TOTAL ITEM C-4:
DOLLARS ($ A.00 )
DOLLARS ($ A.co )
($ L• . ee )
$ -3q3 'IS
$ 3 c 35 "15
$ 'I8"1.se,
$ LIF, L- cc
$ q"ta.or,
Concrete drainage gutter removal, including all
excavation, transport and disposal in a proper
facility off site, completely removed and disposed,
per square yard
DOLLARS ($ q . co ) $ 1 9 . c r-
DOLLARS ($ cl co ) $ 19. C n
($ 19 .co ) $ _-�1.. c:C
Salvage existing sprinkler heads and cap existing
service lines outside limits of new construction,
maintain water supply to remainder of system,
complete and salvaged, per lump sum
DOLLARS ($ :SSC, co ) $ . SG. C c
DOLLARS ($ 4SO. oo ) $ Asn' oa
($SCCn. oc ) $ Sc>O.co
NEW CONSTRUCTION FOR CITIBUS PULL OUT AND TRANSFER FACILITY,
C-5 105 S.Y. Type "C" HMAC pavement, 1-1/2" minimum compacted
thickness, including all excavation and subgrade
preparation, 6" compacted caliche base, prime and
tack coats, complete and in place; per square yard
MATERIALS: DOLLARS ($ S c-, ) $ S:2.5 c: t
SERVICES: DOLLARS ($ '5 oa ) $ 5 9 C, c c
TOTAL ITEM C-5: ($k U.ac ) $ %G.cC•
F
ITEM QUANTITY ITEM DESCRIPTION AND UNIT PRICE TOTAL
NO. AND UNIT AMOUNT
NEW CONSTRUCTION FOR CITIBUS PULL OUT AND TRANSFER FACILITY,
C-6 255 L.F. 241, wide standard City of Lubbock concrete curb
and gutter, including all excavation and subgrade
preparation, complete and in place, per linear foot
MATERIALS: DOLLARS ($ a.'IS ) $ 1101. �2 5
SERVICES: DOLLARS ($ a•'15 ) $ 110 1. AS
TOTAL ITEM C-6: ($5.So _) $ I-1c2•5o
C-7 228 L.F. 3011 wide reinforced concrete curb and gutter,
including all excavation and subgrade preparation,
complete and in place, per linear foot
MATERIALS: DOLLARS ($ 3. co ) $ Ic $ 4 b o
SERVICES: DOLLARS ($ 3. cc ) $ h' 1. o c
TOTAL ITEM C-7 : ($ 1', oc ) $ 17S tc S
C-8 345 S.Y. 8" reinforced concrete paving, including all
excavation and subgrade preparation,
reinforcement, and jointing, complete and in
place, per square yard
MATERIALS:
DOLLARS ( $ A 1.35 ) $ 131c E . '1 5
SERVICES:
DOLLARS ($a1.35 ) $ 1 3ivJ� 115
TOTAL ITEM
C - 8 :
($ L- A • 'l o } $ 1 L1 '1 3 i- S o
C-9 290 S.Y.
4" reinforced concrete sidewalk, including all
excavation and subgrade preparation, reinforcement,
and jointing, complete and in place, per square yard
MATERIALS :
DOLLARS ($ t C . `13 ) $
SERVICES:
DOLLARS ($ 1 c>."1 5 ) $ 7� 1 t 1 . 3 c
TOTAL ITEM
C- 9 :
($ 9 ). 'A L- ) $ L- ", ; 3 ui U
C-10 6.5 S.Y.
Standard City of Lubbock concrete handicap ramps,
including all excavation and subgrade preparation,
reinforcement, and jointing, complete and in place,
per square yard
MATERIALS:
DOLLARS ($ 10 -'13 ) $ Log . 11 S
SERVICES:
DOLLARS ($ t o. 13 ) $ loCi . 15
TOTAL ITEM
C-10 :
( $ a 1 46 ) $ 13 t . SC.
C-11 3 EACH
36 inch square Neenah No. R-8704-A or approved
equal frame and grate, complete and in place,
per each
MATERIALS:
DOLLARS ($ 1,15 cc ) $ 3,15 o c
SERVICES:
DOLLARS ($ 1V5.cc ) $ 3Z5 cc.
TOTAL ITEM
C-11:
($ A50-co ) $ 15G.cc
ITEM QUANTITY ITEM DESCRIPTION AND UNIT PRICE TOTAL
NO. AND UNIT AMOUNT
NEW CONSTRUCTION FOR CITIBUS PULL OUT AND TRANSFER FACILITY.
C-12 3 EACH 6' x 10, Midwest American Shelter Systems bus
shelters provided by Citibus, constructed and
installed as per manufacturer's recommendations,
complete and in place, per each,
MATERIALS: DOLLARS ($ -IOo. bo )
SERVICES: DOLLARS ($ 4 CO.00 )
TOTAL ITEM C-12: ($ S Co.00 )
C-13 200 L.F.
::ATERIALS :
SERVICES:
TOTAL ITEM C-13:
Buried No. 10 conductors and ground in 1/2"
conduit including all excavation and paving
repair, complete and in place, per linear foot
$ 1�ac.cc
$ 1 AoG. cc
$ a 4GU cc
DOLLARS ($ Q. A5 ) $ SG . Cc
DOLLARS ($ D . :� 5 ) $ _5 U . c c
($ n SC ) $ 100.00
C-14 237 L.F. 1/2", 3/4" and 1" diameter schedule 40 PVC
water line installed according to the Uniform
Plumbing Code, including all excavation and
compacted backfill, fittings and testing,
complete and in place
MATERIALS:
DOLLARS ($ 0.50 )
$
1 N%. SG
SERVICES:
DOLLARS ($ 0,50 )
$
�\8.5c.
TOTAL ITEM
C-14 :
($ 1 . c o )
$
a 3l . oc>
C-15 3 EACH
1/2" Nibco brass hose bib mith handle and
male thread connector, installed and tested
on 1/2" diameter Schedule 40 PVC, complete
and in place, per each
MATERIALS:
DOLLARS ($ a q 3 5
$
lel • O S
SERVICES:
DOLLARS ($ 5 )
$
SS. of,
TOTAL ITEM
C-15:
($ S19.'1U )
$
Intl, to
C-16 3 EACH
Neenah No. R-6665-OAH or approved equal square
type manhole with frame and hinged and bolted
lid, installed, complete and in place, per each
MATERIALS:
DOLLARS ($
$
3'15 0 c,
SERVICES:
DOLLARS ($ 1)-5 oc, )
$
31 S co
TOTAL ITEM
C-16:
($ a50. to )
$
'1 50. oc
C-17 2 EACH
30 foot tall light standards, including concrete
base, anchors, pole installation and all conduit
installation, electrical connections and testing,
complete and in place, per each
MATERIALS:
DOLLARS ($ Ig50.00 )
$
�90G.co
SERVICES:
DOLLARS ($ tAc5o,cr. )
$
TOTAL ITEM
C-17:
($39nC. ec. )
$
'1 S Cc cc
r
ITEM QUANTITY ITEM DESCRIPTION AND UNIT PRICE TOTAL
NO. AND UNIT AMOUNT
NEW CONSTRUCTION FOR CITIBUS PULL OUT AND TRANSFER FACILITY,
C-18 LUMP SUM Repair existing landscape and adjust existing
sprinkler system adjacent to project as
necessary, per lump sum
MATERIALS: DOLLARS ($ JOGS co ) $ let. cc
SERVICES: DOLLARS ($ 1 DO co i $. t CC.. C. c-
TOTAL ITEM C-18: ($ .lOa. e.o ) $ '200. cam-
C-19 3 EACH Plant in each of the tree wells a 2 inch
caliper cedar elm tree, to be installed by
a certified nurseryman and guaranteed for one
year, complete and in place per each
MATERIALS : DOLLARS ($ 83 gA ) $ 15+ • 5;z,
SERVICES: DOLLARS ($ q 3 : S y ) $ 'i51 . 5 Z
TOTAL ITEM C-19: ($ Ilci.Ics ) $ -)v3 C'i
C-20 2 EACH Standard pedestrian crossing signs installed
with 7 feet of clearance in accordance with
materials and methods of the Manual of Uniform
Traffic Control Devices 1988 edition, complete
and in place, per each
MATERIALS: DOLLARS ($ 30. c o ) $ L- C' . c o
SERVICES: DOLLARS ($ 30.co ) $ U.C..cc
TOTAL ITEM C-20: ($ k(c. cc ) $ t'4; ->.co
BID TOTALS FOR CITIBUS PULL OUT AND TRANSFER FACILITY:
l
MATERIALS TOTAL: $
SERVICES TOTAL: $.0 ; 3
BID TOTAL, CITIBUS PULL OUT AND TRANSFER FACILITY ITEMS: $ AIL i'Ito.514
1
w.
r
r
ITEM QUANTITY ITEM DESCRIPTION AND UNIT PRICE TOTAL
NO. AND UNIT AMOUNT
DEMOLITION FOR SOUTH PLAINS MALL WALKWAY FACILITY,
SPM-1 244 S.Y. HMAC pavement surface removal, including all
excavation, transport and disposal in a proper
facility off site, completely removed and
disposed, per square yard
MATERIALS: DOLLARS ($C,_'15 ) $ 1 S 3 . c c'
SERVICES: DOLLARS ($ h.'7S ) $ IS 3.cr
TOTAL ITEM SPM-1: ($ 1 . SC ) $3 to (r. co
SPM-2 228 L.F. South Plains Mall private concrete curb
and gutter removal, including all excavation,
transport and disposal in a proper facility off
site, completely removed and disposed, per
linear foot
MATERIALS: DOLLARS ($ 2 . a o ) $ a S 1� • a o
SERVICES: DOLLARS ($ _l o o ) $ 5 Ic c c
TOTAL ITEM SPM-2: ($ 4 , co ) $ cl I a . co
NEW CONSTRUCTION FOR SOUTH PLAINS MALL WALKWAY FACILITY,
SPM-3 99 S.Y. Type "C" MAC pavement, 1-1/211 minimum compacted
thickness, including all excavation and subgrade
preparation, 6" compacted caliche base, prime and
tack coats, complete and in place, per square yard
MATERIALS: DOLLARS ($_q.co ) $ q b.cc
SERVICES: DOLLARS ($ q.co ) $ 3 U- cc
TOTAL ITEM SPM-3: ($ R. ec ) $ 1 q a ac
SPM-4 196 L.F. 30" wide reinforced concrete curb and gutter,
including all excavation and subgrade preparation,
complete and in place, per linear foot
MATERIALS: DOLLARS ($ 3 0 c, ) $ S q a . c -
SERVICES : DOLLARS ( $_3. c o ) $ _S ci 4 . c o
TOTAL ITEM SPM-4: ($ ic. C'.r, ) $ 1 % g S . cc
SPM-5 132 S.Y. 4" reinforced concrete sidewalk, including all
excavation and subgrade preparation, reinforcement,
and jointing, complete and in place, per square yard
MATERIALS: DOLLARS ($ 111 . l7 3
SERVICES: DOLLARS ($ 1 0 , O 3
TOTAL ITEM SPM - 5 : ( $ a y • a L, ) $ 3 1 11 5 • ci fl
SPM-6 13 S.Y. Standard City of Lubbock concrete handicap ramps,
including all excavation and subgrade preparation,
reinforcement, and jointing, complete and in place,
per square yard
MATERIALS: DOLLARS ($ 12 . c c ) $ 1 S 1Z . o c
SERVICES : DOLLARS ($ 1 g G G ) $ 15 It C o
TOTAL ITEM SPM-6 : ($ A-1 -oo ) $ ? 19 . o0
I
4-
ITEM QUANTITY ITEM DESCRIPTION AND UNIT PRICE TOTAL
NO. AND UNIT AMOUNT
NEW CONSTRUCTION FOR SOUTH PLAINS MALL WALKWAY FACILITY,
SPM-7
3 EACH
36 inch square Neenah No. R-8704-A or approved
equal frame and grate, complete and in place,
per each
MATERIALS:
DOLLARS ($ % IS .o a )
$
3115 cc,
SERVICES:
DOLLARS ($ 1 3,5 co )
$
315. cc
TOTAL ITEM
SPM-7: ($
$
"1 c, c , co
SPM-8
98 L.F.
1/2", 3/4" and 1" diameter schedule 40 PVC
water line installed according to the Uniform
Plumbing Code, including all excavation and
compacted backfill, fittings and testing,
complete and in place
MATERIALS:
DOLLARS ($ 0. Ioo )
$
5 1� . Qp
SERVICES:
DOLLARS ($ G, L. o )
$
TOTAL ITEM
SPM-8 : ($ )'40 )
$
1 1'1 tic:
'V SPM-9
3 EACH
1/2" Nibco brass hose bib with handle and
male thread connector, installed and tested
on 1/2" diameter Schedule 40 PVC, complete
and in place, per each
MATERIALS:
DOLLARS ($ AR 34 )
$
'8 g . c a
SERVICES:
DOLLARS ($ AR 5c1 )
$
84 c a
TOTAL ITEM
SPM-9: ($ ST, Lq )
$
1'1Ic. cy
SPM-10 3 EACH Neenah No. R-6665-OAH or approved equal square
type manhole with frame and hinged and bolted
lid, installed, complete and in place, per each
MATERIALS: DOLLARS ($ 05 c e ) $ *,'I 5 c o
SERVICES: DOLLARS ($ 1$ 3 15- cc.
TOTAL ITEM SPM-10: ($ �SG.oc ) $ Isc,.ci-
SPM-11 3 EACH Plant in each of the tree wells a 2 inch
caliper cedar elm tree, to be installed by
a certified nurseryman and guaranteed for one
year, complete and in place per each
MATERIALS: DOLLARS ($
SERVICES: DOLLARS ($ S3 %q )
TOTAL ITEM SPM-11: ($ 1611. Ls )
SPM-12 2 EACH Standard pedestrian crossing signs installed
with 7 feet of clearance in accordance with
materials and methods of the Manual of Uniform
Traffic Control Devices 1988 edition, complete
and in place, per each
$
$
$ SC:? cif
MATERIALS: DOLLARS ($ 3t. oo ) $ (L'e. c.)v
SERVICES: DOLLARS ($3c.tc, ) $ LcLC.C.c.
TOTAL ITEM SPM-12: ($ Lco to ) $ I ac. cc%
G ITEM QUANTITY ITEM DESCRIPTION AND UNIT PRICE TOTAL
NO. AND 'UNIT AMOUNT
NEW CONSTRUCTION FOR SOUTH PLAINS MALL WALKWAY FACILITY, 3
E
SPM-13 520 S.F. 811 wide yellow paint striping, including all
surface cleaning and preparation plus a second
application 30 days after the initial striping
MATERIALS: DOLLARS ($ 0,25 )
SERVICES: DOLLARS ($ b. &S )
TOTAL ITEM SPM-13 : ( $ D SLR )
BID TOTALS FOR SOUTH PLAINS MALL WALKWAY FACILITY:
MATERIALS TOTAL:
SERVICES TOTAL:
BID TOTAL, SOUTH PLAINS MALL WALKWAY FACILITY ITEMS:
BID TOTALS FOR ALL ITEMS:
MATERIALS FOR ALL ITEMS:
SERVICES FOR ALL ITEMS:
BID TOTAL FOR ALL ITEMS:
$ y'1 I 1 ' 3 c,
$
$ 5,4 ,13,. 1cC
$ 1-kq kUq. L
� _� : i _ _ ; ; [� ._..�: L �: i _ .: i:� �: 1�.� L� _: L_:_. � C._ _ : L�.._� L �ws C ��e tr , _.,_� i._ __ _: [�_: L_:.. [a�..v:
LIST OF M CONTUCTORS
I
This form shalt be completed end submitted with the Bidder's Pr000set,
Minority Owned
...
Yes No
19
No Text
FM
7
ro
UNITED STATES FIDELITY AND GUARANTY co PANY N V 137648
POWER OF ATTORNEY a
NO. 105707
KNOW ALL MEN BY THESE PRESENTS: Thu UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing
under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
John V. Shropsture, John V. Shropshire, Jr. and Virginia Smith
of the City of Lubbock , State of Texas its true and lawful Attomey(s)-in-Fact, each in their separate
capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other
written instruments in the astute thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts;
and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUA COMPANY as cause this instrument to be sealed with its corporate seal,
duly attested by the signatures of its Senior Via President and Assistant Secretary, this day of �e beIrs A.D. 14)2
I UNTIED STATES FIDELITY AND GUARANTY COMPANY
� saaraMaa (Signed) By. ..�....
o� Senior Vice President
(Signed) By........ ......:........ ............
Assist aot ...Sec..retary
STATE OF MARYLAND) (�c`�1�,
SS: 4
BALTiMORE CITY ) OA.�forc
On this 4th day of Decenter A.D. meperso N14� Robert J. Lamendola
Senior Vice President of the UNITED STATES FIDELITY C,i�ARANTY COMPANY Paul D . Sims Assistant
Secretary of said Company, with both of whom I am pe�cquainted. who bei�by' evenlly duly sworn id, that they, the said Robert J .
Lamendola and Paul s were respective or Vice President and the Assistant Secretary of
the said UNTIED STATES FIDELITY AND NTY COMPANY, t el c"�or�ioo described in ecuted the foregoing Power of Attorney; that they
each knew the seal of said corporation; h al affixed to said P omey was such co e , that it was so affixed by order of the Board of Directors
of said corporation, and that they signed Weir names thereto by Irkbyf':as Senior Vice Pre i�egt Assistant Secretary, respectively, of the Company.
My Commission expires the llth dayin 95•
L �1lY.L'�t'v
NOTARY PUBLIC
Ibis Power of Attorney is granted under and b of the following Resolutions adopted by the Board of Directors of the UNITED STATES
FIDELITY AND GUARANTY COMPANY on Sep 1992:
RESOLVED• that in connection with the ity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments
relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,
either by the Chairman, or the President, or an Executive Vice President, or a Senior Vice President. or a Vice President or an Assistant Vice President, jointly with the
Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each
of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing
Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and unless subsequently
revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and
binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company
with respect to any bond or undertaking to which it is validly =ached.
RESOLVED, that Attomey(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations
of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings.
and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by
an Executive Officer and sealed and attested to by the Secretary of the Company.
L. Paul D . Sims , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY,
do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this
Resolution is in full force and effect.
I, the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of
Attorney is in full force and effect and has not been revoked.
In Testimony Whereof. I have hereunto set my hand and the seal of t e ITED STATES FIDELITY AND GUARANTY COMPANY on this 26 t hday
of March .19 93
eIV
searanae
1896
��►» a>r.
hel")L 0. /�'
.............................................
Assistant Secretary
FS 3 (10-92)
G
OW
F -
17 ICI UNITED STATES
r
FIDEU,`s;;,=ARANTY COMPANY
.��
any
BID BOND
BONDNUMBER .... ...... ».................... ........................... I ........................ ...
KNOW ALL MEN BY THESE PRESENTS:
THAT. Hub City Pavers, I.:..........»............»....................»................._.._»......»....................... ...... »...
............... .................... ....... ................... ............... .... ..._..... ...... »...... ....... of ._.....Lubbock,Texas ............... »...... .._............ »»_... ..........__
................................ ................ _...................................... .............. ... ....... ................. ........ _.._....», as Principal , and UNITED STATES FIDELITY AND
GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly bound unto .................... _...... ........ ..... ..... ».... _................ .......
.......»
_.....»..C.i.ty.... of ... Lubbock.,...Texas...... .... ......... ..................................... ............. ...».»........ ......... .... ...
»..._.._..........»...»__.._ .
as Obligee, in the full and just sum of ...... ......... Five,Percent ,of »Bid
.................... ..._»...... ......... ».......... _.......... ...... ...... »........ ».... ............ ...»».».......»....».»_..»,».....»_..._..».......» Dollars,
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, Jointly and severally, firmly by these presents.
WHEREAS, the said Principal Is herewith submitting its proposal for South Plains Mall Transfer Center
THE CONDITION OF THIS OBLIGATION is such that'if the aforesaid Principal shall be awarded the contract the said Principal will, within the
time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of
the contract, then this obligation to be raid• otherwise the Principal and Surety will pay unto the Obligee the difference In money between
the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work
H the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof.
Signed, sealed and delivered. ..»March .26 1� ,,,
Mate)
Hub City Pavers, »Inc.
UNITED, STATES FIDELITY AND GUARANTY COMPANY
hn�V.»�Shropshr re, Jr. Attorneyan4act
J.. IL,..,, 1+ ♦ t ; ..,.. ..
':.r' Ya.31�.�.''S'S�LL �.:iL
PAYMENT BOND
21
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
r AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
l 1959
KNOW ALL MEN BY THESE PRESENTS, that Hub City Pavers, Inc. (hereinafter called the Principal(s), as
Principat(s), and United States Fidelity 6 Guaranty Company
(hereinafter called the Surety(s), as Surety(s), are held and RMWrgg}�rx , ,,I Y9A4L"i1 dbeTr�tu-Celt�d-the-
Obligee), in the amount of -Forty-nine Thousand, Six/ Dot tars l rs 1� lawful saney of the United States for
the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors
and assigns, Jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of
, 19_, to
For Bid #12517 - South Plains Mall Transfer Center
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 1S SUCH, that if the said Principal shall pay all claimants
II 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 Article 5160 of the Revised Civil
Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shell
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 (a) have signed and sealed this instrument this day
of 19
Principal
r" Hub City Pavers, Inc.
By.
�• (title) Pres i ent
By:
11
By:
(Title)
United States Fidelity & Guaranty
Surety
*By:
tt �
John V. Shropshire, Jr.
Attorney -in -Fact
(Title)
23
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
* * an agent resident in Lubbock County
to whom any requisite notices may be delivered and on wham service
of process may be had in matters arising out of such suretyship.
**The Shropshire Agency, Inc. United States Fidelity 6 Guaranty
* By:
Surety
(Title)
John V. Shropshir,e,'J-r._
Approved as to form: Attorney -in -Fact
City of Lubbock
By:
/City 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.
24
r
r
UNITED STATES FIDELITY AND GUARANTY COMPANY N o 137641
,aur•
POWER OF�ATTORNEY
'.,•
NO.
KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing
under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
John V. Shropshire, John V. Shropshire, Jr. and Virginia Smith
of the City of Lubbock , State of Texas its true and lawful Attomcy(s)-in-Fact, each in their separate
capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other
written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts;
and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTX COMPANY as cause¢ this instrument to be sealed with its corporate seal,
duly attested by the signatures of its Senior Vice President and Assistant Secretary, this 4t day of �eilber , A.D. 16)2
UNITED STATES FIDELITY AND GUARANTY COMPANY
Imsa (Signed) By...� P
........ I.........
� f Senior Vice President
(Signed) By...................... ...............
` �� '�Auistant Secretary
STATE OF MARYLAND)
�'"
BALTIMSS: ORE CITY ) � $ 1p
on this 4th day of December A.��Qy"I ,be Pore me pe e Robert J. Lamendola
Senior Vice President of the UNITED STATES FIDELITY Y �0RANTY COMPAI Paul D . Sims Assistant
Secretary of said Company, with both of whom I am cquainted, whbe' by severally duly swo� that they, the said Robert J .
Lamendola and Paul ms 1� were respective or Vice President and the Assistant Secretary of
the said UNITED STATES FIDELITY �� COMPANY, ration described in executed the foregoing Power of Attorney; that they
each knew the seal of said corporation;--'^ri^ seal affixed to said Rn tt
omey was such cot ]al, that it was so affixed by order of the Board of Directors
of said corporation, and that they signed their names thereto b k e eras Senior Vice Prcsi Assistant Secretary, respectively, of the Company.
My Commission expires the llth day in , 95
(S n . J
rJ i'l� NOTARY PUBLIC
This Power of Attorney is granted under and �ity of the following Resolutions adopted by the Board of Directors of the UNITED STATES
FIDELITY AND GUARANTY COMPANY on Sept 1992:
RESOLVED, that in connection with the fi Itty and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments
relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomcy(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the tame and on behalf of the Company,
either by the Chairman, or the President, or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President. jointly with the
Secretary or an Assistant Secretary, under their respective designations. The signature of such officers maybe engraved, printed or lithograpbed. The signature of each
of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing
Attorneys) -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently
revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and
binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company
with respect to any bond or undertaking to which it is validly attached
RESOLVED, that Attomey(s)-ia-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terns and limitations
of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,
and other writings obligatory in the nature thereof, and any such instrument executed by such Attorneys) -in -Fact shall be as binding upon the Company as if signed by
an Executive Officer and sealed and attested to by the Secretary of the Company.
L Paul D . Sims , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY,
do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this
Resolution is in full force and effect
L the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of
Attorney is in full force and effect and has not been revoked.
In Testimony Whereof, I have hereunto set my hand and the seal of t e ITE STATES FIDELITY AND GUARANTY COMPANY on this day
of • 19
yriM+O D A .
v.............................................
q
vivime-
Assistant Secretary
k s 3 (la9z>
r
i
6/ 2/1993 |======
—.... .... .... —.... .... .... .... .... .... —... .... .... .... .... .... .... .... —............... ... ... ... .......................................................
RODUCER
—.... .... .... .... .... .... .... .... —.... .... .... .... —.... .... .... ....... .... ........ ........ .... ... ........ ........ -------
THIS CERTIFICATE IS ISSUED AS A MATTER OF |
| The Shropshire Agencyv Inc.
:INFORMATION ONLY AND CONFERS NO RIGHTS UPON �
';P.D. Bow 10428
:THE CERTIFICATE HOLDER. IT DOES NOT AMEND, |
',Lubbock, TX 79408
:EXTEND OR ALTER THE COVERAGE AFFORDED BY THE �
| (806) 763-7311
:POLICIES BELOW. |
�
^`-----------------------------... ....
.... |======| COMPANIES AFFORDING COVERAGE |======�|
'INSURED
� COMPANY A: AETMA CASUALTY & SURETY CO. |
UB CITY PAVERSn INC"
| COMPANY B: U S FIRE INSURANCE CO. |
| 4214-50TH STREETw SUITE B
| COMPANY C: |
|LUBBOCKv TEXAS 79413
| COMPANY D: |
i_........... ....... ............................... ... —.... .... ....... --------------
| COMPANY E: |
........ .... .... ....... .... ........ .... —.... .... .... -------------------------------
COVERAGES
This is to certify that policies of insurance listed
below have been issued to the insured named above for the policy period
","indicated, notwithstanding any requirement, term or condition of any contract or other document with respect to which this
certificate may he is�
L med or may pertain, the insurance afforded by the policies described herein is subject to all the terms,
exclusions and conditions of such policies. Limits shown may have been reduced by paid claims.
|=| INSURANCE |====| POLICY
� -----_----------------------------------------------------------------_--------
| |GENERAL LIABILITY|
Effective|$ 1,000,000 General Agg |
' ��
|[X] Gen Liability|071GL82358
CCA | 01/��1/93 |$ Io��O��v��0�� Prod/CoOps Agg|
/ |[X] Occ C ] CM |
| |$ 500,OOO Pers/Adv Inj �
Y OCP |
| . .$ 500,000 Occurrence |
| |[ ] |
|Expiration|$ 509000 Fire Damage |
| |
| 01/01/94 |$ 5,OOO Medical Exp |
[--+-----------------+—.... .... .... .... —.... .... .... .... .... ----~--............ .............. ............. ........ .... ... ............ ... .... .... .... .... —.... .... .... ----------|
| "AUTO LIABILITY |
| Effective, '
|[X] Any Auto |071FJ1142662
CCS | 01/01/93 :$ 500,000 CSL |
| |[X] All Owned |
| | |
-� | [X] Scheduled
' |[X] Hired |
| | |
|[X] Non —owned |
|Expiration|$ BI (person) |
|| [ ] Garage 1-iab |
| 01/01/94 |$ BI (accident) |
|$ PD |
+-----------------........... ... ------------_--+----------+--------------------------'
.
�
' 'EXCESS LIABILITY |
.
' / / '$ Occurrence '
, . .
| |[ ] Umbrella |
| |$ Aggregate |
' |[ ] Other |
| / / |__________________________|
/ --+-----------------+-------------------+----------|[%]
Statutory Lmts|
�.B | WORKERS COMP |407-09-00-27
| 01/01/93 |$ 1009000 Each Accident |
| | AND |
| EMPLOYERS LIAB |
| |$ 500oOOO Disease —Limit |
| 01/01/94 |$ 1000000 Disease—Empl |
(--+--------....................... .... .... ... ...... ...... .... .... _--.....
... .......... ... ............ ... +----------+-------_----_------------_|
|$ |
. ,
. .
. . .
. . .
| _________________________________________________�____________________________'
'
:Description of operations/locations/vehic1es/other
^
\
[' FOR BID #12517 SOUTH PLAINS
L
MALL TRANSFER CENTER '
.
'
.
.
PIN
,
.
`
'
| --------------------------------------|
CAN[��LLATION |------------------------|
'|===�==| CERTIFICATE HOLDER |=======|Should any of the above describen policies|
' ----------------------~.... .... --------�be
cancelled before the expiration date |
\
'thereof, the is�uing company will endeavor:
L . CITY OF LUBBOCK
:to mail 10 days written notice to the |
| P^ 0, E40X 2000
:certificate holder named to the left, but |
LUBBOCK, TEXAS 79457
:failure to mail such notice shall pose no |
i
:obligation or liability of any kind upon |
/
/ ________—__---------------------------��
--
�� esentative|------
PERFORMANCE BOND
25
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIViL STATUTES OF TEXAS AS
AMENDED BY
i PM ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
Pavers, Inc.
KNOW ALL MEN BY THESE PRESENTS, that Hub Ci ty6ereinefter called the Principal(s), as Principal(s), and
I
United States Fidelity & Guaranty Company
(hereinafter called the Surety(s), as Surety(s), are held and U�t is Am�Ik
Ity of Lu tQgbereina_fter called_the
Obligee), in the amount of -Forty-nine Thousands Six/ Dol�ara ( x lawful money of the United States for
the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors
and assigns, Jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of
, 19_, to
r
f For Bid #12517 - South Plains Hall Transfer Center
r
f and said principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if
copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the
work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to
remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil
Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be
determined in accordance with the provisions of said article to the same extent as if it were copied at length herein.
1N WITNESS WHEREOF, the said Principal (a) and Surety (a) have signed and sealed this instrument this _ day of
, 19_
United States Fidelity 6 Guaranty Company
Surety
• By.
(TittW . 4psre, Jr.
Attorney -in -Fact
Hub City Pavers, Inc.
Principal
By•
esi e n t
(Title)
By:
(Title)
By:
(Title)
27
r
The undersigned surety company represents that It is duly qualified to do business in Texas, and hereby designates
* * an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of
r.. process may be had in matters arising out of such suretyship.
**The Shropshire Agency, Inc. United States Fidelity & Guaranty
Surety
r�
Ito/. iza-
«Hy:
7 (Title) _ir -
jJohn V. Shropshire,` Jr.
Approved as to Form Attorney -in -Fact" `
r City of Lubbock r
Hy:
city Attorney
E
« 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.
L .
r+op
a
i
R
!"0
l
r
r
i
28
CERTIFICATE OF INSURANCE
i
r
r
29
M
cn
7
r
i
6
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK .r �u r�
THIS AGREEMENT, made and entered into this K r by and between the City of Lubbock, County of Lubbock,
State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as
OWNER, and NUB CITY PAYERS of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS, hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed
by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees
with OWNER to commence and complete the construction of certain improvements described as follows:
BID #12517 - SOUTH PLAINS MALL TRANSFER CENTER .44q, 4uci .4
and all extra work a in connection therewith, underthe terms as stated in the contract documents and at his (or their) own
r proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
i
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
proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment
on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents ha executed this �reement Lubbock County, Texas in the
year and day first above written. T
r ATTEST:
ecretary
APPRO AS T�O� C�ON�TE�%NT:
APPROVED AS TO Faits:
i
rATTEST:
Corporate Secretary
r
CI
HUB CITY PAVERS
(OWNER)
OR -
y: ^—�
T LE: ESz1)E/uT
COMPLETE ADDRESS:
yaiy SOrN SrP-ET, SKzr--
LuBBocjc, TX 741113
36
I
GENERAL CONDITIONS OF THE AGREEMENT
r
37
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or the expression Party of the First Part, 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 the expression Party of the Second Part, or Second Party, is used, it shall be
understood to mean the person, persons, co -partnership or corporation, to -wit: HUB CITY PAVERS, INC. who has agreed
to perform the work embraced in this contract, or to his 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 John Wilson, Manager Citibus, City of Lubbock, under whose supervision these contract documents,
t including the plans and specifications, were prepared, and who will inspect constructions; or to such other
representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this
agreement. Engineers, supervisor or inspectors will act for the owner under the direction of owner's
Representative, but shall not directly supervise the Contractor or wen acting in behalf of the Contractor.
6. CONTRACT DOCUMENTS
The contract documents shall consist of the Motive to Bidders, General Instructions to Bidders, Proposal, 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 his
inspection in accordance with the Notice to Bidders.
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.
Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their nature, be
specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of
which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said
Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his
Interpretations of the meaning of the words, terms, or clauses defining the character of the work.
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.
7. WRITTEN NOTICE
r" 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 him who gives the Ntjce.
r 9
i
G
R"'
1 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 shall review all work included herein. Me has the authority to stop the work whenever such stoppage
tt my be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to
discourage litigation, it is further agreed that 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 this contract. He 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 Owner's
Representatives's estimates and findings shall be conditions precedent to the right of the parties hereto to
arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this
contract; provided, however, that should owner's Representative render any decision or give any direction, which in
the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party
may file with said Owner's Representative within 30 days his written objection to the decision or direction so
rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter
provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore,
written decisions or direction of the Owner's Representative as rendered shall be promptly carried out, and any
claim arising therefrom shall be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the owner and the Contractor
a written decision on all claims of the parties hereto and on all questions which may arise relative to the
execution of the work or the interpretation of the contract, specifications and plans. Should the owner's
Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his
decision had been rendered against the party appealing.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shell 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 six
(6) days make written appeal to the owner's Representative for his decision.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
r The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
lkeep on the work, during its progress, a C mWtent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given
�r�• to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable
i 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 will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work.
i'- 41
I
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself 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 effect the work under this contract.
No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the
execution of this contract, shall effect or modify any of the terms or obligations herein contained.
Is. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, 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 him
in writing that any man or men on the work, are, in his opinion, Incompetent, unfaithful, or disorderly, such man or
men shall be discharged from the work and shall not again be employed on the work without the owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's
Representative shall 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 reasonable 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 work is in preparation or progress. Contractor shall ascertain the scope of any
observation which 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 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 Observer has previously accepted the
work through oversight or otherwise. If any 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.
42
i
If any 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.approval, and any work which meets the requirements of any such tests or approval but
does not meet the requirements of the contract documents shall be considered defective. Such defective work 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,
j� owner's Representative, or other persons authorised under this agreement to make such inspections, tests, or
approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements
of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use
rin the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in
l conformity with plans, specification and 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 this contract. It is further agreed that any remedial action contemplated
as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the owner may make such changes and alterations as the owner may see fit, in the
Line, grade, form dimensions, plans or 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
1 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 rider this contract;
otherwise such additional work shall be paid for as provided under Extra Mork. 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 any actual loss
occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned.
24. EXTRA MIRK
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 proposal,
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
r 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 sun; or
r 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 actual field cost of the work, plus fifteen (15%) per
cent.
43
i
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shalt
apply and the "actual field cast° is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together
with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits,
Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and sit 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 natters 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 shalt be incorporated in the written extra
work order. The fifteen percent CIS%) of the actual field cost to be paid to Contractor shall cover and compensate
him for his profit, overhead, general superintendence and field office expense, and all other,elements of cost and
expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or field
Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same
shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In ease
any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation
or an adjustment in the construction time, he shall make written request to the Owner's Representative for a written
order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute
extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the
Contractor shall proceed with the work after making written request for written order and shall keep adequate and
accurate account of the actual field cost thereof, as provided under Method (Q . The Contractor will thereby
preserve the right to submit the matter of payment to arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions
in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a
clarification before the bids are received, and if no such request is received by the owner's Representative prior
to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included
and has provided sufficient sums in his proposal to complete the work in accordance with these plans and
specifications. it is further understood that any request for clarification must be submitted no later than five
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 his force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
44
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shell take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's
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
r" Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its
officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on
account of any injuries or damages received or sustained by any person or persons or property, on account of any
negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and
m supervision of said contract, and the project which is the subject matter of this contract, on account of the
failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be
required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or
employees including attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by
the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are
intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of his subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance
i protection as hereinafter specified. 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. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General liability Insurance with limits of S300,000 Bodily Injury
and S300,000 Property Damage per occurrence to include:
r
I Premises and Operations
Explosion i Collapse Hazard
Underground Damage Hazard
Products i Completed Operations Hazard
Contractual Liability
J Independent Contractors Coverage
ll Personal Injury (with exclusion "c" waived)
r
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.
45
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the
City of Lubbock as insured and the amount of such policy shall be as follows
For bodily injuries, including accidental death, $500,000 per occurrence, and S100,000 for Property Damage.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury $250/500,000
Property Damage $100,000 —
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
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss)
naming the City of Lubbock as insured.
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of (S1,000,000
minimum) with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile
Liability coverages.
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.
F. Worker's Compensation and Employers Liability Insurance _
As required by State statute covering all employees whether employed by the Contractor or any Subcontractor
on the job with Employers Liability of at least S100,000 limit.
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.
46
9
PIR
d:
(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.
7 29. DISABLED EMPLOYEES
Contractors having more than 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 priviliges of employment.
r+�
30. PRDTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN. AND FURNISHERS OF MACHINERY, EQUIPMENT AND
SUPPLIES
The Contractor agrees that he will indemnify and save the owner harmless from all claims growing out of any demands
of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof,
equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this
contract. When Owner to 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,
withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may
ipply the sum to withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
}F"11 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
G
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
I
thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall
indemnify and save the Owner 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
i the product of a particular manufacturer or manufacturers is specified or required in these contract documents by
t Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor,
then Contractor shall indemnify and save Owner harmless from any loss on account thereof. if the material or
process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless
he promptly gives written notice to the Owner of such infringement.
h 32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner
against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the
Contractor or his employees. If the Contractor observes that the plans and specifications are at variance
therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be
adjusted as provided in the contract for changes in the work. if the Contractor performs any work knowing it to be
contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he
shall bear all costs arising therefrom.
r
i
I
k
*^ 47
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. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his 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 his full
obligations to the Owner, as provided by this contractual agreement.
34. TIME FOR 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 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 on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any —
proper extension thereof granted by the owner, 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 $154.00 (one Hundred Fifty Four Dollars) PER OAY, not as a penalty, but as liquidated damages for the breach of
the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the
time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average
climatic change 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 of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the owner would in such event sustain, and the amount
is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates
for payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute his 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 proposals; provided, also, that when
the owner is having other work done, either by contract or by his own force, the Owner's Representative may direct
the time and manner of constructing work done under this contract to 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 proposes 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. '-
48
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion
of this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he
shall not be entitled to, nor will he request, an extension of time on this contract, except when his 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. .The Contractor may apply in writing for an extension of time, submitting therewith all written
justification as may be required by Owner's Representative for such an extension as requested by Contractor. The
Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the
Contractor supported by all requested documentation shall then submit such written request to the City Council of
the City of Lubbock for their comideration. Should the Contractor disagree with the action of City Council on
granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
37. HIMANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time
herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays in securing material or workmen or otherwise. Mo 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 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 for the various classes of work to
be done and material to be furnished under this contract, they are approximate and are to be used only as a basis
for estimating the probable cost of the work and for comparing their proposals offered for the work. It is
understood and agreed that the actual amount of work to be done and the materials to be furnished under this
r. 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 he shall be liable for any and
all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees
to indemnify, save and hold harmless the Owner against.any claim or claims for damages due to any injury to any
adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall
not apply to any claim of any kind arising out of the existence or character of the work.
F49
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and'material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for ell
expenses incurred by him 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 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. 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; said statement shall also include the value of all sound materials delivered on site of the work
that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained
until final payment, and further, less all previous payments and all further sums that may be retained by owner ^'
under the terms of this agreement. It is understood, however, that in ease the whole work be near to completion,
and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no
fault or negligence on the part of the Contractor, the owner may upon written recommendation of Owner's ^,
Representative pay a reasonable and equitable portion of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work
has been completed or substantially completed, the'Owner's Representative and the Owner shall inspect the work and
within said time, if the work be found to be completed or substantially completed in accordance with the contract
documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and
thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the
work to the Contractor.
50
j" Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
It measurement and prepare a final statement of the value of all work performed and materials furnished under the terms
of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day
^, after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided
he has fully performed his contractual obligations under the terms of this contract; and said payment shall become
E due in any event upon said performance
pe by the Contractor. Neither the certificate of acceptance 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 special conditions (if any) of this contract or required in the
specifications made a part of this contract.
f� 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
i'
l Contractor shall promptly remove from Owners' premises all materials condemned by the owner's Representative on
accent of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor
shall at his own expense promptly replace such condemned materials with other materials conforming to the
requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors
damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work
within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and
replace it at Contractor's expense.
46. CORRECTION OF WDRK 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 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
substantial completion. The owner or the Owner's Representative shall give notice of observed defects with
reasonable promptness.
47. PAYMENT WITHHELD
r�
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(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, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
�+ 48. TIME OF FILING CLAIMS
It is further agreed by both Parties hereto that all questions of dispute or adjustment presented by the Contractor
Malt be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's
Representative has given any directions, order or instruction to which the Contractor desires to take exception.
The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in
writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for
arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the
date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final
acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any
�. claim by either party, except where noted otherwise in 5 he contract documents.
i ]
i
44. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at'the request of either party to
the dispute. The parties nay agree upon one arbitrator, otherwise, there shall be three; one named in writing by
each party and the third chosen by the two arbiters selected; or if the arbiters fail to select a third within ten
(10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a
resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10)
days of the demand, his right to arbitrate shall lapse, and the decision of the Owner's Representative shall be
final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's
Representative shall appoint such arbiter. Should either party refuse or neglect to supply the arbiters with any
papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract,
unless either or both parties shall appeal within ten (10) days from date of the award by the arbiters, and it is
hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed
by Arbitration Statutes of Texas, being Article 224, at seq., Vernon's Annotated Civil Statutes. THE DECISION OF
THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY
RIGHT OF LEGAL ACTION.
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, �—
such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken
without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own
compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon
either or both parties. The award of the arbiters must be made in writing and shall not be open to objection on
account of the form of proceedings or award.
50. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of
the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the
Specifications hereto attached, 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.
After receiving said notice of abandonment, 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 York, 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for
within ten (10) days after service of such notice, then the Owner may provide 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 his Surety shall pay the amount of such excess to the Owner; or
52
(b) The Owner, under sealed bids, after notice published as 'required by taw, 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
iii under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
board therefore. however, should the cost to complete any such new contract prove to be less than that
t which would have been the cost to complete the work under this contract, the Contractor or his Surety shall
be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and
certificates of completion and acceptance, as provided in paragraph 42 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, 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
certificate 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 ardor his Surety 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. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety
fail to pay the amount due the owner within the time designated heretnabove, and there remains any machinery,
equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of
such equipment and materials shall be mailed to the Contractor and his Surety 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 shalt be held at the risk of the Contractor and his
Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15)
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. 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 which remain on the 'jobsite and belong to persons other than
the Contractor or his Surety, to their proper owners.
51. ABANDONMENT By 0WNER
In case the owner shall fait to comply with the terms of this contract, and should fail or refuse to comply with
�., said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or
wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the
ground that have not been included in payments to the Contractor and have not been incorporated into the work.
Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which
actually j estimate shall include the value of ail work y completed by said Contractor at the prices stated in the the
a attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all
Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sun
r to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot
be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by
deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the
Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or
before thirty (30) days after the date of the notification by the Contractor the balance shown by said final
statement as due the Contractor, under the terms of this Agreement.
53
52. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article
5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said
contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not
be required. 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. And it is further agreed that this contract shall
not be in effect until such bonds are so furnished.
53. 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
shalt control.
54. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss 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 and the prosecution of the same, or
from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be —
sustained and borne by the Contractor at his own cost and expense.
55. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control his 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
his 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.
56. 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 he shall remove all such debris and also his 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.
54
CURRENT WAGE DETERMINATIONS
55
General Decision Number TX91602S
superseded General Decision No. TZ9000:wa
State: TEXAS
Construction Type:
ftaly
County(ies):
ECTOR istDIJ= MDALL
LUBBOCK POTTER TAYLOR
TOM GR..EN
EEAVY (excluding tunnels • & . dams) and EIGEWAY - PROJECTS, (does..not-
include building structures in rest area projects).
Modification Number Publication Date
1 12/13/1991
TX910028 - 1
COUNTY (ies) :
ECTBR MIDLAND
RANDALL TOY 'GREEN
LUBBOCK POTiT
TAYLOR
Craft Croup Name:
Craft/Rate Text Block: S=037A
1 11/13/1991
Basic Fringe
Hourly Benefits
Rate
ASPHALT EMITER OPEpi%TOR
$ 7.4 6 7
ASPHALT MEER
7.267
JLSPF.ALT SF.ov7zzR
6.400
BATCF=G PLANT WEIGEMR
9.799
CARPENTER
8.153
CARPiN' :'ER F.ELPE ZR
6.881
CONCRETE FINISHER -PAVING
7.496
CONCRETE FINIS.. zR HELPER PAVING
6.500
CONCRETE r=silm STRUCTU ES
6.148
CONCRETE F=SEER IM ZR STRUCTURES
6.987
£?,�r CTRICIAN
10.000
EXECTRICmiLK BELPER
9.500
FZAGGER
5.500
FOPM BUILDER -STRUCTURES
8.021
FORD BUILDER hrLPER STRUCTURES
7.000
FOP.M SETTER - PAVING & CURB
8.300
FORM SETTER & CURB
6.307
TX910028 - 2
jr
F
FORM SETTER -STRUCTURES
7.839
FOR! 5=-%M EMPER STRUCTURES
6.479
LABORER -COMMON
6. 018& "
LABORS UTIL�TTv
7.102'
MECE NIC
10.282
MECHANIC IMI ER
8.000
OILER
8.233
SERVICER
7.823
PIPE LAYER
7.000
PIPE LAVER EELS
6.250
ASPfiALT DISTRIBUTOR OPERA -TOR
7.972
ASPHALT PAV1'NG YAC=Z
6.187
BROOK OR SwLEPER OPERATOR
6.411
BULLDOZER
7.963
CONCRETE PAVING CURSNG MACEINE
9.100
-CONCRETE PAVING FINISHING Yl cs--m
6.075
CONC" tr.TE PAVING ionT ' SEALER
7.750
CONCRETE PAVING SAW
10.063
CONCR M PAV NG SPREP.DER-
9.100
RFINroRCINC- ST--&;L MACETNr
6.500
SLIPFORM MAGEINE OPERATOR
9.000
CRANE, f--LAx_4"= T- j' BA,CxEOE
DERRICK, DRAGLINE, SHOVEL
LESS MEAK 1 1/2 C.Y.
8.574
CRANE, C AMSEELL, BACKHOE
DERRICK, DRAGLMl , SHOVEL
1 1/2 C.Y. •& OVER
10.043
CRUSFXR OR SCREENMG PLANT
OPERATOR
7.500
FOUNDATION DRILL OPERATOR
CRAWLER Y.OVh"T'ED
9.000
TX910028 - 3
r-�
FOUNDATION DRILL OPERATOR
TRUCK MOUNTED
10,750
FOMMATION DRILL OPERATOR
;mT,'bL-R
7.050
FRONT END LOADER - 2 1/2 C.Y.
a LESS
7.458
FRONT END LOADER - OVER 2 1/2
C.Y.
7.669
ROIST — D=BLE DRUX
8.100
MOTOR GRADER, OPERATOR
FINE GRADE
10.343
MOTOR CReDER
9.635
PAVEMENT MAP=G MACE
9.150
PLAN-2.2-It OPZ ATOR
10.458
ROT..,r�R, STEEL %EM:L PLANT
I.=X PAVETTS
6.828
,ROLTER, STEEL Wr"""E. .EL OTE M,
FLATWEEEL OR T1-MPiNF
6.474
ROLLER, PNEUXA. IC SELF-PROPELLED
6.455
SCRAP-R-1 C.Y. & LESS
7.546
SCRnPZR-OVF,R 17 C.Y.
7.655
SIDE BOON
6.350.
TRACTOR -CRAWLER TYPE 150.EP:
AND i:ESS
7.290
TRACTOR -CRAWLER TYP:r OVER
150 Ep
10.750
TRACTOR - PT3 2F I&
7.422
REINFORCING STEEL SETTER
PAVING
7.926
REINFORCING STEEL, SETTS-E-R
STRUCTURES
9.086
R-EM FORCING STEEL SETTER
HELPER
7.772
1-
X910028 - 4
9 - 3ZOOT6XZ
KOIS=2a '1u3Nno 3o a=
C [TT)t-(g)S'S
6Z) �asnata az�.uoo sP�taPua�s �ogvt a =. PsPT-&=d'sa
ATUO =OTZ=TzTssatn stm ;o ' ad=lr
at{a, u-ega,tM palonjacrT you XsaA ,zoo papaaB suo t;TssaZo Ps
Zs?Tan
06V 8
iMdrl= =a7za
LZ8'tt
X'3Q23M
t 6 8' 9
XITnI J.I3rI@2iS-2i3di2$Q XOII2iL
99909
i0'I�i/�oSi�iO`I-�t3d22iQ :IOi12 ,L
0 £T' LII
T 6 L' 9
.AY= a= wl!D=S-UTAZla M=
Z69' 9
MMM 3IXT XDMQ
00909
aHOZ XaOM =.TAUZS 3QSaS?iM
Z E E • L
190sV�Mao X01a 2i avau3s
OSZ'9
'Iw.S. auras 2I3dTm EOM =7=9
000416
?@2i M= - EOM `i=s
I '
t.
r
r
r
rSPECIFICATIONS
t:
t
t ..
l:
n
P
t
�'
57
I
[ MATERIALS OF CONSTRUCTION
0M 1. GENERAL
The following paragraphs give the specifications on the
various materials which 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
r"
i, Cement shall conform to "Standard Specifications and Test
for Portland Cement," A.S.T.M. Serial Designation C150,
r` 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. 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 material's, 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. C-88-76.
i ,Stockpiles
7 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
IV-1
7
by drift fences of any suitable material approved by the
Engineer, when sandstorm possibilities exist. Care will 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 Test
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
mix design 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 days 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 days run. The
IV-2
costs of all such testinq 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
E^
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 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
l Concrete conforming to these specifications may be "Ready
l Mix" but transporting vehicles shall be operated such as to
insure delivery and placement in forms without loss or
r' segregation of ingredients and within one hour of mixing
time. Concrete will be mixed continuously during transit.
IV-3
Mix Design
All concrete for curb and gutter, valley gutters, fillets
and alley stubs, alley slabs, drainage channels, inlet
boxes, headwalls, and medians shall have 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
Class
many test
3 day
7 day
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.
ow Strenath Concrete
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.
IV--4
7
F
r
F
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. Mixin
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
IV-5
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 Reinforcement
(1) The fiber used shall be 100 per cent 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 - 1/211.
(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 4-2-E. Quantities to be used shall conform
to manufacturer's recommendations, unless otherwise —
directed by the Engineer.
4. JOINT MATERIAL
A. Expansion Joint Materials
r-
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 Material
Joint sealing material shall be W.R. Meadows SOF-SEAL or
approved equivalent
IV-6
r
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
C. 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
r 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
l 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 one inch (111) 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
r groove in the face.
6. FLEXIBLE BASE (CALICHE)
A. Description
"Flexible Base (Caliche)"shall consist of a foundation
j�
course for surface course or for other base courses. It
ll
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.
r.
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:
r
IV-7
Sieve Size 2" 1-1J2" 7/8" 1J2" 14 140
-------------------------------------------------------
retained 0, 0-5 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 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 (THD 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 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.
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
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.
IV-8
Material shall be,stockpiled Ah,-,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.
r (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. 1982 Specification
Item (292)
Grade 4 -- Grading requirements percent retained -sieves
-1 2" 7 8" 1m jt4 040
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 prior
to the mixing operations. Where more than one material
is used, tests will be on the combined materials.
r The mineral aggregate shall not contain more than 0.5%
c; 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 Engineerandshall meet the requirements
of Item 300, THD Specs, 1982 "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.
F
(1) Asphaltic Stabilized Mixture
IV-9
r
r
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 30011, as
approved by the Engineer.
(3) Tolerances
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.
IV-10
r-
k When requested by the-Engineer,=4oi,gh'batch and continuous
types of mixing plants shall be equipped with automatic
proportioning devices in accordance with the requirements
THD 1982 Specifications Item 520, "Weighing and Measuring
Equipment." If automatic recording devices are required by
plans, they shall be in accordance with the THD Item 520,.
r. "Weighing and Measuring Equipment."
A. Weiah-Batch Type
(1) Cold Aggregate Bin and Proportioning Device
of
the
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
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
i 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
t
E
IV-11
r
to the proper location on the mixing plant where
representative samples maybe 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 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 pugmill 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 timelockthat 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) aurae -Storage System
IV-12
�r^ A surge -storage system�.�may-be�,usea. It shall be
I adequate to minimize productioninterruptions during
the normal days 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.
(s) 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.
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.
IV-13
(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 THD Item 520, "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 enteEing the recording meter
shall be maintained at z 10 F 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
THD Item 520, "Weighing and Measuring Equipment",
shall apply.
(8) Mixer
The mixer shall be of the pugmill 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 pugmixer and/or
pitch of the mixing paddles shall be so adjusted to
maintain a level of mixture in the pugmixer
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
IV-14
i
the normal.day's.gperation..Adevice such as a gob
hopper or other'similar`devices approved by the
Engineer to prevent segregation in the surge
r• storage bin will be required. If the Contractor
elects to use a surge storage system, scales
conforming to the requirements outlined herein will
r, be required.
(10) scales
r Scales may be standard platform truck scales or
4 other equipment such as weigh hopper (suspended)
scales approved by the Engineer. All scales shall
conform to the THD Item 520, "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.
r
t
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.
(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
IV-15
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 THD Item 520, "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
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 bemadefor
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 ±100F 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 THD Item
520, "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
IV-16
The drum mixing «system Is ili. 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
d damaged in the necessary drying and heating operations
required to obtain a mixture of the specified
temperature. A continuously recording thermometer shall
t be provided which will indicate the temperature of the
t 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 days 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 THD Item 520, "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
I
IV-17
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 up
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 THD Item 528, "Automatic Screed
Controls for Asphaltic Concrete Spreading and Finishing
Machines".
F. Rollers
It shall be the responsibility
rolling equipment available on
the paving mixture in place as
the laydown operation. Rollers
qualifications for their type
IV-18
of the Contractor to have
the job to properly compact
required without delay to
provided shall meet the
as follows:
t
(1) Pneumatic Tire Rol'lpr's"(Vtequi ed' 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
f This roller shall be an acceptable power -driven trench
i' 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
r 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
r 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
IV-19
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
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) Stoc piling 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
THD Item 300, "Asphalts, Oils 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.
IV-20
(� ( 3 ) Feeding and Drys n ` of Aggrega e`
t 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
j' mixture unit at a temperature more than 4000 F.
The proportioning of the various materials entering the
asphaltic mixture shall be the responsibility of the
Contractor as approved by the Engineer andin
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
r,
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 pugmixer shall not
exceed 250 F.
Temporary storing or holding of the asphaltic
mixture by the surge -storage system may be used
during the normal days operation. Overnight
r 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.
IV-21
(b) Continuous -Tyne 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 pugmixer shall not exceed 250 F.
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 1 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.
IV-22
i
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
PmA 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 until 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 Stabilized Base
1. The asphaltic mixture shall not be placed when the
air temperature is below 450 F and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 40° F 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
J placing, the temperature of the asphaltic mixture is 250 F
or more below the temperature approved by the Engineer, all
r-
t
r
E
IV-23
or any part of the load may be rejected and payment will
not be made for the rejected material.
(2) Prime Coat
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 coatis 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) Transportin
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.
(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
IV-24
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
E 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. Compacting
(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
a rollers, rolling shall start longitudinally at the
sides and proceed toward the center of the pavement,
r., 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
IV-25
i
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 ofthemixture. If any 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.
and Tampin
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
IV-26
i
City personnel will provide density test and results
throughout the construction process at no cost. to the
contractor.
r Samples of the completed pavement shall be removed from
locations designated by the Engineer to enable him to
determine the composition, compaction, and density of 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.
9. ASPHALTS
Asphalts for use on this project shall comply with Texas State
Highway Department Specification, Item 300.
10. HOT MIX ASPHALTIC CONCRETE SURFACE
(A) Aggregate
(1) 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
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 40, unless otherwise shown on the
plans when tested in accordance with ASTM D-2419.
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 ASTM D-1075, minimum 70%
index of retained strength and tested in accordance with
AASHTO T-283, minimum 70% tensile strength ratio, shall
be rejected or conditioned with an anti -stripping agent
as approved by the Engineer.
IV-27
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 such
that the grading requirements of the specified 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.
(2) 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 85% crushed faces when tested in accordance with Test
Method (Tex-460-A). The aggregate shall have a maximum
of 30% loss when subjected to 5 cycles ofthe Magnesium
Sulfate Soundness Test (A.S.T.M. C-88-83).
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.
IV-28
When it is specified`ihalt`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 ASTM
D-4318. 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 1 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, ASTM C-131. Coarse
aggregate from each source shall meet the abrasion
requirements specified.
(3) 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 in
accordance with ASTM D-4318. The.plasticity index of
that part of the screenings passing the No. 40 sieve
shall not be more than 9, unless otherwise shown on
plans, when tested by ASTM D-4318. 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.
(4) Mineral Filler
7,
IV-29
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. -
When tested by ASTM D-242
it shall meet the following grading
requirements:
Per Cent
By Weight
Passing a No. 30 sieve 100
Passing a No. 80 sieve 95 to 100
Passing a No. 200 sieve 70 to 100
(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
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 by
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
addition of an approved grade of gasoline and/or
kerosene, not to exceed 15 percent by volume.
IV-30
(C) Paving Mixtures''
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 well graded from coarse to fine and shall not
vary from the low limit on one sieve to the high limit on
the adjacent sieve, or vice versa. The final designated
gradations shall produce a relatively smooth curve when
plotted on a 0.45 power semilogarithmic gradation chart
when tested in accordance with ASTM C-136.
(1) Master Gradation Specifications
Mixture Type
City of Lubbock. (C.O.L.)
Sieve Type "C" Type "D"
Size (Residential Traffic
Only)
Percent by Weight Passing Sieves
1"
100
---
3/4"
98-100
---
1/2"
81-93
100
3/8"
65-85
85-100
No.4
43-63
50-70
No.8
33-45
35-47
No.16
22-34
23-35
No.30
13-27
14-29
No.50
7-19
8-20
N0.100
3-11
4-12
No.200
1-6
1-6
Bitumen percent 4.0 - 7.5 4.0 - 7.5
(of total mix)
(D) Laboratory Control
If the Contractor or supplier wishes 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 City Engineer.
IV-31
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
(Job Mix Formula). 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:
Percent by weight
Material Tolerance Plus or Minus
Aggregate passing No. 4 sieve
or larger 4 percent
Aggregate passing Nos. 8,16,30,
50 sieves 3 percent
Aggregate passing Nos. 100 & 200
sieves 2 percent
Bitumen 0.25 percent
(F) Extractionj Gradation Tests And Design Criteria
(1) Samples of the mixture when tested in accordance with
ASTM D-2172 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)
Asphaltic Concrete mixture has been corrected and
IV-32
i
i
subsequent grading and extraction tests indicate
results within the tolerance stated herein. All Hot -
Mix Asphaltic Concrete mixture so constructed. which
PW exceeds the tolerances as stated herein, will be
removed and replaced at no cost to the Owner.
(2) Design Method
Thoroughfare Residential
Traffic Traffic
Min, Max. Min. Max.
Marshall Method
No. of compaction blows,
each end of specimen 75 50
Stability, Lbs. 1800 --- 1200 ---
Flow, units of 0.01 in 8 14 8 18
Air Voids
Surfacing or Leveling 3 5 3 5
Percent Voids in
Mineral Aggregate 13 -- 14 ---
(3) 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 of 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.
Tests on Marshall specimens shall be made twice daily or as
directed by the Engineer to retain job control. The
mixture shall comply with the requirements of Table (2)
above when tested in accordance with the Marshall method
�. procedures contained in Chapter III of the Asphalt
r" IV-33
i
Institute's Manual Series No. 2 (MS-2), current addition.
If the laboratory stability and/or field tests 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/field tests
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 shallbe
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 dimensions, 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 furnishreplacements 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
IV-34
Ii
l
or the restrictions are withdrawn,.,,Guide signs directing
traffic to and on'temporary routes'or detours shall be
removed when no longer applicable.
Standardization is important 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
E 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
j^ visibility if requested by the Engineer.
Where there is serious interference from extraneous light
r. 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.
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.
IV-35
Details of Construction
1. CONCRETE
A. Curb and Gutter (Class A -Concrete)
Description
This item shall consist of Portland.Cement 2411 concrete
curb and gutter or 2411 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 Section V-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 1/2" (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.
V-1
I
r.
3. Setting 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
r
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.
i
Forms for radii shall be set in the same manner as the
straight forms except that no face form will be required
r
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
�. V-2
t
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 1/41" 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. Removina 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
V-3
r"°
curb and gutter,"the''prviously approved foundation shall
be thoroughly cleaned.
The line for top of curb shall be maintained from a
guideline set by the Contractor from survey narks
established by the Engineer. Curb outline shall strictly
r 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
C: voids and honeycombs and true to established shape, line,
and grade.
7
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.
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 placement of base materials.
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
V-4
.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 24" Separate Gutter (Class E
Concrete) Description
This item shall consist of Portland cement 24" 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 Section V-2)
2. Reinforcing Steel - See Section 3 Under Materials of
Construction
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 Gutters (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 13-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
V-5-
I
j are the same as for curb` a`nd tjuiter`� where they can be
ll directly applied.
1. Subcrade Preparation (See Section V-21
2. Reinforcing Steel - See Section 3 under Materials of
Construction.
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
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.
1. Forrin
Forms for alley slab shall be placed where necessary to
r' 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. Subarade Preparation (See Section V-21
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.
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
CfII:
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.
4. Finishinq
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. Extra water will not be added for finishing.
The shape and flow line of the alley paving slab may be
established by the use of two (211) 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.
5. 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 Sanitation 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
V-7
achieved), the adjacent appYoaches 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.
6. Removing Forms
r
Special care is required of the Contractor in his removing
k
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
r.
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
k
by the Engineer.
i
7. Replacement of Damaged Concrete or Concrete Surface
`
only patching of very minor nature will be allowed in
alley paving. Any substantial damage occuring 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
l
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
r
This item shall consist of reinforced concrete slab (611)
inches thick and may be placed on asphalt surface on
caliche base, or on asphalt surface on concrete base.
Median slab shall be dowled as shown on the plans. Details
of concrete placement, finishing, and curing shall be used
where applicable.
1. Subcrrade Preparation (See Section V-21
F. Reinforced Concrete Railroad Crossing (Class F Concrete)
Description
V-s
This item shall consist of the construction of Class F
reinforced concrete as shown on Concrete Railroad Crossing
Details. (File 12-B-92 [2])
1. Subgrade Preparation (See Section V-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 Reinforcement
Care shall be taken to hold the (1/211) 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. Reinforced Concrete Drainage Slabs (Class A Concrete)
This item shall.consist of a concrete slab (511) thick and
containing wire mesh reinforcing which shall conform to
"Standard Specification for'Welded Steel Wire Fabric For
Concrete Reinforcement" ASTM Designation A-185, or
approved fiber reinforcement.
1. Subgrade Preparation (See Section V-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.
Materials
1. 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
V-9
r
assume all additional:':oost's •i.notted by the use of such
cement. Type I and Type III cement shall conform to the
requirements of ASTM C150. When Type III cement is used,
the average strength at the age of y 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
P� 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 .
2. 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".
3. Coarse Aggregate.
19
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......................0%
Retained on 1-1/2" sieve................0 to 5 %
Retained on 3/4" sieve.................30 to 65%
Retained on 3/8" sieve.................70 to 90%
Retained on No. 4 sieve...............95 to loot
V-10
r
f
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.
4. Fine Agaregate.
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.
5. 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 shallmeetthe
following grading requirements:
Retained on 3/8" sieve.....................0%
Retained on No.4 sieve................0 to 5%
V-11
1
Retained
on No.
`8 sieve..........'.'...0
to
20%
Retained
on No.
16 sieve ............ 15
to
30t
Retained on No. 30 sieve ............ 35 to 75%
Retained on No. 50 sieve ............ 70 to 90%
Retained on No. 100 sieve .......... 90 to 100%
Retained on No. 200 sieve .......... 97 to 100%
Fine aggregate will be subjected to the Sand Equivalent
r 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.
6. 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:
Retained on 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.
7. Mixina 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 AASHTO
Designation: T 26.
8. Steel Dowel Bars
Steel bar dowels, if used in accordance with provisions of
r- project plans, shall be of the size and type indicated on
V-12
7
9.
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.
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 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 A-615 Grade 60 or
(2) rail steel bars for concrete reinforcement, conforming
to the requirements of ASTM 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 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 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 A-184.
10. Mechanical Vibratory Equipment
All concrete placed for pavement shall
approved mechanical vibrators designed
concrete internally. The internal type
full -depth placement'Vibratory members
across the pavement practically to, but
V=13
be consolidated by
to vibrate the
will be used for
shall extend
shall not come in
t
r' 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
l frequency in air of the internal spud type vibratory units
l 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.
11. Finishing
Machine-Fininshing. 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
V-14
r-
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.
V-15
i
7,
r' 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
r- 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.
12. Proportioning of Concrete
concrete shall be composed of Portland cement, fine
aggregate, coarse aggregate, mineral filler Find/or
admixture if used and water, mixed in proportions as
approved by the Engineer in the mix design a:; 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 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.
13. 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
l
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 exceed 0.85. Unless
(�
otherwise shown on plans the concrete shall contain not
l
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.O gallon/sack.
Concrete specimens shall be prepared, cured and tested as
outlined in THD Bulletin C-11.
V-16
7
14. 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: --
a. Redesign of the batch
b. Addition of mineral filler to fine aggregate
c. 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.
15. Mix Desi - n
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
V-17
i
strength will be selebted"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
r-
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,
4
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.
16. Subarade 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 Section V-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
V-18
r
a
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.
17. Flacinct 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 tightly joined and keyed to prevent relative
displacement. Forms shall be cleaned and 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
V-19
�- subgrade or shoulders adjacent td`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
h 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 contents of the drum shall be
discharged before any materials of the succeeding batch
are introduced.
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
V-2 0
7
specific written authorization of the Engineer, concrete
shall not be placed when the temperature is below 400F,
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 50OF 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 320F, or below, before concrete
has been placed 4 hours. Such protection shall remain in
place during the period the temperature continues below
320F 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 spreading 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.
V-21
l
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
r.,
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.
4. 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.
Where plans require an assembly of parts at pavement
joints, the assembly shall be completed, placed at
a:
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
ti
in joint assemblies in accordance with plans, each
parallel to the pavement surface and to the center line 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, a bulkhead 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
t' of the concrete up to the joint. After concrete has been
E 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
r the time when concrete placing is resumed, when it shall
d be carefully removed in such manner that no element of the
V-22
5.
joint assembly will be disturbed. The exposed portion of
the joint assembly shall be free of adherent 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.
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
has been disturbed by
by the Contractor by
curing seal.
6. Contraction Joints
used, the portion
sawing operations
spraying the area
of the seal which
shall be restored
with additional
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
V-23
I
r
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
r, permitting traffic to use the pavement.
7. Longitudinal Joints
r" Longitudinal joints shall be sawed within two days after
dd construction of the pavement. Sawing shall not,cause
damage to the pavement and the grooves shall be cut with a
r- minimum of spalling. No traffic (including construction
traffic) shall be permitted on the pavement until the
longitudinal joint is cut.
S. 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-SEAL. After the sealant is installed it will
effectively seal the joints against water, dirt and stones
throughout repeated cycles of expansion and contraction.
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.
r
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
V-24
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.
il. 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.
V-25
f
j' 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
r 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 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
r-
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
r
d
perform other work involved in providing for the safety of
t°
traffic as required by the Engineer in ordering emergency
opening. Orders for emergency opening of the pavement to
N^
traffic will be issued by the Engineer in writing.
V-26
2. EARTH WORK
A. Eubarade Preparation for curb and ctutter, streets, paving
lasphalt and concrete alley returns, alley paving, valley
gutters, and earth work.
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 (411) 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
Subgrade shall be compacted to 95% Standard Proctor
Density (A.S.T.M. D-698) for all improvements except
V-27
9
F
r-
thoroughfare and collector street paving. Subgrade shall
be compacted to 100% Standard Proctor Density for
thoroughfare and collector street paving.
E
Density tests (A.S.T.M. D-2922) will be performed and test
rolling will be observed by City inspectors.
Swelling subgrade (soils with plasticity index of 20 or
more) shall be sprinkled as required to provide not less
than optimum moisture during compaction. Other subgrade
soils will be compacted at a moisture content of plus or
minus 2% of 2% below optimum moisture or other moisture
content directed by the Engineer.
Test rolling will be accomplished with a 25 ton pneumatic
tire roller or other pneumatic tire roller approved by the
Engineer. The Engineer may require up to six passes of
the roller in determing the condition of the subgrade.
Any soft or unstable areas found by test rolling will be
r
corrected by removing the soft or unstable material and
replacing it with suitable compacted to specified density.
The areas so corrected shall be test rolled as specified
above.
r-
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 six (6") or
nine (911). 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 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.
V-28
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. Subarade 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 (511) 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 (611)
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
V-29
backfilled with suitable`materi8l 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
r 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 (611) 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 constructed as to provide
a uniform slope of 1/4" 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
l
l
Engineer. After completion of the roadway, it shall be
continuously maintained to its finished section and grade
7
1
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, 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.
V-30
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 ofembankments 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.
1. 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.
V-31
r
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 areas 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 Contractor.
Excessive loss of moisture in the subgrade shall be
prevented by sprinkling, sealing, or covering with a
subsequent layer of granular material. Excessive loss of
moisture shall be construed to exist when the 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.)
At 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 (611) 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.
V-32
Filling and/or backfiling 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.In 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 minimum depth of fill
above the pipe as determined by the Engineer has been
placed and consolidated.
3. BASE COURSE
The base course shall consist of a minimum of six,(611) or
nine (911) 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 (611) inches of compacted base material on
all units except major thoroughfares streets. On these
streets the Contractor will construct nine (911),inches of
compacted base material.
B. Processing
Processing of caliche base shall be accomplished in'
mulitiple lifts of three-(911) 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 (311) inches and
thoroughly moistened and rolled again. Succeeding layers
shall then be placed similarly until the caliche base
course is completed.
Caliche base shall be compacted to 95% Standared Proctor
Density (A.S.T.M. D-698) for all improvements except
thoroughfare street paving shall'be compacted to 100%
Standard Proctor Density.
V-33
i
i
Density tests (A.S.T M.'D-29i�j'`Will be performed and test
17 rolling for base will be observed by City inspectors.
a
Caliche base shall be compacted at a moisture content of
plus or minus 2% of 2% below optimum moisture or other
moisture content directed by the Engineer.
The finished caliche base shall be test rolled with a 25
I
L
ton pneumatic tire or other approved roller. The Engineer
may require up to six passes of the roller in determining
�.
r
the condition of the base.
4
All nine (911) inch compacted caliche base shall be
accomplished in three (3") inch lifts. The caliche course
(�
shall then be sprinkled as required and rolled with
l
compactors as directed until a uniform compaction of
specified "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.
Traffic may be allowed to travel on the caliche base, as
directed by the Engineer, during construction. During
this period, the caliche base shall be satisfactorily
maintained by the use of water trucks, blades, drags and
such other equipment as may be 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 mixture by two percent (2%).
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 directed by the
Engineer.
Each layer of black base may be test rolled, as directed
by the Engineer, with a 25 ton pneumatic tire or other
approved roller requiring up to six passes before
succeeding layers are placed. A delay in construction of
a black base mat or surface will require test rolling and
approval prior to construction of the next layer.
V-34
7
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.
1. Failed Density or Weak Spots in Base
The finished caliche base shall be checked for density
requirements and by test rolling. Materials that fails
the density requirement shall be reworked as necessary
until passing. The full depth of caliche base shall be
compacted to the extent necessary to remain firm and
suable under test rolling. All irregularities,
depressions or weak spots which develop shall be corrected
immediately by scarifying the areas affectd, adding
suitable material as required, reshaping and recompacting
by sprinkling and rolling. 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
A. Description
This item shall consist of 1-1/2" compacted C.O.L. Type
"C" or Type "D" 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.
1. Sampling and Testing Hot Mix Asphaltic Concrete for_
Compaction
V-35
I 1 I
r
Hot mix asphaltic concrete will be accepted on a lot
basis. A lot will consist of 1000 tons or each days
production and will be divided into three (3) equal
sublots. Pavement density will be determined by taking
the average density for each lot, from the three sublots,
the average Maximum Theoretical Density, taken from trucks
delivering hot mix asphaltic concrete to the site. The
rsamples will be tested in accordance with ASTM D-2041.
r
F
Each lot of compacted pavement will be accepted, with
respect to density, when the average field density is
within the below listed specifications. Four field
density determinations will be made for each lot. Cores
taken from the pavement will be used to test the field
density. The density of the cored samples will be
determined in accordance with ASTM D-2726.
Density Specifications
Based on Maximum Theoretical Density
Minimum 92.5%
Optimum 96.0%
Maximum 97.5%
If the mixture produced does not have the specified
qualities, it shall be adjusted 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.
2. Temperature Reguirements
A. November 1 until April 1
1. The asphaltic mixture shall not be placed when the air
temperature is below 55 degrees F and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 50 degrees F and rising.
B. April 1 till November 1
1. The asphaltic mixture shall not be placed when the air
temperature is below 50 degrees F and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 45 degrees F and rising.
V-36
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).
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 25
degrees F less than the mixing temperature, the load may
be rejected by the Engineer and payment will not be made
for the rejected material.
3. 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.
4. Prime Coat
The prime coat shall consist of an application of .25
gallons per square yard of MC asphalt.
5. 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.
6. 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
V-37
F
given a light coat of oi1 1'ime 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
1 prohibited.
r 7. 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
i" 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,
r, 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.
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.
F
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
V-38.
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.
S. Compacting
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
V-39
F
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
r. wheel and tandem rollers.
9. 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 1/8
inch deviation in 10 feet requirement may be waived by the
Engineer.
10. Surface Density Test
See Section IV, Item 10-D. Laboratory Control.
11. Ectuipment
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.
V-40
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.
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.
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.
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.
Two Axle Tandem Roller. This roller shall be an acceptable
power driven tandem roller weighing not less than 8 tons.
Three Wheel Roller. This roller shall be an acceptable
power driven three wheel roller weighing not less than 10
tons.
V-41
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.
Straightedges and Templates. When directed by the
Engineer, the Contractor shall provide acceptable 10 foot
straightedges for surface testing. Satisfactory templates
shall be provided by the Contractor 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.
12. Qpenincr 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.
V-42
Ow
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
Lubbock Power and Light
City Traffic Shop
Energas Traffic Shop
V-43
767-2595
767-2554
767-2140
741-4200
r
Southwestern Public'5etvice 763-2881
` Southwestern Bell Telephone 741-6101
r
Cox Cable of Lubbock 793-2222
City Traffic Engineering 767-2132
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
r
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
r-
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
r-
all bills and fix responsibility for damage and govern the
i
extent of repair.
r-
V-4 4
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:
Utility 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.
7. SALVAGING AND REPLACING BASE
A. 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
V-45
r
and in conformity with the typical sections shown on plans
l and to the lines and grades as established by the engineer.
B. 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 Section
V, Item 2 Earth Work of these specifications.
3. Reolacement of Salvage Material
The salvage material shall be in accordance with Section V,
Item 2 Earth Work of these specifications.
8. SALVAGING AND STOCKPILING BASE MATERIAL
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.
B. Construction Methods
V-46
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 reasonablyfree 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.
After the material is deposited in the stockpile area, it
shall be worked into a neat compact stockpile.
9. TOLERANCE--IN-PAVEMENT THICKNESS
The thickness of the pavement shall be determined by average
caliper measurement of cores tested in accordance with ASTM
C-174.
Pavement thickness shall be not less than the specified
minimum thickness.
When the measurement of any core is less than the specified
minimum thickness, the actual thickness of the pavement in
this area shall be detemined by taking additional cores at
not less than 10-foot intervals parallel to the centerline in
each direction from the affected location until each
direction from the affected location until in each direction
a core is found which is not deficient. Areas found
deficient in thickness shall be removed and replaced with
pavement of the minimum thickness specified.
Cores shall be obtained at the discretion of the Engineer.
V-47
F
F
10. PERFORMED PAVEMENT MARKINGS
A. Description: This work will consist of furnishing and
installing retroreflective preformed pavement markings in
accordance with this provision and in reasonably close
conformity with the dimensions and lines shown► on the
plans or established by the Engineer.
B. Materials: The preformed markings shall consist of white
or yellow films with pigments selected and blended to
conform to standard highway colors through the expected
life of the film. Glass beads shall be incorporated to
provide immediate and continuing retroflection.
The size, quality and refraction index of the glass beads
shall be such that the performance requirements for the
markings shall be met. The bead adhesion shall be such
that beads are not easily removed when the material
surface is scratched with a thumbnail.
The film shall have glass bead retention qualities such
that when a 2" x 6" sample is bent over a 1/2" diameter
mandrel, with the 2" dimension perpendicular to the
mandrel axis, microscopic examination of the area on the
mandrel show no more than 10% of the beads with
entrapment by the binder of less than 40%.
Preformed words and symbols shall conform to the
applicable shapes and sizes as outlined in the "Texas
Manual on Uniform Traffic Control Devices for Streets and
Highways," dated 1980, or as modified.
The preformed markings shall be capable of being adhered
to asphalt concrete or portland cement by a pre -coated
pressure sensitive adhesive. A primer may be used to
precondition the pavement surface. The preformed marking
film shall mold itself to pavement contours by the action
of traffic. The pavement marking films also shall be
capable of application on new, dense and open graded
asphalt concrete wearing courses during the paving
operation in accordance with the manufacture's
instructions. After application, the markings shall
identify proper solvents and/or primers (where necessary)
to be applied at the time of application, all equipment
necessary for proper application, and recomemndations for
application that will assure the materials shall be
suitable for use for one year after the date of receipt.
C. Classification
V-48
The markings shall be general purpose high durability
retroflective pliant polymer film without liner backing
for preformed longitudinal and transverse markings.
Words and symbols are required to have liner backing for
proper shipping and handling.
D. Requirements
1. Composition: The retroreflective pliant polymer
pavement marking film shall consist of a'mixture of
high quality polymeric materials, pigments and glass
beads distributed throughout its base cross sectional
area, with a reflective layer of beads
bonded to the top surface.
2. Reflectance: The white and yellow films shall have
the following initial minimum reflectance values at
0.2 degrees and 0.5 degrees observation angles and
86.0 degrees entrance angle as measured in
accordance with the testing procedures of Federal
Test Method Standard 370. The photometric quantity
to be measured shall be specific luminance (SL), and
shall be expressed as millicandelas;per square foot
per foot candle. The metric equivalent shall be
expressed as millicandelas per square meter per lux.
The test distance shall be 50 feet (15m) and the
sample size shall be a 2.0 x 2.5 feet rectangle
(0.61 x 0.7m).
The angular aperture of both the photoreceptor and
light projector shall be 6 minutes of arc. The
reference center shall be the geometric center of
the sample, and the reference axis shall be taken
perpendicular to the test sample.
Observation White Yellow
Ancrle 0.2 0.5 0.2 0.5
SL
550 380 410 250
3. Acid Resistance: The beads shall show resistance to
corrosion of their surface after exposure to a 1%
solution (by weight) of sulfuric acid. The 1% acid
solution shall be made by adding 5.7 cc of
concentrated acid into 1000 cc of distilled water.
CAUTION: always add the concentrated acid into the
water, not the reverse. The test shall be performed
as follows:
V-49
I
r
Take a 1" x 2" sample, adhere it to the bottom of a
glass tray and place just enough acid solution to
completely immerse the sample. Cover the tray with
a piece of glass to prevent evaporation and allow
the sample to be exposed for 24 hours under these
conditions. Then decant the acid solution (do not
rinse, touch, or otherwise disturb the bead
surfaces) and dry the sample while adhered to the
glass tray in a 150 degree F (66 degree C) oven for
approximately 15 minutes. Microscopic examination
(20X) shall show no more than 15% of the beads
having a formation of a very distinct opaque white
(corroded) layer on their entire surface.
r
4. Reflectively Retention: To have a good, effective
t
performance life, the glass beads must be strongly
bonded and not be easily removed by traffic wear.
The following test shall be employed to measure
reflectively retention:
Taber Abraser Simulation Test
Using a Taber Abraser with an H-18 wheel and
r a 125 gram load, the sample shall be
inspected at 200 cycles, under a microscope,
to observe the extent and type of bead
r- failure.
No more than 15% of the beads shall be lost
due to popout and the predominate mode of the
failure shall be "wear down" of the beads.
5. Skid Resistance: The surface of the retroreflective
pliant polymer film shall provide an initial minimum
skid resistance value of 45 BPN when tested
according to ASTM E-303-74.
f 6. Tensile Strength and Elongation: The film shall have
a minimum tensile strength of 150 pounds per square
inch of cross-section when tested according to ASTM
{ D 638-76, except that a sample 6" x 1" shall be
l tested at a temperature between 70 degrees F and 80
degrees F using a jaw speed of 10 to 12 inches per
rminute. The sample shall have a minimum elongation
of 75% at break when tested by this method.
7. Thickness: The film without adhesive shall have a
minimum thickness of 0.06".
F
V-50
8. 'Effective Performance Life: The film, when applied
according to the recommendations of the
manufacturer, shall provide a neat, durable marking
that will not flow or distort due to temperature if
the pavement surface remains stable. Although
reflectivity is reduced by wear, the pliant polymer
shall provide a cushioned, resilient substrate that
reduces bead crushing and loss. The film shall be
weather resistant and, through normal traffic wear,
shall show no fading, lifting, shrinkage,
significant tearing, roll back, or other signs of
poor adhesion, which will significantly impair the
intended usage of the marking for a period of one
year after installation.
E. Installation:
1. Newly Paved Asphalt Concrete Surface: These markings
shall be applied when directed by the Engineer after
application of emulsion.
2. Newly Paved Portland Concrete Surface: These
markings shall be applied before the road surface is
open to public traffic. The surface shall be
and blasted, and primers, as recommended by the
manufacturer, shall be used.
3. Existing Road Surface:. When markings are applied to
existing road surfaces, application shall be made in
accordance with the manufacturer's recommendation.
General Note: The City of Lubbock Traffic Egineering
Department will have the final say as to whether primer
is needed for proper installation of preformed markings
when surface temperature is below 590F.
F. Method of Measurement: Linear pavement markings will be
measured in linear feet, complete -in -place for the width
specified.
Word and symbol pavement markings will be measured in
units of each.
G. Basis of Payment: Retroreflective preformed pavement
markings will be paid -for at the contract unit price,
which price shall be full compensation for cleaning and
preparing the pavement surface for furnishing and placing
all materials and for all materials, labor, tools,
equipment and incidentals necessary to complete the work.
Payment will be made under:
V-51
Payment Item Pay Unit
Preformed Pavement Marking, linear (width) Linear Foot
Preformed Pavement Marking, words/symbols Each
V-52
SITE WORK MEASUREMENT AND PAYMENT
GENERAL
The unit price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery.
equipment, and materials, except materials specified to be furnished by others, necessary or incidental to complete the
various items of work in accordance with the plans and specifications. Cost of work or materials shown on, or which can
be reasonably inferred from the plans or the intent thereof, or called for in the specifications on which no separate payment
is made shall be included in the bid prices on the various pay items. The bid items listed on the proposal will be the only
pay items on this project, unless the contract documents are revised by addendum or change order. All quantities for
payment shall be determined by the OWNER'S REPRESENTATIVE.
DEMOLITION
D-1. HMAC REMOVAL AND DISPOSAL
Measurement shall be made of the actual area removed and shall be paid for at the unit price bid per square yard of
paving removed and will be paid for at the unit price bid. This unit price shall be full compensation for all HMAC
removal, loading, hauling, and disposal of HMAC at a suitable site for dumping of waste material in any manner
not objectionable to the public.
D-2. CURB AND GUTTER REMOVAL AND DISPOSAL
Measurement along the face of the curb will be made of the actual length of concrete curb and gutter removed, and
will be paid for at the unit price bid. This unit price shall be full compensation for all curb and gutter removal.
loading, hauling, and disposal of curb and gutter at a suitable site for dumping of waste material in any manner not
objectionable to the public.
D-3. CONCRETE DRAINAGE GUTTER REMOVAL AND DISPOSAL
Measurement shall be made of the actual area of concrete drainage gutter removed, and will be paid for at the unit
price bid. This unit price shall be full compensation for all concrete drainage gutter removal, loading, hauling, and
disposal of concrete drainage gutter at a suitable site for dumping of waste material in any manner not objectionable
to the public.
NEW CONSTRUCTION
1. HMAC STREET PAVEMENT (1-1/2" on 6" Caliche Base)
Measurement shall be made of the actual area and shall be paid for at the unit price bid per square yard of paving.
This unit price shall be full compensation for all work, including subgrade preparation, all excavation or placement
of fill, compacting, blading, wetting and rolling, loading, hauling and wasting all excess subgrade material,
removing and disposing of all obstructions as become necessary and for furnishing and placing caliche base
materials, 1-1/2" of hot mix asphaltic concrete, including prime and tack coat, a 1:2 dilute emulsion at the rate of
.10 gallon per square yard on the finished asphalt surface, hauling and delivering to the street, spreading, blading,
mixing, sprinkling, compacting, rolling, hauling and placing all materials and all manipulations, labor, tools,
equipment, traffic provisions, barricades and flagmen and other incidentals necessary to complete the work as herein
specified.
MP-1
7
2. 24" CONCRETE CURB AND/OR GUTTER
Measurement will be made along the face of the curb of the actual length of concrete curb and gutter, separate
gutter, or sawtooth curb and gutter constructed, and will be paid for at the unit price for "concrete curb and/or
r gutter." This unit price shall be full compensation for all subgrade preparation under the curb and/or gutter
( including all excavation or placement of fill, blading, tamping, wetting, rolling, loading, hauling and wasting all
excess excavated material, removing and disposing of all obstructions noted on the plans or as become necessary;
and for furnishing and placing all materials, including premolded expansion joint material, reinforcement, and for all
manipulations, labor, tools, equipment and incidentals necessary to the completion of the work as herein specified.
3. 30" REINFORCED CONCRETE CURB AND/OR GUTTER
Measurement will be made along the face of the curb of the actual length of concrete curb and gutter, separate
gutter, or sawtooth curb and gutter constructed, and will be paid for at the unit price for "concrete curb and/or
gutter." This unit price shall be full compensation for all subgrade preparation under the curb and/or gutter
including all excavation or placement of fill, blading, tamping, wetting, rolling, loading, hauling and wasting all
excess excavated material, removing and disposing of all obstructions noted on the plans or as become necessary;
and for furnishing and placing all materials, including premolded expansion joint material, reinforcement, and for all
manipulations, labor, tools, equipment and incidentals necessary to the completion of the work as herein specified.
4. 8" THICK CONCRETE PAVING
Measurement will be made of the actual slab areas constructed, with a reduction made for the area comprised by the
r 24" wide strip around the curbed portions of the slab, which will be measured and paid for separately as "concrete
curb and/or gutter." The resulting slab area will be paid for at the unit price bid per square yard. This unit price
shall be full compensation for subgrade preparation including all excavation or fill, blading, wetting and rolling,
loading, hauling and wasting all excess excavated material, removing and disposing of all obstructions noted on the
y plans or as may become necessary; and for furnishing and placing all materials, all manipulations, labor, tools,
equipment and incidentals necessary to complete the work.
5. 4" THICK CONCRETE SIDEWALK
Measurement will be made of the actual sidewalk areas constructed, with a reduction made for the area comprised
by the 24" wide strip around the curbed portions of the sidewalk, which will be measured and paid for separately as
"concrete curb and/or gutter." The resulting sidewalk area will be paid for at the unit price bid per square yard.
This unit price shall be full compensation for subgrade preparation including all excavation or fill, blading, wetting
and rolling, loading, hauling and wasting all excess excavated material, removing and disposing of all obstructions
noted on the plans or as may become necessary; and for furnishing and placing all materials, all manipulations,
labor, tools, equipment and incidentals necessary to complete the work.
6. ELECTRICAL CONDUIT AND TRENCH
Measurement will be made along the actual length of conduit trench constructed and will be paid for at the unit
price for "Buried No. 10 Conductors and Ground in 1/2" Conduit". This unit price shall be full compensation for
all trench preparation including all excavation, installation of conductors and ground in 1/2" conduit, placement of
back fill, blading, tamping, wetting, rolling, loading, hauling and wasting all excess excavated material, removing
and disposing of all obstructions noted on the plans or as become necessary; and for furnishing and placing all
materials, including compacted base material and paving repair and for all manipulations, labor, tools, equipment
and incidentals necessary to the completion of the work as herein specified.
MP-2
F
7. WATER LINE AND TRENCH
Measurement will be made along the actual length of water line trench constructed and will be paid for at the unit
price for "1/2", 3/4" and 1" diameter schedule 40 PVC water line'. This unit price shall be full compensation for
all trench preparation including all excavation, installation of water line including all fittings and testing of water
line, placement of back fill, blading, tamping, wetting, rolling, loading, hauling and wasting all excess excavated
material, removing and disposing of all obstructions noted on the plans or as become necessary; and for furnishing
and placing all materials, including compacted base material and paving repair and for all manipulations, labor,
tools, equipment and incidentals necessary to the completion of the work as herein specified.
6. LUMP SUM AND PER EACH QUANTITIES
Lump sum and per each quantities shall be measured for the actual quantity of the bid item specified as it is finally
constructed in place. The lump sum quantity shall include all items that are required to complete that item for the
use that it was intended and shall be full compensation for the furnishing and placing of all materials and incidentals
to the completion of the item specified, removing and disposing of all obstructions noted on the plans or as become
necessary; and for furnishing and placing all materials, and for all manipulations, labor, tools, equipment and
incidentals necessary to the completion of the work as herein specified.
7. FINAL CLEANUP
The Contractor shall make a final cleanup of all parts of the work to the approval of the City Engineer before final
acceptance will be made by the City. Any costs that may be associated with this final cleanup shall be included as
a part of the unit prices bid for the various items of work. No direct compensation will be made separately for the
final cleanup.
MP-3
SPECIAL CONDITIONS
59
r
FNOTICE OF ACCEPTANCE
T0:
FThe City of Lubbock, having considered the proposals submitted and opened on the _day of
199, for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it
appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal
was accepted by the City Council of the City of Lubbock on the day of 199_ at the bid price contained
therein, subject to the execution of and furnishing of all contract documents, bonds, certificates of insurance, and all
other documents specified and required to be executed and furnished under the contract documents. It will be necessary for
you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice.
4 The five percent (SX) bid security, submitted with your proposal, will be returned upon the execution of such
contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and
furnish such contract documents and bonds within the time limit specified, said bid security will be retained by the City of
I! Lubbock.
CITY OF LLiBBOCK
Owner#s Representative
U
F 61