HomeMy WebLinkAboutResolution - 5386 - Contract - Lipham Construction Company Inc - 1997 Street Maintenance Program - 01_09_1997RESOLUTION
Item #21
January 9,
NO. 5386
1997
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 with Lipham Construction
Company, Inc. of Aspermont, Texas, to install and furnish all materials and services as bid for
the 1997 Street Maintenance Program, attached herewith, and any associated documents,
which Contract 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 Resolution as if fully copied
herein in detail.
by the City Council this 9th day of
AT EST:
Kaythie �Yrnell, City Secretary
APPROVED AS TO CONTENT:
kuq
Victor Kilma Purchasing Manager
TO FORM:
Anita Burgess, City Attorney
ccdocs/lipham.res
December 31, 1996
January , 1997.
ALEX "T " COOKE
MAYOR PRO TEMPORE
53 Z
CITY OF LUBBOCK
SPECIFICATIONS FOR
1997 STREET MAINTENANCE PROGRAM
BID #13741
RECEINE-1
rFjB 61997
CgY SECREVARY
'�Ae
n:
1-
Lff �P
Ll JAM 2 2 sm
y�
cay ATTOR—NEY'-- Lj�
S oFFFICE
6t'z�(- 6y
CITY OF I,UBBaCK
Lubbock, Texas
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: 1997 STREET MAINTENANCE PROGRAM
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 13741
PROJECT NUMBER: 9359.9240
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
r
10M
F1.
NOTICE TO BIDDERS
2.
GENERAL INSTRUCTIONS TO BIDDERS
3.
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
�^
4.
PAYMENT BOND
5.
PERFORMANCE BOND
6.
CERTIFICATE OF INSURANCE
7.
CONTRACT
! ,
8.
GENERAL CONDITIONS OF THE AGREEMENT
t-•
9.
CURRENT WAGE DETERMINATIONS
E
l
10.
SPECIFICATIONS
37
11.
SPECIAL CONDITION
f . '.
r
NOTICE TO BIDDERS
r
NOTICE TO BIDDERS
BID 013741
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 162513th Street, Room L-04, Lubbock, Texas, 79401, until 200
o'clock p.m. on the Sth day of December. 996 or as changed by the issuance of formal addenda to ali planholders, to
furnish all labor and materials and perform all work for the construction of the following described project:
1997 STREET MAINTENANCE PROGRAM
r After the expiration of the time and date above first written, said seated bids will be opened in the office of the
Purchasing Manager and pubiicly read aloud.
�.. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager
for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 19th day of December, 1996, at the Municipal Building, 1625
13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance
with Chapter 2253, Government Code, in the amount of 100% of the total contract price In the event that said contract
price exceeds $100,000 and the successful bidder will be required to fumish a payment bond in accordance with Chapter
OM 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000. Said statutory bonds should be Issued by a company carrying a current Best Rating of P or §uKrio-r, as the
rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder.
Bidders are required, whether or not a payment or performance bond Is required, to submit a cashier's or certified
check Issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock In an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of
award of the contract to him.
It shall be each bidders sole responsibility to Inspect the site of the work and to Inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly Investigated and considered In the preparation of the bid submitted. There will be a pre -bid conference on
26th day of November, 1996. at 10 o'clock a.m., in the Purchasing Conference Room L-04, Lubbock, Texas
Attention of each bidder Is particularly called to the schedule of general prevailing rate of per diem wages
,^ included In the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which
document Is specifically referred to In this notice to bidders. Each bidder's attention is further directed to provision of
i Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and
payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered Into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response
to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings
and bid openings are available to ail 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 City of Lubbock Human Relations Office at
(806) 767-2281 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
J
VICTOR KILMAN
PURCHASING MANAGER
Bid documents may be obtained upon request from the Purchasing Department at 162613th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164.
r
r
t"
i
r
W GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
,w
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project In accordance with contract documents for the 1997 STREET MAINTENANCE PROGRAM.
t
t 2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described In the General
Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the
construction of this project and shall be responsible for the satisfactory completion of all work contemplated by
said contract documents.
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 Bidders.
4. BiDDER INQUIRIES
No bidder shall request any Information verbally. All written requests for additional information or clarification
concerning this bid must be addressed to:
RON SHUFFIELD
SENIOR BUYER
CiTY OF LUBBOCK
PO BOX 2000
LUBBOCK, TX 79457
FAX (806)767 2164
5. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within NINETY (90)consecutive
calendar days from the date specified In the Notice to Proceed issued by the City of Lubbock to the successful
bidder.
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
dined the Contractor to take such action as the City deems necessary to insure completion of the project within
the time specified.
j 6. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
r" contract documents.
7. 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.
8. MATERIALS AND WORKMANSHIP
The intent of these contract documents Is that only materials and workmanship of the best quality and grade will _
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
Incorporated into the project. The presence or absence of a representative of the City on the site will not relieve _
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to
procure a satisfactory project.
9. 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).
10. 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.
11. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information;
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the Intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
12. 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 shall enable him to buy the
materials to be Incorporated Into the work without paying the tax at the time of purchase.
4
Y
13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
!� It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that It will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fad shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired
Y* Immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
14. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, fumish and erect such barricades, fences, lights and danger signals,
and shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect It, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsiblluty 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.
1s. 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)
r In proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given
sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their
property from Injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage
,^ resulting from his blasting operations.
16. CONTRACTOR'S REPRESENTATIVE
r
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 fumish 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.
17. 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
r" cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All
(„ policies shall contain an agreement on the part of the insurer waiving the right to subrogation.
The Contractor shall procure and cant' at his sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage In excess of that specified herein also shall be acceptable. Such
Insurance shall be carried with an Insurance company authorized to transact business In the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate
of insurance specifying each and all coverage's shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all
proof of coverage insurance documents including workers compensation coverage for each
subcontractor.
18. 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 diem wages in these contact documents does not release the
Contactor 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 Contactor. The Contactor is
approaching the penalty provisions of the contact and Contactor can show he has made a diligent effort
to complete the contact within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contactor must
notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on —.
whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's
Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this
contact which is hazardous or dangerous to property or life, the Contactor 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. --
19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contactor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contact in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contactor 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, swom, legible copy of such payroll This shall contain the name of each
employee, his classification, the number of hours worked on each day, ate 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 Contactor —'
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 contact documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract Is made, ten dollars
for each taborer, 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.
20. PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to Increases or
decreases In the cost of materials, labor or other Items required for the project will be rejected and returned to the
r bidder without being considered.
21. PREPARATION FOR BID
The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly
filled In and the bidder shall state the price both In words and numerals, for which he Intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or
typewritten. In case of discrepancy between the price written In words and the price written In figures, the price
written in words shall govern. if the bid is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each
member must be given and the bid signed by a member of the firm, association or partnership, or person duly
authorized. if the bid is submitted by a company or corporation, the company or corporate name and business
address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The
bid shall be executed in Ink.
Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed
on the outside of the envelope in the following manner.
(a) Bidder's name
(b) Bid for (description of the project).
Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
bid may be withdrawn or altered thereafter.
jr 22. 1OUND COPY OF CONTRACT DOCUMENTS
OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and Include the
following:
(a) Notice to Bidders.
�,. (b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
r., (i) Insurance Certificates.
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.
Y
23. QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified
therein In a satisfactory manner. The bidder may also be required to give a past history and references In order
to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable
Investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the
bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of
Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to
satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to —
complete the work described therein. Evaluation of the bldder's qualifications shall include:
1. The ability, capacity, skill, and financial resources to perform the work or provide the service required.
2. The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
3. The character, Integrity, reputation, judgment, experience, and efficiency of the bidder.
d. The quality of performance of previous contracts or services.
ON*
I
BID SUBMITTAL
r7t
is
7
LIST OF SUBCONTRACTORS
Minority Owned
Yes
No
,.
❑
❑
2.
0
0
s.
0
❑
4.
0
0
5.
0
❑
8.
0
❑
7.
0
0
8.
❑
❑
9.
0
❑
,a.
0
❑
BID SUBMITTAL
UNIT PRICE CONTRACT
P
f
c
LACE: / 6 4s- /314
FSi9S'Pin
SATE: Dec . , '� Z . ov
7ROJECT NUMBER: 13741-1997 STREET MAINTENANCE PROGRAM
Bidof Lipho►'r Ce).7s4rye4i0-1 Co., %nc, (hereinafter called Bidder)
ro the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
s 1
iL r he Bidder, in compliance with your Invitation forbids for the construction of a C; �� -5 ±c- s - C; y z o f 'Ga�6lj
PIN
i �9�17 Sf�Ge� �Q�nT�nance �"/'t�gr4m
,Jiaving carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the Intended work, and being familiar with all of the conditions surrounding the
construction of the Intended project including the availability of materials and labor, hereby intends to furnish all labor.
materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents,
!r*w thin the time set forth therein and at the price stated in Exhibit W.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated In
7Exhibit `A` of this bid.
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
7"Notice to Proceed" of the Owner and to fully complete the project within NiNETY (90) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner
as liquidated damages the sum of THREE HUNDRED DOLLARS ($300.00) for each consecutive calendar day in excess
7 of the time set forth hereinabove for completion of this project, all as more fully set forth In the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
p
Instruction number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
r. after the scheduled dosing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
z
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
P" 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
n which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock In an amount not less than five percent (5% ) of the total
amount of the bid submitted as a guarantee that bidder will enter Into a contract and execute all necessary bonds (if
required) within (ten) 10 days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for 5 -�
Dollars ($ ) or a Bid Bond in the sum of Dollars J,
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid Is accepted by
,.which
Owner and the undersigned fails to execute the necessary contract documents and the required bond Of any) with the
w Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check
or bond shall be retumed to the undersigned upon demand.
r
i
1 Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
0. 4. Y2��
A horized Signature
T. . L, i
tia•�►
(Printed orTypedName)
Company
_ Drawe►- T
Address
1
s permo,-j
5 �oaC,04,1I
City,
County
Te Xas
�9soL
State
Zip Code
Telephone: 617 -
969-3so�5
Fax: 6 / I - 91? 2760.
t (Seal if Bidder Is a Corporation)
r' ATTEST:
C
�- Secretary
EXHIBIT A, PAGE 1
BID PROPOSAL
BID OF UNIT PRICE CONTRACTS
1997 Maintenance Program
Ftem
Quantities
Description of Item Total
No. & Units
& Unit Price Amount
(a) 181,976.0 GALS. AC-5 polymerized asphalt +3% latex by volume (2% by weight);
for course #1, MATERIALS ONLY; PER GALLON; he ^
A O DOLLARS ($ )& 5-"CENTS
Im-
t (b) 181,976.0 GALS. Application of Item 1(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
A' D DOLLARS ($ )&�1 � enf,�/ CENTS
7(c) 181,976.0 GALS. Total in -place cost for Items 1(a) and 1 (b); PER GALLON;
C n t DOLLARS ($ )& a 41 CENTS
E
A i
2.
r(a) 230,503.0 GALS. AC-5 polymerized asphalt +3% latex by volume (2% by weight);
t for course #2, MATERIALS ONLY; PER GALLON;
A, 0 DOLLARS ($ )& eic�h+)I 4ou r CENTS
(b) 230,503.0 GALS. Application of Item 2(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
DOLLARS ($ Sax CENTS
`(c) 230,503.0 GALS. Total in -place cost for Items 2(a) and 2(b); PER GALLON;
Y� e- DOLLARS ($ )& -� e- f1 CENTS
(a) 65,609.0 GALS. AC-5 polymerized asphalt +3% latex by volume (2% by weight);
for Single Course, MATERIALS ONLY; PER GALLON;
IV t� DOLLARS ct�i+j;0t, CENTS
j V
7 (b) 65,609.0 GALS. Application of Item 3(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
l Al 1 DOLLARS ($� )&Jj, �5� iC CENTS
r-
$2Gn,173. "'
$.P53;55.3.30
EXHIBIT A, PAGE 2
Fern Quantities
No. & Units
BID PROPOSAL
BID OF UNIT PRICE CONTRACT
1997 Maintenance Program
Description of Item
& Unit Price
(c) 65,609.0 GALS. Total in -place cost for Items 3(a) and 3(b); PER GALLON;
11 e- DOLLARS ($_ )& - Cti1 CENTS
8,632.0 C.Y. Surface aggregate (THD P.B. Grade No. 4 pre -coated crushed gravel,
with a minimum of 90% crushed faces and meeting soundness tests,
or, pre -coated crushed stone meeting sliver counts and soundness tests),
including loading and freight at stockpiles in the City of Lubbock,
MATERIALS ONLY; PER CUBIC YARD;
Lo-c ; v e DOLLARS ($ )& '(L,:!, a CENTS
b) 8,632.0 C.Y. Application of Item 4(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
5i X DOLLARS ENTS
c) 8,632.0 C.Y.
Total in -place cost for Items 4(a) and 4(b); PER CUBIC YARD;
1'
DOLLARS ($ )& NO CENTS
r�
(a) 9,478.0 C.Y.
Surface aggregate (THD P.B. Grade No. 2 pre -coated crushed gravel,
�
i l
with a minimum of 90% crushed faces and meeting soundness tests,
or, pre -coated crushed stone meeting sliver count and soundness tests),
including loading and freight at stockpiles in the City of Lubbock,
MATERIALS ONLY; PER CUBIC YARD;
DOLLARS ($ )& t ,.r L CENTS
F(b)
9,478.0 C.Y.
Application of Item 5(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
S X DOLLARS ($ )& ` , I e i + CENTS
F
(c) 9,478.0 C.Y. Total in -place cost for Items 5(a) and 5(b); PER CUBIC YARD;
O DOLLARS ($ )& 1�i l] CENTS
r
Total
Amount
s Z2 , L 9, 90
$':�?(n,)a1'. oa
$ _�03, ) 9'
r-
EXHIBIT A, PAGE 3
BID PROPOSAL
BID OF UNIT PRICE CONTRACTS
1997 Maintenance Program
r
('.em Quantities
Description of Item Total
No. & Units
& Unit Price Amount
(a) 4,000.0 S.Y. Patching with Black Base, 3" depth (excavation of 4 1/2", with
replacement of 3" Black Base and 1 1/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
DOLLARS ENTS
I
w,.
(b) 4,000.0 S.Y. Installation of Item 6(a), including all items such as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 4 1/2" and replacing with 3" of Black
Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD;
DOLLARS CENTS
r(c)
4,000.0 S.Y.
Total in -place cost for Items 6(a) and 6(b); PER SQUARE YARD;
�!
Avz+eti, � o� r DOLLARS $ )& ct,
� y ( � � / CENTS $ (✓
F1(a)
9,000.0 S.Y.
Patching with Black Base, 6" depth (excavation of 7 1/2", with
replacement of 6" Black Base and 1 1/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
r1i�le-4Gers
�'
-e A DOLLARS ($ )& C� r1 CENTS
9,000.0 S.Y.
Installation of Item No. 7(a), including all items such as labor, equipment,
�(b)
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 7 1/2" and replacing with 6" of Black
r
Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD;
1
e n DOLLARS ($ )& +u3 e CENTS
r
(c)
9,000.0 S.Y.
Total In -place cost for Items 7(a) and 7 (b); PER SQUARE YARD;
i
QC
w ± ', n e, DOLLARS ($ )&Aw iA ', CENTS $ 2 S 501
1.8.
I (a) 1,000.0 S.Y. Patching with Black Base, 9" depth (excavation of 10 1/2", with
replacement of 9" Black Base and 1 1/2" Type C Hot Mix),
MATERIALS ONLY; PER SQUARE YARD;
DOLLARS ($ )& V e_ CENTS
r
1
EXHIBIT A, PAGE 4
BID PORPOSAL
BID OF UNIT PRICE CONTRACTS
f.•
1997 Maintenance Program
Lem :em Quantities Description of Item Total
No. & Units & Unit Price Amount
1.
(b) 1,000.0 S.Y. Installation of Item No. 8(a), including all items such as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 10 1/2" and replacing with 9" of Black
Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD;
I f v e ti� DOLLARS ($ )& �c 1 f ���- CENTS
c) 1,000.0 S.Y. Total in -place cost for Items 8(a) and 8(b); PER SQUARE YARD;
4_ , i4� +rc e- DOLLARS {$ )& c} CENTS $ 3C).
500.0 S.Y. Patching with 3 sack cement stabilized. caliche; 6" depth, (excavation of
7 112", with replacement of 6" 3 sack cement stabilized caliche and 1 1/2"
Type C Hot Mix); MATERIALS ONLY; PER SQUARE YARD;
S e-v e ,r\ DOLLARS ($ )& 5 i _CENTS
500.0 S.Y. Installation of Item 9(a), including all items such as labor, equipment,
removal and disposal of asphalt surface, caliche base, and subgrade
(if soft or unstable) to a depth of 7 1/2" and replacing with 6" of 3 sack
cement stabilized base and 1 1/2" Type "C' Hot Mix; PER SQUARE YARD;
DOLLARS ($ )& + a r�, CENTS
500.0 S.Y. Total in -place cost for Items 9(a) and 9(b); PER SQUARE YARD;
00
(JIy e.n DOLLARS ($ )& 5e v e ►��y CENTS $ fiSC
10.
12,000.0 S.Y. Patching with 1 112" A.C. pavement; with approved crushed stone or
I. approved crushed gravel; MATERIALS ONLY; PER SQUARE YARD;
1�reDOLLARS ($ )& c _CENTS
r, (b) 12,000.0 S.Y. Installation of Item 10(a), including all items such as labor, equipment,
removal and disposal of existing surface, (if applicable), including
prime and tack coat; PER SQUARE YARD;
7 A DOLLARS ($ )& ilvC. CENTS
c,
r
EXHIBIT A, PAGE 5
Fe m Quantities
No. & Units
BID PORPOSAL
BID OF UNIT PRICE CONTRACTS
1997 Maintenance Program
Description of Item
& Unit Price
Total
Amount
iI0.
'(c) 12,000.0 S.Y. Total in -place cost for Items 10(a) and 10(b); PER SQUARE YARD;
k e DOLLARS YL CENTS $_%L'���DO,�"
1,000.0 L.F.
Curb and Gutter; 6" concrete, Class E (3,000 psi @ 7 days), 30" wide
separate gutter or sawtooth curb and gutter; MATERIALS ONLY;
PER LINEAR FOOT;
f
�Iev e y-, DOLLARS ($ )& -�o CENTS
�T
�
x
• (b) 1,000.0 L.F.
Installation of Item 11(a), including all items such as labor, equipment,
removal and disposal of existing C & G, subgrade preparation, complete
in place, with location as directed by the Engineer; PER LINEAR FOOT;
'S Y. DOLLARS ($ )& �Sl cc r) CENTS
" (c) 1,000.0 L.F.
Total in -place cost for Items 11(a) and 11(b); PER SQUARE YARD;
DOLLARS Iq e. CENTS
7a)
1,500.0 S.Y.
Valley Gutter; 8" reinforced Class C concrete (3,600 psi @ 28 days)
(see Section IV, pages 5-6 for reinforcement information); MATERIALS
r
ONLY; PER SQUARE YARD;
4w DOLLARS ($ & Si � e, CENTS
7(b)
1,500.0 S.Y.
Installation of Item 12(a), including all items such as labor, equipment,
removal and disposal of existing valley gutter, subgrade preparation,
complete in place, with location as directed by the Engineer;
_
PER SQUARE YARD;
r
u�� e(! r1 DOLLARS ($ )& i r+ r CENTS
r(c) 1,500.0 S.Y. Total in -place cost for Items 12(a) and 12(b); PER SQUARE YARD;
r �j DOLLARS ($ )&E r���,I -�4 e- CENTS
p�
ao
s17556,
i
I
EXHIBIT A, PAGE 6
BID PORPOSAL
BID OF UNIT PRICE CONTRACTS
1997 Maintenance Program
r
l tem Quantities
Description of Item Total
No. & Units
& Unit Price Amount
13.
(a) 500.0 S.Y. Sidewalk and driveway adjustment; 4° concrete (Class A, 3,000 psi @
7 28 days), reinforced; MATERIALS ONLY; PER SQUARE YARD;
►1; ne. DOLLARS ($ )&e' �� c t CENTS
500.0 S.Y. Installation of Item 13(a), including all items such as labor, equipment,
removal and disposal of existing sidewalk and/or driveway, subgrade
preparation, complete In place, with location as directed by the Engineer,
PER SQUARE YARD;
DOLLARS ($_ )& �r e n� CENTS
500.0 S.Y. Total in -place cost for Items 13(a) and 13(b); PER SQUARE YARD;
t,aE � DOLLARS ($ )11 CENTS $ yQ oD
4.
(a) 25,000.0 S.Y. Asphaltic Concrete Milling; milling of existing street surface;
MATERIALS ONLY; PER SQUARE YARD;
Not Applicable
7(b) 25,000.0 S.Y. Performance of Item No. 14(a), including all items such as labor, equipment,
removal and stockpiling of milled surface, with locations as directed by the
Engineer, PER SQUARE YARD,
7 f" 1 e _ DOLLARS ( )& 'k CENTS
7(c)25 00 S.Y. T tal in- lace cost f r Items 4 a and 14 • P R
,0 .0 o p o 1 () (b), E SQUARE YARD,
PM brA e- DOLLARS ( )& e„ vS. n � � ', E._CENTS $ 43. 75o • cr
E
Total for Items 1(a) through 14(a) MATERIALS ONLY $ I,v�u7 �n �a l n , 2—
Total for items 1(b) through 14(b) LABOR, EQUIPMENT, ETC $ y 7 S • ln�'
l
'` Total for Items 1(c) through 14(c) $ ), '� 3 } y•11190
BOND CHECK
BEST RATING .
LICENSED IN TEXAS
DATEI y,�_,_____
r
M •Yam`.. VRD
r
Bid Bond
Surety Department
FKNOW ALL MEN BY THESE PRESENTS,
That we, Lipham Construction Co.,Inc,, as principal, hereinafter called the Principal, and the Hartford
Fire Insurance Company, a corporation created and existing under the laws of the State of Connecticut,
whose principal office is in Hartford. CT, as Surety, hereinafter called the Surety, are held and firmly
E bound unto CITY OF LUBBOCK as Obligee,
hereinafter called the Obligee, in the sum of Five percent (5%) of amount bid Dollars ( $----------- ),.
for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
Whereas, the Principal has submitted a bid for
1997 STREET MAINTENANCE PROGRAM
ij
NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may
E be specified in the biddings or contract documents with good and sufficient surety for the faithful
performance of such contract and for the prompt payment of labor and material furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such
bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof
r between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the work covered by said bid, then this obligation shall be null and
void, otherwise to remain in full force and effect.
r
Signed and sealed this 5th day of DECEMBER A.D. 1996 .
Attest: Lipham Construction Co., Inc.
(Principal)
��LBr EAL)
Y E% IJiC�_ c
` itl
7 Witness: Hartf9rd Fire Unurance Company
By
W. Lawrence Bro n, Attorne -in-Fact
(Approved by the American Institute of Architects,
r A.I.A. Document No. A-310, 1970 Edition)
Form S-32664 Printed in U.S.A. 12-70
HARTFORD FIRE INSURANCE COMPANY
Hartford Connecticut
POWER OF ATTORNEY
Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized
under the laws of the State of Connecticut, and having Its principal office In the City of Hartford. County of Hartford. State of Connecticut,
does hereby make, constitute and appoint
J9MBBRT TUCI, 7R4CY 7UP22; TOBRV TUC=
and W. LAWRENCEBROWAr of FORT WORTH, TEXAS
Its true and lawful Attomey(s)-hn-Fact, with full power and authority to each of said Att0mey(9)4n-Fact, in their separate capacity If more
than one Is named above, to sign, execute and acknowledge any and an bonds and undertakings and other writings obligatory in the
nature thereof on behalf of the Company In its business of guaranteeing the fidelity of persons holding places of public or private trust;
guaranteeing the performance of contracts other than Insurance policies; guaranteeing the performance of Insurance contracts where
surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in
an actions or proceedings or by law allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the
same extent as If such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of
the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms
all that its said Altomey(s)4n-Fact may do in pursuance hereof.
This power of attorney is granted by and under authority of the following provisions:
(1) By-laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on
the 9fh day of March,
ARTICLE N
` SECTION 8. The President or any Vice -President, acting with any Secretary or Assistant Secretary, shah have power and tut horny to appoint. for
purposes only of executing and attesting bonds and undertakings and other wrings obligatory In to nature thereof, one or more Resident Vice
Presidents, Resident Assistant Secretaries and Attorneys -in -Fact and at any time to remove any such Resident Vice-Preskfent, Resident Assistant
Secretary. orAtlomeyarrFact and revoke the power and authority given to hen.
SECTION 11. Attomeys i-Fact than have power and authority, subject to the bmn and Wdations of the power of snomey issued to them, to
execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and an bonds and undertakings, and Other writings
obligatory in the nature thereof, and arty such instrument executed by any such Anomey-"act shall be as binding upon the Company as f signed by an
!�* Executive Officer and seated and attested by one other of such Officers.
This power of attorney Is signed and sealed by tacs'rrnite under and by the authority of the following Resolution adopted by the
Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duty called and held on the 12th day of February, 1993.
Pes*K slat the sgnshres of such Mom and fe seal of to Carpary may be anind to ary ach power of asomey or to any oartlisci to u 1 1' - thereto by
lac bit and ary arh power of etroney or oerMcde bearing such bcskrdk aiprvbrls or fteshile seal ehad be valet and bh*V upon fe Company and airy such paver to
cmcuW and oaf and by locairrh➢e sign tm and bcMriie teal ahatl be valid and bin*V upon the Company In the tut re with respect b ary band or unciedaldxg to which it is
afar ed.
In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by Its Vk*-
President and its corporate seal to be hereto affixed, duty attested by its Secretary, this 1st day of May, 1995.
G Attest 4 HARTFORD FIRE INSURANCE COMPANY
u
p id" R tMmanson
STATE OF CONNECTKVT
Paul L Marabella
COUNTY OF HARTFORD Vfoe-President
On this 1st day of May. A.D. 1995, before me personally came Paul L Marabeita, to me known, who being by me duty swum, did depose
and say: that he resides In the County of Hartford, State of Connecticut; that he is the Vice -President of the HARTFORD FIRE
INSURANCE COMPANY, the corporation described In and which executed the above Instrument; that he knovrs the seat of the said
corporation; that the seal affixed to the said Instrument is such corporate Real; that It was so affixed by order of the Board of Directors of
said corporation and that he signed his name thereto by Ike order.
STATE OF CONNECTICUT stoU►Rr +" �
six atfsLlC .Han H. Woahlak
COUNTY OF HARTFORD Notivy
My Conamaion E3iras.kne 30. IWO
r. CERTIFlCATE
1, the undersigned, Secretary of the HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY
CERTIFY that the foregoing and attached POWER OF ATTORNEY remains In full force and has not been revoked; and furthermore, that
the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in force.
t� Signed and sealed at the City of Hartford. Dated the 5th day of DEC 19 96
Robert L Post
Sacrstary
i
r
Form SJ5n9-9 (IM tthhtcd in U.S.ut
17
11
[ STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
r- (CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, thatLipham Construction Co. , Iroereinafter calied the Principal(s), as
Principal(s) and
Hartford Fire Insurance Company
(hereinafter called the SuM ret {A are held nd �'V bound unto the Cityof Lubbock (hereinafter called the
)"cnl i ny`steven -hung tliirt1,713,411.
Obligee), in the amount of ,,G�r,,,,,- 1,,,r,�, o,� o�at,o„ &.�Cgjwrs ($ awful 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 9th day of
January 19 97,to Bid #13741--1997 Street Maintenance Program
iI
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond
In the amount of said contract which contract Is hereby referred to and made a part hereof as fully and to the same extent
as If copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
,.� PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined In accordance, with the provisions of said
Article to the same extent as if it were copied at length herein.
r" IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this Instrument this
9th day of January 19_27.
�
Hartford Fire Insurance Company Act.^ L Co,vS�Vcll" ) C' ��C•
u.
Surety Principal
r" •B _ ?r- By V4 C2 • ffe31
Ar
(T' T Tucker, Attorney -in -Fact Vffe)J. L. Lipham, Vice-Pres.
7
r
By:
(Title)
By:
(Title)
The undersigned surety company represents that it Is duly alifi� o do business in Texas, and hereby
designates Tracy Tucker an agent resident in 1L� rZT1 9whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Hartford Fire Insurance Company
Surety
* Tracy ucker, Attorney-
in —Fact
Approved as to form:
l l! C Z
bock c
By:
omey
• 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.
I
PERFORMANCE BOND
7
s
kr•
BOND CHECK
BEST RATING
LICENSED IN TEXAS
D{iTE lY 5L2._._...._._
i
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
Lipham Construction Co., Inc.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
Hartford Fire Insurance Company
(hereinafter called the Surety AV, , a S t (s are h�ld 3 - firr�(�iornd unto the City of Lubbock (hereinafter called the
Obligee), in the amount of, #,znO��h;a.�,-o� oeP„o„ Rgl(s ($11713, 411.��tir,rful 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 severalty, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obli >ree, dated the9th day of
January ,19 ?t0 Bid #13741--1997 Street Maintenance ogram
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 Section 2253.021(a) of the
r� Texas Government Code, and all liabilities on this bond shall be determined In accordance with the provisions of said
article to the same extent as If it were copied at length herein.
r
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this Instrument this 9th
day of January , 19 97 .
Hartford Fire Insurance Company
Surety
By
e 1ra ucker, Attorney -in -Fact
�.✓t /,r'7yS`YtiG7�du lO�,..L'�t'•
Prir%ipal
By; Zy, v" ze -
hem . L. Lipham, Vice-Pres.
By:
(Title)
By:
(Title)
7
7
The undersigned surety company represents that 449 �� ualified to do business In Texas, and hereby
r" designates Tracy Tucker an agent resident InZ i lc nfyto whom any requisite notices may be delivered and
on whom service of process may be had In matters arising out of such suretyship.
Hartford Fire Insurance Company
Surety
e) Tuc er, Attorney -
in -Fact
Approved as to Form
Cit ck
By:
it ttomey
t 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
attomey for our files.
I
7
r
HARTFORD FIRE INSURANCE COMPANY
- li o"# -.A
^
a r
POWER OF ATTORNEY
Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a corporation duty organized
under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut,
does hereby make, constitute and appoint
DF.LBERT TUCKER, 7RACY7UCKER, TOBI1V 7UCKER
and W. LA WRENCE BROWN of FORT WORTH, TEXAS
its true and lawful Attomey(s)-in-Fact, with full power and authority to each of said Attomey(s)-in-Fad, in their separate capacity if more
than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the
nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust;
guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where
surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in
all actions or proceedings or by law allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the
same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of
the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms
all that its said Attomey(s)-in-Fact may do in pursuance hereof.
This power of attorney is granted by and under authority of the following provisions:
(1) By -Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a naaeting duly called and held on
the 9th day of March, 1971.
ARTICLE IV
SECTION 8. The President or arty Vhce-President, acting with any Secretary cr Assistant Secretary, shall have power and authority to appoint, for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more Resident Vice
Presidents, Resident Assistant Secretaries and Attomeys-in Fad and at any time to remove any such Resident Yx>--President, Resident Assistant
Secretary, or Attomey4ri-Fad, and revoke the power and authority given to him.
SECTION 11. Attomeys4n-Fad shall have power and authority, 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 thereto any and all bonds and undertakings, and other writings
obligatory in the nature thereof, and any such instrument executed by any such Attomey-intact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested by one other of such Officers.
This power of attorney is signed and sealed by facsimile under and by the authority,of the following Resolution adopted by the
Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 12th dry of February, 1993.
Resolved, that the al"ures or such orrroers and the seal or the Company may be affixed to any such pOwer of attomey or to cry certficate reLwim thereto try
taaimak, and any such power of attorney or certificate bearing such faciurnile signatu es or faesirNte seal shall be valid and bindkV upon the Company and any sacs, paver so
exeouted and oerrfied by bcskrde signatures and facaknhik seal shall be valid ant b aft kgor the company it the fusire with respect to any bond or undertaking to which it is
attached. �V
In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these preserrts to be signed by its Vice -
President, and its corporate seal to be hereto affixed, duty attested by its Secretary, this 1st day of May,1995.
Attest HARTFORD FIRE INSURANCE COMPANY
Ricthard R. Himhartaoh�
sacn.rary.: •r A�
STATE OF CONNECTICUT�'
a& Paul L Marabella
COUNTY OF HARTFORD fte-F'resldenf
On this tat day of May, A.D. 1295. before me personally came Paul L Marabelta, to me known, who being by me duly sworn, did depose
and W. that he resides in fhe County of Hartford, State of Connecticut; that he Is the',, /;;President of the HARTFORD FIRE
INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said
corporation; that the seal affixed to the said instrument Is such corporate seal; that tt was as affleed by order of the Board of Directors of
said corporation and that he signed his name thereto by Eke order.
STATE OF CONNECTICUT +` MOTutr * ,+�(%O�TrI•fh?
ss• • haettc • Jean K %k v iak
COUNTY OF HARTFORD �Nooerypaboc •r''s{' My commission Fire& June 30, 1M
CERTIFICATE
I, the undersigned, Secretary of the HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY
CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been rew*ed; and furthermore, that
the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in., force.
Signed and seated at the City of Hartford. Dated the.: 9 th day of Jan 19 97
'hu
tea, a Robert L. Post
� Ssare�hsry
Form S3507-9 (illy Priraed in U.S.A.
F.,
CERTIFICATE OF INSURANCE
r
{i; Y j
Ii _f ..:?;'�
ti:.... ri•:4: •. +•. '•�•:, d�..., n,.n. .t.f: n•�. .i. .{..n A. .x,
f .3... f.33• .'i:Y:3. f f'f 'us. f. .�.�:, .. :.t,....,, .....�.. ... .r�.:.ti":>.. ..£w .. wl.�... .;;.,.}.
•PRODUCER .. •.• ,..r
yt tjjtt <441t{ ti R t ,<,'•;' DATE(MMjDDjYh
' S:: krt ti' •..; I. f i,t { , i i ,,;{ 0 6 97
n.{. ,.i n.{. .•,.,.. ,.{.» .,.{.{.C{�t:,:,f :ta:4:4:.:. {t•R•' � / O /
,..THIS CERTIFICATE IS.�..... . ISSUED AS A MATTER OF INFORMATION
HRH of Amarillo (C)
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
1800 Washington, Suite 4OO
HOLDER. THIS CERTIFICATE DOES NOT AMEND, WEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P O BOX 1149
COMPANIES AFFORDING COVERAGE
Amarillo, TX 79105-1149
COMPANY
ACNA/Transcontinental Insurance Co.
INSURED
Lipham Construction Co., Inc.
COMPANY
I B
701-705 Broadway
P. O. Drawer 3
COMPANY
C
Aspermont, TX 79502
COMPANY
0
vv. •n, x, . ,•.xuvnn•.:n•.v. •: , •ni •. ,w: n•. n•.,•.v.. '.v. •. •.,•. xv . -
`f i i .i, { r{ { i '{,.t i , {.•P ,.i. h {J, +...i r: P.+ P E P n:n•. n,••P;.vv. •. •n•.y.
:f', { <: ,» { t t.t{ { P'}t { , i t { ..,:�,rt•3 kit t,. ., t , 5.�;. {, {.. <>;.. � fi.t.{.:Si{•:tifi::i• i it•:4:
{•. •:v: •:0.vv:{ii•:i•:{:4' 4i•:•Yi: •wi{•:{{fkR{{t{} SY:{•:G:{wi•:•:{ti•:4'rr.4fti�'r.%:fi{C'r:�' �:4:4:{i{{t•:»{..*.4FX••{i4rii4:f:4:`v}D:4:{,4:{i{•:4:f:»i./k..i.{.i�:{{i:{•ni..4.{{�iiii•X{fk:4:{{{•R{4:{.::i:4:tiii{ir}F:i•A...nf.4:tiii{•:vX•:tit{{•:
THIS IS TO CERTIFY THAT THE POUCIEC OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THEPOUCYPERIOD
INDICATED, NOTWRHSTANDNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT %17H RESPECT TO A"ICH THIS
CERTT°ICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HQF13N IS SUBJECT TO ALL THE TERMS,
01MUSIONS AND CONDITIONS OF SUCH POLICIES. UMS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIM.
CO
LTR
TYPEOFINSURANCE
/OLICYNUMBER
POLCYEFFECTIVE
OATE(MM;DD/WI
POLiCY EXPI RATION
DATE(MMlDDM
LIMITS
A
GENERAL
LIABILITY
1063054693
02/06/97
02/06/98
GtNtHALA3GHt(3AIt
s2,000,000
PFODUG7S-COM-;0PA30
s2,000,000
X]COMM
ERCIAL OENERAL L ABI-In
OLAIMS MADE a OOCLR
PEFSONALAAOV INJJRY
$1 000 000
EACHOCCUFRENCE
51 OOO O00
TWNER'9&CONTRACTOR'SPROT
FIREDAMAGE(Anyme")
%50000
MtUtXH(AnYOn9PW8Gn)
55 F 000
A
AUTOMOB
X
LE LIABILITY
ANYAJTO
1063054709
02/06/97102/06/98
COM3INEDSINGLELIMIT
5 1,000,000
RODII YINJURY
(Perpereoi;
$
ALL OWNEDAJTOS
SCHEDULEDAU-OS
I
BODIL%INJURY
I (Per `•alAentj
5
HiHtUAU108
NON -OWNED AUTOS
I
P�;Oli I Y L)AMAGh
S
GARAGELIABILTY
AUTO ON-Y-EA ACC DENT
5
ANYAJIU
I
UIHtHIHANALIODNLY:
GACF ACCIDENT
S
I
AGGREGATE
i8
A
EXCESS LIAR]LITY
1063054712
02/06/97
02/06/98
EACHOCCLIFRENCE
53 000 000
AGGREGATE
s3,000,000
X UMBFELLAFORM
I
5
01H:H IHANUMOHhLLAHUH M
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
1042891577
I
102/06/97
02/06/98
STATUTORY LIMITS
5:?'":: <i,<E£•':{at>i:t:,
EA011 ACW GENT
$500 000
TI-EPROPRIETOR/ X INCL
PAFTNEFS/EX=CJTIVE
OFFICERS ARE: EXCL
I
DISEASE POLICY LIMIT
_C
5500 OOO
DIS=ASE•EACHEMPLOYEE
600 000
OTHER
I
I
DES CAI "ION OF OPERATIONS/LOCAT ONS/VEHICL MISPECIA L TENS
Project: Bid#13741-1997 Street Maintenance'Program
Certificate.holder is listed as an additional insured. Waiver of
Subrogation in favor of certificate holder.
# .Z. .
:t2k:{:R� :� �:.:..:{ k• • �°l �$.. <.v. a ;� {':''>: <: �:i:; 'w. � i't:°+:: 2 ;tioab'
.a.....
{:4 n... .....{t�:{}lii'4t{ : �a{3•:4:47{•: }: i' }'i'2i :: "{r,;::{::4:{:%::i1�:�t ::P:{�: i{if}%UR•'''v:' i{:ai4:$
., i{•.: t.{» {n..t» t. .» { �M',�.s.,
• °P <:: p ":.::' -
}� • i.:•• :•: .....................' :• :• :::':• ::: •:: r :.; .. ; :.
��..',�tit. „4.t.i.tnn ,. .a.{.t...::?�.u„z{•.f:
9HOULDANYOFTHEABOVEDESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Lubbock
EXPIRATION DATETHEREOF. THE ESUINGCOMPANYWILLENDEAVOR TOMAIL
Attn: Shelly Lopez
_IQ_DAYS WRITTENMDT CETOTHECERTiFICATEHOLDER NAMED TOTHELEFT.
P. O. BOX 2000
BUTFAILURETOMAIL SUCH NOTCESHALLIMP09ENOOBLIGATION ORLIABILITY
Lubbock, TX 79457
OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED R EPR ES EN TATI V E
I
:. }y,}•n,, >' �:. ,\Yf:n}Y.Mn} •fn}:N.V.,:A, }S}'. •.Yq:M..},,, xY•Y.}P,
{{i`i{•:i::t: {4:• ..{.....ff:{ii:: ,.i: :dJr,{r•.
}., :..;i.;.:{:;.... S'......P..........YY:,,.......�..::::
r��ib:ICSi! :: QS: :F:.r :,v x: .>.•: :::r
;Y..:f:.P,P,Y.. ,?Y.:X.xvf,Y.v.YnPY. Y.. Yn•.
.•{.•t•{::{r ':{;':••' i;;:;{i.;. Y:':'{: "4v j:{:•
....i:.,., .,.t.,
:•x::i:•}}:v:::.•::: n.:•:.v:r .•�•>.v v:: �i'�: • 'iifTf.S.�i6tirt•7/C37A'iRi,i
7
F
7
A#C#Ilel/. CERTIFICATE OF INSURANCE 02/06/9
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIC
HRH of Amarillo (C)
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICAI
[ALTERHOLDER.
1800 Washington, Suite 400
ES NOT AMEND, EXTENC
ICOVERAGECAFFODED
THE BY THE POLICIES BELWI
P O BOX 1149
COMPANIES AFFORDING COVERAGE
Amarillo, TX 79105-1149
-C�--
COMPANY
ACNA/Transcontinental Insurance Co
_
INSURED
Lipham Construction Co., Inc.
COMPANY
B
701-705 Broadway
-
P . 0. Drawer J
COMPANY
c
Aspermont, TX 79502
-
COMPANY
CO
D
COVERAGES'
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE
AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO I TYPE OF INSURANCE POLICYNUMBER
LTR!
POLICY EFFECTIVE POLICYEJXPIRATION UMW
DATE(MMIDOIYY) DATE (MMIODIYY)
A
i GENERALUABILmr 1063054693
02/06/97 ; 02/06/98 ;GENERALAGGREGATE s2,000,0
X COMMERCIAL GENERAL LIABILITY
�^
i PRODUCTS-COMP/OP AGG Q, 0 0 0, 0
CLAIMS MADE ; X I OCCUR!
PERSONAL 6 ADV INJURY 31 , 0 0 0 , O
OWNER'S 3 CONTRACTOR'S PROT
EACH OCCURRENCE $1 , 0 O 0 , 0'
H1
! FIRE DAMAGE (Any one fire) $5 0 , 0 0 0
ME EXP (Any one person) $5 0 0 0
A AUTOMOBILE LIABILITY 1063054709
IO2/06/97 02/06/98
ANYAUTO
COMBINED SINGLE LIMIT $1 , 0 0 0 , 0'
ALL OWNED AUTOS
SCHEDULEDAUTOS
BODILY INJURY
(Per person) $
r�
I HIRED AUTOS
NON -OWNED AUTOS i
BODILY INJURY
i(Par accident) s
PROPERTY DAMAGE S
GARAGE LIABILITY
AUTO ONLY -EA ACCIDENT S
I
I ANY AUTO
j OTHER THAN AUTO ONLY: il
i
I
EACHACCIDENT S
AGGREGATE $
EXCESS LIABILITY
EACH OCCURRENCE $
UMBRELLAFORM
AGGREGATE S
OTHER THAN UMBRELLA FORM
S
A j WOMMRSCOMPENSATION AND 1042891577
02/06/97 ' 02/06/98 STATUTORY LIMITS Oh5yOP .'
EMPLOYERS' LIABILITY
'EACH ACCIDENT SSOO, OOO
THE PROPRIETOR/ X 1 INCL
'DISEASE -POLICY LIMIT s5 0 0, 0 0 0
PARTNERS/EXECUTIVE -�
OFFICERS ARE: EXCL'
DISEASE -EACH EMPLOYEE. S5 0 O 0 0 0
i
OTHER
'
' I
i
1 I
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS
Project: Bid#13741-1997 Street Maintenance
Program
Certificate holder is listed as an
additional insured. Waiver of
Subrogation in favor of certificate
holder.
CERTIFICATE HOLDER
>CANLLLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TH
City of Lubbock
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
Attn: Shelly Lopez
_-JD- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LA
P . 0. BOX 2000
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILn
Lubbock, TX 79457
OF ANY UPON THE CCMPANY AGENTS OR REPRESENTATIVES.
AUTHORIZ RESENTAT -
ACORD25-SW93 1 of 1 2
�T_Xrn-RD CORPORATION
INSURED
Lipham Construction Co., Inc.
701-705 Broadway
P. O. Drawer J
Aspermont, TX 79502
DATE (MM/DDNY)
06/13/96
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
G
COMPANY
ATravelers Lloyds Insurance Co.
COMPANY
BTravelers Indemnity Insurance Co.
COMPANY
CTravelers of Rhode Island
COMPANY
D
CID RAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
DO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE OLICY EXPIRATION LIMITS
DATE (MM/DDfn , DATE(MM/DDIM
A GENERAL LIABILITY SCP647KO64A96 02/06/96 02/06/97 GENERAL AGGREGATE $2 000, OI
X OMMERCIAL GENERAL LIABILITI
CLAIMS MADE Fx—J OCCUR
W NER'S a CONTRACTORS PROI
B AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
C WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
THE PROPRIETOR/ n INCL
PARTNERS/EXECUTIVE I'jl OFFICERS ARE: EXCL
OTHER
L
PRODUCTS-COMP/OP AGG
$2 0 0 0, 0 0 0
PERSONAL AADV INJURY
$1 00O 000
EACH OCCURRENCE
$1 , 0 0 0, 0 0 0
FIRE DAMAGE Any one fire
$5 0 0 0 0
ME D EXP (Anyone person)
$5 0 0 0
CAP647KO65196
02/06/96
02/06/97
COMBINED SINGLE LIMIT
$1, 000, 000
BODILY INJURY
(Per person)
$
BODILYINJURY
(Per accident)
$
PROPERTY DAMAGE
i
$
AUTO ONLY -EA ACCIDENT
$
OTHER THAN AUTO ONLY:
.......................................
EACHACCIDENT
i
AGGREGATE
$
EACH OCCURRENCE
Is
AGGREGATE
Is
Is
UB342K236A96
02/06/96
02/06/97
STATUTORY LIMITS
EACH ACCIDENT
$5 0 O 0 0 0
DISEASE -POLICY LIMIT
$500000
DISEASE -EACH EMPLOYEE
$5 0 O 0 0 0
i
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Appropriate Insurance Agent/Broker
Prior to Award of Contract
1, the undersigned Agent/Broker, certify that the Insurance requirements contained in this bid document have
been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this
contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by
contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this
bid/proposal.
Agent (Signature) Agent (Print)
t
Name of AgentBroker:
S Address of Agent/Broker.
r-
F
City/State/Zip:
f
Agent/Broker Telephone Number.
1
a Date:
CONTRACTOR'S NAME:
(Print or Type )
CONTRACTOR'S ADDRESS:
NOTE TO AGENT/BROKER
If this time requirement is not met, the City has the right to reject this bid/proposal and award the
contract to another contractor. if you have any questions conceming these requirements, please
contact the Purchasing Manager for the City of Lubbock at (806)767-2165.
BID ##13741-1997 STREET MAINTENANCE PROGRAM
T
r
7 A CONTRACTOR SHALL:
n
I.
r
E.
CONTRACTOR CHECKLIST
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing ail persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to
provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed In at least 19 point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
'The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation Insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
Identity of their employer or status as an employee.*
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or
to report an employers failure to provide coverage." and
(8) contractually require each person with whom It contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) Include in all contracts to provide services on the project the language in subsection (e) (3) of
this rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, If the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor.
0 a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of
the coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.o
F
No Text
PW
i
STATE OF TEXAS
COUNTY OF LUBBOCK
CONTRACT
THIS AGREEMENT, made and entered into this 9th day of January. 1997, by and between the City of Lubbock,
r County of Lubbock, State of Texas, acting by and through Alex Ty Cooke, Pro Tem Mayor, thereunto authorized to do so,
hereinafter referred to as OWNER, and Lipham Construction Company. Inc. of the City of Aspermont. Countv of
Stonewall, 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
r CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID # 13741-1997 STREET MAINTENANCE PROGRAM - $1,713,411.60
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor,
insurance and other accessories and services necessary to complete the said construction in accordance with the
contract documents as defined In the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
hI APP VE S TO CONTENT:
ll
Owner' epres ative
r
ROVED AS FOR
L�n
dkyr�
tomey
iI.
ATTEST:
i j Corporate Secretary
'I.
C11
By
CONTRACTOR:
LIPHAM CONSTRUCTION COMPANY. INC.
PRINTED NAME Z:Y! L. �
TITLE: IJI'C2 — _&7r siyej
COMPLETE ADDRESS:
Upham Construction Company, Inc.
Drawer J
Aspermont, Texas 79502
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
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 Lipham Construction Company,
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, City of Lubbock, under whose supervision these contract documents, including plans and
specifications, were prepared, and DON JENNINGS, STREET SUPERINTENDENT 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 men acting in behalf of the
Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to
Bidder for 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.
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
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 notice.
�I.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract
documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him
and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the
work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or
the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner
that the completed project will conform to the requirements of the contract documents, but he will not be
responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the""
basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor'
guard the Owner against defects and deficiencies in the work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the
commencement of the work contemplated by these contract documents or the completion of the work
contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order b
permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical
and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's —
Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his
Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at_
Contractor's expense.
r
i`
s�
i
r
l:
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 hereln. He has the authority to stop the work whenever such
stoppage may 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' estimates and findings shall be conditions precedent to the right to any action on
the contract, and to any rights of the Contractor to receive any money under this contract.
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.
15. SUPERINTENDENCE AND INSPECTION
It Is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work Is done In accordance with the specifications therefore. The Contractor shall
furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or Inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
Instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
Inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his
decision.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
1 keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions
given to him shall be binding as If given to the Contractor. Adequate supervislon by competent and reasonable
representatives of the Contractor is essential to the proper performance of the work and lack of such supervision
shall be grounds for suspending operations of the Contractor.
The work, from Its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be bome 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 perfonning any of the work.
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.
r
18. 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 fumish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be In accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents. —
If any 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 home 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.
r
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
r" Owner, Owner's Representative, or other persons authorized under this agreement to make such Inspections,
f 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
a
It is further agreed that If the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not
In conformity with plans, specification and contract documents, the Contractor shall, after recelpt 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. if is further agreed that any remedial action
contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof,
either before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for
n a clalm 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
awarding to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
F such changes or alterations as shall make useless any work already done or material already fumished 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 WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not
R covered by Contractor's bid, except as provided under Changes and Alterations herein.
It Is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum, or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15%) percent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to Include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment,
for the time actually employed or used on such extra work, plus actual transportation changes necessarily
Incurred, together with all expenses incurred directly on account of such extra work, including Social Security,
Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all
f
k
G ,
other Insurances as may be required by law or ordinances or directed by the Owner or Owners Representative,
or by them agreed to. Owners 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 Owners Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate 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 Contractors 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 Owners Representative. In case
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 Owners
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 Owners Representative insists
upon its performance, the Contractor shall proceed with the work after making written request for written order
and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C).
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 bid, the specifications, plans
and other contract documents, Is to be done for the prices quoted by the Contractor and that such price shall
Include all appurtenances necessary to complete the work in accordance with the intent of these contract
documents as interpreted by Owners 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 Owners 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 bid 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 Owners 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.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
Insurance company licensed to transact business In the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the 'Manual of Accident Prevention in
r
a
F
Construction" of Associated General Contractors of America, except where Incompatible with federal, state or
municipal laws or regulations. The Contractor, his sureties and Insurance carriers shall defend, Indemnify and
r- 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 supervision of said contract, and the project which is the subject
r' 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.
r- 28. CCONTRACTOR'S INSURANC9
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.
C The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
I subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate
of insurance specifying each and all coverages shall be submitted prior to contract. execution.
The Insurance certificates furnished shall name the City as an additional insured, or in the altemative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. it shall be the contractors responsibility to provide to the owner all
proof of coverage insurance documents including workers compensation coverage for each
subcontractor.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $ 01. 00.400
Combined Single Limit in the aggregate and per occurrence to Include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal injury
{
Advertising Injury
T
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
For bodily injuries, Including accidental death and or property damage, $ 01. 00.000 Combined Single
Limit. This policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $ 001. 0.000 Combined Single Limit,
to Include all owned and nonowned cars including: Employers Nonownershlp 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.
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. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $ 01. aa.000 on all contracts with
coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability
coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500.000.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -Insure issued by the commission, or a coverage agreement (i'WCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
contractoes/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor* in i1406.096) - includes all persons or
entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless
of whether that person has employees. This Includes, without limitation, independent
contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of
any such entity, or employees of any entity which furnishes persons to provide services on the
project. "Services' Include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project. "Services"
does not include activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets. _
2. The contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
r
'. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The contractor shall obtain from each perm providing services on the project, and provide to
the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, If the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The contractor shall notify the governmental entity In writing by certified mail or personal
delivery, within 10 days after the contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
a. The contractor shall post on each project site a notice, In the text, form and manner prescribed
by the Texas Workers' Compensation Commission, Informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify coverage
and report lack of coverage.
9. The contractor shall contractually require each person with whom It contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
F Labor Code, Section 401.011(44) for all of Its employees providing services on the
project, for the duration of the project;
(b) provide to the contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, If the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the contractor.
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter,
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom It contracts to perform as required by
paragraphs (1) - (7), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor Is representing to the governmental entity that all employees of the contractor who will
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate
Insurance carrier or, in the case of a self -Insured, with the commission's Division of Self -
Insurance Regulation. Providing false or misleading information may subject the contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The contractor's failure to comply with any of these provisions Is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the
Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as
evidence of compliance with the above Insurance requirements, signed by an authorized representative
of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of Insurance In force thereunder on the date bome by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named Insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or Identical copies thereof) contained In the
job specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shalt:
(a) provide coverage for its employees providing services on a project, for the duration of
the project based on proper reporting of classification codes and payroll amounts and
filling of any coverage agreements;
.•
F
(b) provide a certificate of coverage showing woricers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period shown on
the contractor's current certificate of coverage ends during the duration of the project;
(d) 'obtain from each person providing services on a project, and provide to the
governmental entity:
0i a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(i1) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter,
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Act or other commission rules. This notice must
be printed in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
'The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee.'
'Call the Texas Workers' Compensation Commission at 5121440-3789 to receive
Information on the legal requirement for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's fallure to
provide coverage.' and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
W provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees
providing services on the project, for the duration of the project;
(i) provide a certificate of coverage to the contractor prior to that person beginning
work on the project;
71
(ii) include in all contracts to provide services on the project the language in
subsection (e) (3) of this rule;
(iv) provide the contractor. prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom It contracts, and provide to the
contractor.
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(v) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter,
(vli) notify the governmental entity in writing by certified mail or personal delivery, .
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(vii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (A) - (H), with the certificate of coverage to be provided
to the person for whom they are providing services.
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 privileges of employment.
30. PROTECTION 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, matedalmen 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 so desires, the Contractor shall furnish satisfactory evidence that all
obligations of the nature hereinabove designated have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within
five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness
or may apply the sum so withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
r"
i
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
�•-. The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device,
material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or
Owner thereof. 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
j process or the product of a particular manufacturer or manufacturers is specified or required in these contract
documents by Owner, provided, however, If choice of alternate design, device, material or process Is allowed to
Ono 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.
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 Owners
Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which It derives Its powers, insofar
as the same regulates the objects for which, or the manner In which, or the conditions under which the Owner
may enter Into contracts, shall be controlling, and shall be considered as part of this contract to the same effect
as though embodied herein.
33. 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 THREE HUNDRED ($OD.OD PER_CONSECUTIVE CALENDAR DAY, 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.
7
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 bid; 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 so that conflicts
will be avoided and the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. EXTENSION OF TIME
The Contractor agrees that he has submitted his bid In full recognition of the time required for the completion of
this project, taking Into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 33 herelnabove 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 consider such written request and respond to _
Contractor in writing granting or rejecting the request for an extension of time to complete the project.
37. HINDRANCE 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. No charge shall be
made by the Contractor for hindrance or delays from any cause during the progress of any part of the work
embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for
the Owner's convenience, In which event, such expense as In the 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 bids 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 contract may differ
i
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 fumished on the project.
I 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.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
�^ by the Contractor, and on the delivery of all materials embraced In this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth In the
bid 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 ail labor required for the aforesaid work, also, for all expenses
r, 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.
j I 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.
t
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. Owners 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 case 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.
r
7
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 Owners 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 Owners 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.
44. FINAL PAYMENT
Upon the Issuance of the certificate of completion, the Owners Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials fumished under the
terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the
31 st 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 due in any event upon said performance 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.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owners
Representative on account 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 contact. Contractor shall also bear the expense of restoring all work of
other contactors damaged by any such removal or replacement. If Contactor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owners
Representative, Owner may remove and replace It at Contactors expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contact shall relieve the Contactor 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 Owners Representative shall give notice of observed defects with
reasonable promptness.
47. PAYMENT WITHHELD
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 Contactor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contactor.
When the above grounds are removed, or the Contactor 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.
A
48. TIME OF FILING CLAIMS
ft Is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be In writing and filed with the Owner's Representative within fifteen (15) 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 the contract documents.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fait or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or If the Contractor falls 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 Work, where credit shall be allowed as provided for under paragraph
24 of this contract); It being understood that the use of such equipment and materials will ultimately reduce the
cost to complete the work and be reflected in the final settlement.
In 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
(b) The Owner, under sealed bids, after notice published as required by law, at least twice In a newspaper
having a general circulation In the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In
case of any increase in cost to the Owner under the new contract as compared to what would have been
the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. However, should the cost to complete any such new contract prove to be less
than that which would have been the cost to complete the work under thin contract, the Contractor or his
Surety shall be credited therewith.
II
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, shalt 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 and/or 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 fall to pay the amount due the Owner within the time designated hereinabove, and there
remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together
with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the
respective addresses designated in this contract; provided, however, that actual written notice given in any
manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the
risk of the Contractor and his Surety 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.
50. ABANDONMENT BY OWNER
In case the Owner shall fail 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 estimate shall Include the value of all work actually completed by said Contractor at the prices stated In the
attached bid, 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 sum to
cover the cost of any provisions made by the Contractor to cant' 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.
51. BONDS
The successful bidder will be required to fumish a performance bond In accordance with Chapter 2253,
Government Code, In the amount of 100°% of the total contract price In the event that said contract price exceeds
$100,000 and the successful bidder will be required to furnish a payment bond In accordance with Chapter 2253,
Government Code, in the amount of 100°% of the total contract price In the event that said contract price exceeds
$25.000. All bonds, If required, shall be submitted on forms supplied by the Owner, and executed by an
approved Surety Company authorized to do business in the State of Texas. And it Is further agreed that this
contract shall not be in effect until such bonds are so fumished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special
conditions conflict with any of the general conditions contained in this contract, then in such event the special
conditions shall control.
53. 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 bome by the Contractor at his own cost and expense.
a
54. INDEPENDENT CONTRACTOR
Contractor Is, and shall remain, an independent contractor with full, complete and exclusive power and authority
r 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
r- 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.
r 55. 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.
7
CURRENT WAGE DETERMINATIONS
resotuLion :`o. )izi
March 14, 1996
Item #19
.rl " P PQOT T TTTONT
WHEREAS, the City Council has heretofore established the general prevailing rate of
per diem wages for each craft or type of workmen or mechanics needed to execute public
+.• I works contracts for the City of Lubbock in accordance with the provisions of Vernon's
a i 1 Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719 enacted February
k 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by
i f Resolution No. 2502 enacted January 8, 1987; and
WHEREAS, such rates need to be updated at the present time in order to reflect the
current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works contracts shall be
+�!
! as set forth in the following named exhibits, which exhibits shall be attached hereto and made
a part hereof for all intents and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction
Exhibit C. Overtime Rate
"
Exhibit D: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing rate of per diem
wages in all localities where public works are undertaken on behalf of the City of Lubbock and
such wage rates shall be included in all public works contracts as provided by law.
1
i�
E
.1
Passed by the City Council this 14th
ATTEST:
- LL a&
Betty M. J on, City Secretary
APPROVED AS TO CONTENT:
Mary AndrYws, Managing Director of
Human Resources
APPROVED AS TO FORM:
'..—
afold Willard, Assistant City Attorney
H W : da/ccdocs/pubworks. res
February 14. 1996
E
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft Hourly Rate
Acoustical Ceiling Installer
10.00
Air Conditioner Installer
11.00
Air Conditioner Installer -Helper
5.50
Asbestos Worker
8.00
Asbestos Supervisor
11.00
Bricklayer
11.00
Bricklayer -Helper
6.00
Carpenter
11.00
Carpenter -Helper
6.00
Cement Finisher
7.50
Drywall Hanger
10.00
Electrician
13.00
Electrician -Helper
6.00
Equipment Operator -Heavy
9.50
Equipment Operator -Light
7.50
Floor Installer
8.50
Glazier
9.00
Insulator-Piping/Boiler
9.00
Insulator -Helper
5.50
Iron Worker
8.00
Laborer -General
5.50
Mortar Mixer
5.50
Painter
9.50
Plumber
10.50
Plumber -Helper
6.00
Roofer
8.00
Roofer -Helper
5.50
Sheet Metal Worker
9.75
Sheet Metal Worker -Helper
5.50
Welder -Certified
10.00
Paving and Highway Construction
Prevailing Wage Rates
Graf} Hourly Rate
Asphalt Heatem=
6.00
Asphalt Shoveler
5.50
Concrete Finisher
7.35
Concrete Finisher -Helper
5.75
Electrician
10.50
Flagger
5.50
Form Setter
6.50
Form Setter -Helper
5.50
Laborer -General
5.50
Laborer -Utility
6.25
Mechanic
7.25
Mechanic -Helper
5.50
Power Equipment Operators
Asphalt Paving Machine
7.00
Bulldozer
7.00
Concrete Paving Machine
7.00
Front End Loader
6.50
Heavy Equipment Operator
7.00
Light Equipment Operator
6.50
Motor Grader Operator
8.50
Roller
6.00
Scraper
6.50
Tractor
6.50
Truck Driver --Light
6.00
Truck Driver -Heavy
6.50
EXSIB IT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate.
E?err D
r- Prevailing Wage Rates
} Weekend and Holiday Rate
!^' The rate for weekend and holiday is 1 1/2 times base rate.
I
�I.
k
No Text
Page One 1997 CONTRACT MAINTENANCE PROGRAM
MAJOR THOROUGHFARES 30-Oct-96
Single Course: Gr 4 Pre -coat, AC 5 W / 3% Latex
DIST. STREET FROM
2 MLK,Jr Blvd Acc Rd E 31st St
2 MLK,Jr Blvd SLL 50th St
2 82nd St ELL University Ave
2 .82nd St E ER 1-27
TO
LENGTH
WIDTH
CDS under Bridge
676
20
NLL Slaton Hwy
6,900
61
WLL Ave U
2,600
82
WLL MLK,Jr Blvd
7,700
24
Page One TOTALS:
TOTAL Thoroughfares - Single Course
ROC
ASPHALT
Gr # 2
Gr # 4
AREA
RATE GALS
RATE_ C.Y.
RATE C.Y.
1,502
46,767
23,689
20,533
0.32 481
0.32 14,965
0.32 7,580
0.32 6,571
29,597
-----
------
1:94 16
1:94 498
1:94 252
1:94 218
984
-----
-----
92,491
------
------
92,491
— —--29,597
0
984
Page Two 1997 CONTRACT MAINTENANCE PROGRAM
COLLECTORS 30-00-96
Single Course: Gr 4 Pre -coat, AC 5 w / 3% Latex
DIST.
STREET
_
2
Canyon Lake Dr
1
N Holy Ave
5
74th St
FROM
ELL MLK,Jr Blvd
SLL FM 2641
WLL Homestead Ave
E ER Parking Lot to East
Deadend to south
ELL Iola Ave
LENGTH WIDTH
800 32
1,660 40
1,290 32
Page Two TOTALS:
TOTAL COLLECTORS One -Course
ROCK
ASPHALT_
Gr # 2
Gr # 4
AREA
RATE GALS
RATE C.Y.
RATE C.Y.
2,844
7,378
4,587
0.32 910
0.32 2,361
0.32 1,468
4,739
1:94 30
1:94 78
1:94 49
158
14,809
14,809
4,739
0
158
Page Three
DIST.
STREET
6
Amherst St
4
Ave U
5
Bangor Ave
5
Belmont Ave
5
Brentwood Ave
5
Durham Ave
5
Englewood Ave
5
Homestead Ave
5
Huron Ave
1
N Ave K
1
N Ave N
1
Niagara Ave
5
Savannah Ave
5
Savannah Ave
5
Toledo Ave
5
Toledo Ave
6
Utica Ave
FROM
WLL Troy Ave
Alley S of 84th St
NLL 83rd St
NLL 83rd St
NLL 83rd St
NLL 83rd Lane
VG @ 84th St
Alley S of 75th St
SLL 74th St
SLL Niagara Ave
S ER N Loop Access Rd
ELL NAve N
SLL 87th St
VG @ 89th St
NLL 88th St
Alley N of 88th St
N ER 2nd St
1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS
Single Course: Gr 4 Pre -coat, AC 5 w / 3% Latex
TO
LENGTH WIDTH
ELL Utica Ave
270
32
Alley N of 84th St
326
32
CDS to North
592
32
VG @ 82nd St
740
32
CDS to North
594
32
CDS to North
274
25
Alley N of 84th St
146
29
N ER 77th St
385
33
CDS @ 75th St
386
29
S ER N Loop Access Rd
1,810
27
N ER Niagara Ave
2,034
26
WLL N Ave K
926
26
Alley N of 88th St
370
32
Alley N of 88th St
430
32
Alley N of 88th St
166
32
SLL 86th St
724
32
CDS N of Amherst
1,790
32
Page Three TOTALS:
30-Oct-96
ROCK
ASPHALT
Gr # 2
Gr # 4
AREA
RATE GALS
RATE C.Y.
RATE C.Y.
960
0.32 307
1:94 10
1,159
0.32 371
1:94 12
2,355
0.32 754
1:94 25
2,631
0.32 842
1:94 28'
2,362
0.32 756
1:94 251',
1,011
0.32 324
1:94 11
470
0.32 151
1:94 5I
1,412
0.32 452
1:94 151
1,494
0.32 478
1:94 16
5,430
0.32 1,738
1:94 58
5,876
0.32 1,880
1:94 63'
2,675
0.32 856
1:94 28
1,316
0.32 421
1:94 14
1,529
0.32 489
1:94 16
590
0.32 189
1:94 61
2,574
0.32 824
1:94 27
6,364
0.32 2,037
1:94 68
40,209
__ 12,867
_ -0y
_i_ 428
Page Four 1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS 30-Oct-96
Single Course: Gr 4 Pre -coat, AC 5 w / 3% Latex
ASPHALT
DIST.
STREET
FROM
TO
LENGTH
WIDTHI
AREA
IRATE
GALS
5
Utica Ave
SLL 84th St
VG @ 86th St
552
32
1,963
0.32
628
5
Utica Ave
VG @ 86th St
NLL 87th St
648
32
2,304
0.32
737
5
Utica Ave
SLL 94th St
VG @ 91st St
984
32
3,499
0.32
1,120
6
1st St
VG @ Troy Ave
ELL Utica Ave
270
32
960
0.32
307
3
20th St
WLL Indiana Ave
ELL Joliet Ave
580
26
1,676
0.32
536
3
21st St
WLL Indiana Ave
ELL Memphis Ave
2,610
26
7,540
0.32
2,413
5
75th St
WLL Homestead Ave
CDS @ Huron Ave
498
29
1,605
0.32
513
5
76th St
WLL Homestead Ave
ELL 75th St
678
33
2,486
0.32
796
4
76th St
ELL Wayne Ave
WLL Utica Ave
1,346
32
4,786
0.32
1,531
4
77th St
ELL Wayne Ave
CDS E of Vinton Ave
1,062
32
4,026
0.32
1,288
5
83rd Lane
VG @ Elkhart Ave
CDS to West
1,114
25
3,344
0.32
1,070
5
83rd Lane
ELL Elkhart Ave
Deadend E of Durham Ave
400
25
1,155
0.32
370
5
84th St
E ER Vicksburg Ave
WLL Toledo Ave
800
32
2,844
0.32
910
5
84th St
W ER Elmwood Ave
ELL Frankford Ave
806
33
2,955
0.32
946
4
84th St
E ER Ave V
CDS to East
470
33
1,973
0.32
631
5
85th St
W ER Dover Ave
CDS to West
554
29
2,035
0.32
651
4
86th St
E ER Ave V
Alley E of Ave V
156
33
572
0.32
183
5
87th St
CDS @ Utica Ave
ELL Vicksburg Ave
340
32
1,459
0.32
467
Page Four
TOTALS:
47,182
15,098
ROCK
Gr#2
Gr#4
RATE C.Y.
RATE C.Y.
1:94 21
1:94 25
1:94 37
1:94 10
1:94 18
1:94 80
1:94 17
1:94 26
1:94 51
1:94 43
1:94 36
1:94 12
1:94 30
1:94 31
1:94 21
1:94 22
1:94 6
1:94 16
0
602
Page Five 1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS 30-oct-96
Single Course: Gr 4 Pre -coat, AC 5 w / 3% Latex
DIST.
STREET
5
88th St
5
88th PI
5
94th St
FROM
ELL Vicksburg Ave
NLL 89th St
W ER Salisbury Ave
TO
LENGTH
WIDTH
WLL Salem Ave
1,420
32
CDS to North
502
32
ELL Utica Ave
915
32
Page Five TOTALS:
TOTAL: RESIDENTIALS - One -Course:
ROCK
ASPHALT
Gr # 2
Gr # 4
AREA
RATE GALS
RATE C.Y.
RATE C.Y.
5,049
2,035
3,253
10,337
0.32 1,616
0.32 651
0.32 1,041
3,308
1:94 54
1:94 22
1:94 35
110
97,728
31,273
0
1,040
T 1
Page Six 1997 CONTRACT MAINTENANCE PROGRAM
MAJOR THOROUGHFARES 30-oct-96
TWO COURSE: 1 st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex
2nd Course - Gr 4 Pre -coat, AC 5 w / 3
DIST. STREET _ _ FROM TO LENGTH WIDTH
1 E Broadway W ER Canyon Lake Dr 509 E of Date Ave 1,975 64
5
Frankford Ave
SLL Spur 327
SLL 66th St
1,550
60
4
Indiana Ave
S ER 76th St
NLL 82nd St
1,778
82
2,3
University Ave
Concrete @ 34th St
SLL 42nd St
2,503
80
3
34th St
WLL Louisville Ave
ELL Nashville Ave
1,175
68
3,6
34th St
ELL Nashville Ave
Concrete @ Quaker Ave
1,760
68
2
50th St
WLL Ave L
ELL Ave Q
1,910
82
5
82nd St
WLL Chicago Ave
ELL Frankford Ave
2,474
82
Page Six TOTALS:
T O T A L THOROUGHFARES - Two Course
eo Latex
-.---ROCK
ASPHALT
Gr # 2
Gr # 4
AREA
IRATE
GALS
RATE
C.Y.
RATE
C.Y.
14,044
0.30
4,213
1:64
219
0.38
5,337
1:94
149
10,333
0.30
3,100
1:64
161
0.38
3,927
1:94
110
16,200
0.30
4,860
1:64
253
0.38
6,156
1:94
172
22,249
0.30
6,675
1:64
348
0.38
8,455
1:94
237
8,878
0.30
2,663
1:64
139
0.38
3,374
1:94
94
13,298
0.30
3,989
1:64
208
0.38
5,053
1:94
141
17,402
0.30
5,221
1:64
272
0.38
6,613
1:94
185
22,541
0.30
6,762
1:64
352
0.38
8,566
1:94
240
0.30
37,483
0.38
47,479
124,945
84,962
1,952
1,328
124,945
84,962
1,952
1,328
Page Seven 1997 CONTRACT MAINTENANCE PROGRAM
COLLECTOR STREETS 30-00-96
TWO COURSE: 1st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex
2nd Course - Gr 4 Pre -coat, AC
5 w / 3°
DIST.
STREET
FROM
TO
LENGTH
WIDTH
2
Ave G
S ER 17th St
NLL 19th St
658
51
2,3
Ave P
SLL S Ave Q Dr
NLL 58th St
1,292
38
1
N Ave P
NLL Marshall St
S ER N Loop Access Rd
1,810
27
1
N Ave P
NLL FM 2641
Landfill Entrance to North
8,638
24
3
Ave V
NLL 60th St
SLL 58th St
626
38
4
Ave X
SLL 91 st St
VG G 93rd St
854
38
4
Flint Ave
VG @ 75th St
NLL 78th St
826
38
4
Flint Ave
WLL 88th Dr
SLL 92nd St
1,292
38
6
I
Fulton Ave
SLL 4th St
Alley N of 6th St
474
38
6
Fulton Ave
NLL 8th St
Alley N of 6th St
810
21
Page Seven TOTALS:
to Latex
K
_
ASPHALT
Gr
# 2
Gr # 4
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
3,729
0.30
1,119
1:64
58
0.38
1,417
1:94
40
5,455
0.30
1,637
1:64
85
0.38
2,073
1:94
58
5,430
0.30
1,629
1:64
85
0.38
2,063
1:94
58
23,035
0.30
6,910
1:64
360
0.38
8,753
1:94
245
2,643
0.30
793
1:64
41
0.38
1,004
1:94
28
3,606
0.30
1,082
1:64
56
0.38
1,370
1:94
38
3,488
0.30
1,046
1:64
54
0.38
1,325
1:94
37
5,455
0.30
1,637
1:64
85
0.38
2,073
1:94
58
2,001
0.30
600
1:64
31
0.38
761
1:94
21
1,890
0.30
567
1:64
30
0.38
718
1:94
20
0.30
17,019
0.38
21,558
56,731
38,577
886
604
__'� r _� . �, _� ----I -A
Page Eight 1997 CONTRACT MAINTENANCE PROGRAM
COLLECTOR STREETS 30-oct-96
TWO COURSE: 1 st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex
2nd Course -
Gr 4 Pre -coat, AC 5 w / 3°
DIST.
STREET
FROM
TO
LENGTH
WIDTH
4
NLL 74th St
NLL 74th St
NLL 78th St
1,184
38
4
Geneva Dr
ELL 87th St
SLL 90th St
598
38
4
Geneva Ave
SLL 90th St
VG (,ad' 91 st St
242
38
2
Oak Ave
SLL 19th St
End of ROW of South
335
38
3
Utica Ave
N ER 36th St
NLL 42nd St
2,004
38
6
8th St
WLL Frankford Ave
434' W of Frankford Ave 434
34
6
8th St
434' W of Frankford Ave
ELL Fulton Ave
404
22
2
E 36th St
ELL Locust Ave
WLL Magnolia Ave
600
48
2
40th St
ELL University Ave
WLL Ave U
2,610
26
5
51st St
WLL Slide Rd
ELL Aberdeen Ave
456
38
Page Eight TOTALS:
to Latex
ROCK
ASPHALT
Gr # 2
Gr # 4
_
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
4,999
0.30
1,500
1:64
78
0.38
1,900
1:94
53
2,525
0.30
757
1:64
39
0.38
959
1:94
27
1,022
0.30
307
1:64
16
0.38
388
1:94
11
1,414
0.30
424
1:64
22
0.38
537
1:94
15
8,461
0.30
2,538
1:64
132
0.38
3,215
1:94
90
1,640
0.30
492
1:64
26
0.38
623
1:94
17
988
0.30
296
1:64
15
0.38
375
1:94
11
3,200
0.30
960
1:64
50
0.38
1,216
1:94
34
7,540
0.30
2,262
1:64
118
0.38
2,865
1:94
80
1,925
0.30
578
1:64
30
0.38
732
1:94
20
0.30
10,114
0.38
12,811
33,714
22,925
527
358
Page Nine 1997 CONTRACT MAINTENANCE PROGRAM
COLLECTOR STREETS 30-Oct-96
TWO COURSE: 1st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex
2nd Course - Gr 4 Pre -coat, AC 5 w / 30
DIST. STREET FROM TO LENGTH WIDTH
5 58th St ELL Frankford Ave VG @ 59th St 770. 39
2 E 58th St
VG @ E Loop Ace Rd
WLL Olive Ave
4 61 st St
WLL York Ave
ELL Slide Rd
4 88th Dr
WLL Flint Ave
ELL 87th St
1,362 32
636 32
1,034 38
Page Nine TOTALS:
T O T A L COLLECTORS - Two Course
/o Latex I�GK
_ ASPHALT Gr # 2 Gr # 4
AREA RATE GALS RATE C.Y. RATE C.Y.
3,337 0.30 1,001 1:64 52
0.38 1,268 1:94 35
4,843 0.30 1,453 1:64 76
0.38 1,840 1:94 52
2,261 0.30 678 1:64 35
0.38 859 1:94 24
4,366 0.30 1,310 1:64 68
0.38 1,659 1:94 46
0.30 4,442
0.38 5,626
14,806 10,068 231 158
105,252 71,570 1,645 1,119
DIST.
Page Ten
STREET
FROM
1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS
TWO COURSE: 1st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex
2nd Course - Gr 4 Pre -coat, AC 5 w / 3% Latex
TO LENGTH WIDTH AREA
ASPHALT
RATE GALS
Gr#2
RATE
30-Oct-96
_
Gr#4
C.Y. RATE C.Y.
5
Abbeville Ave
SLL 86th St
NLL 87th St
276
32
981
0.30
294
1:64
15
0.38
373
1:94
10
5
Albany Ave
SLL 84th St
VG @ 85th St
264
32
939
0.30
282
1:64
15
0.38
357
1:94
10
5
Albany Ave
VG @ 85th St
VG @ 86th St
248
32
882
0.30
265
1:64
14
0.38
335
1:94
9
6
Amherst St
ELL Troy Ave
Deadend to East
150
32
533
0.30
160
1:64
8
0.38
203
1:94
6
3
Ave S
NLL 55th St
Alley N of Ave S
164
32
583
0.30
175
1:64
9
0.38
222
1:94
6
3
Ave S
SLL 55th St
NLL 56th St
295
32
1,049
0.30
315
1:64
16
0.38
399
1:94
11
1
N Ave S
NLL Erskine St
SLL Marshall St
2,559
21
5,971
0.30
1,791
1:64
93
0.38
2,269
1:94
64
3
Ave T
SLL 68th St
NLL 69th St
260
32
924
0.30
277
1:64
14
0.38
351
1:94
10
3
Ave V
SLL 75th St
NLL 78th St
1,165
32
4,142
0.30
1,243
1:64
65
0.38
1,574
1:94
44
3
Ave V
SLL 78th St
SLL 81 st St
880
32
3,129
0.30
939
1:64.
49
0.38
1,189
1:94
33
3
Ave V
SLL 81st
NLL 82nd St
360
32
1,280
0.30
384
1:64
20
-
Page Ten TOTALS:
i
20,414
0.38 486 1:94 14
0.30 6,124
0.38 7,757
13,881 - . 3191 217
Page Eleven 1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS 30-Oct-96
TWO COURSE: 1 st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex-_-
2nd Course - Gr 4 Pre -coat, AC 5 w / 3%
Page Eleven TOTALS:
DIST. STREET FROM TO LENGTH WIDTH
3 Ave W VG @ S Loop Access Rd NLL 74th St 680 32
4 Ave X VG @ 89th St VG @ 90th St 296 32
4 Ave X SLL 94th St NLL 96th St 595 32
4 Ave X SLL 96th St NLL 98th St 616 32
5 Bangor Ave VG @ 86th St VG @ 87th St 252 32
6 Bates St ELL Troy Ave Deadend to East 150 32
4 Elkridge Ave NLL 84th St CDS to North 608 32
4 Elkddge Ave SLL 84th St VG @ 90th St 1,910 32
4 Flint Ave SLL 78th St NLL 81 st St 835 32
4 Flint Ave NLL 84th St CDS to North 606 32
4 Flint Ave SLL 84th St NLI 88th Dr 1,248 32
Page Eleven TOTALS:
Latex -- -- — --ROCK— --- — -
ASPHALT
AREA RATE GALS RATE C.Y. RATE C.Y.
2,418 0.30 725 1:64 38
0.38 919 1:94 26
1,052 0.30 316 1:64 16
0.38 400 1:94 11
2,116 0.30 635 1:64 33
0.38 804 1:94 23
2,190 0.30 657 1:64 34
0.38 832 1:94 22
896 0.30 269 1:64 14
0.38 340 1:94 1 C
533 0.30 160 1:64 8
0.38 203 1:94 E
2,412 0.30 724 1:64 38
0.38 916 1:94 2E
6,791 0.30 2,037 1:64 106
0.38 2,581 1:94 72
2,969 0.30 891 1:64 46
0.38 1,128 1:94 32
2,405 0.30 721 1:64. 38
0.38 914 1:94 2E
4,437 0.30 1,331 1:64 69
0.38 1,686 1:94 44
0.30 8,466
0.38 10,723
{ 28,219 - 19,189 441 ; 30(
DIST.
Page Twelve
STREET
FROM
1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS
TWO COURSE: 1st Course -Gr2 Pre -coat, AC 5w/3%
2nd Course - Gr 4 Pre -coat, AC 5 w 13%
TO LENGTH WIDTH
Latex
Latex
RATE GALS
RATE
1:64
39
30-Oct-96
_Gr#_4_
AREA
4 Fremont Ave SLL 82nd St NLL 84th St 698 32
2,482
0.30 745
0.38
943
1:94
26
4
Gary Ave
NLL 84th St
CDS N of 83rd St
828
32
3,194
0.30
958
1:64
50
0.38
1,214
1:94
34
5
Genoa Ave
NLL 77th St
NLL 79th St
630
32
2,240
0.30
672
1:64
35
0.38
851
1:94
24
3
Hartford Ave
SLL 56th St
NLL 57th St
304
32
1,081
0.30
324
1:64
17
0.38
411
1:94
11
6
Harvard St
VG @ Salem Ave
ELL Utica Ave
1,430
32
5,084
0.30
1,525,
1:64
79
0.38
1,932
1:94
54
6
Itasca St
W ER Salem Ave
ELL Utica Ave
1,414
32
5,028
0.30
1,508
1:64
79
0.38
1,910
1:94
53
2
Ivory Ave
NLL 77th St
NLL 82nd St
1,694
22
4,141
0.30
1,242
1:64
65
0.38
1,574
1:94
44
4
Jordan Dr
NLL 90th St
CDS to North
438
32
1,807
0.30
542
1:64
28
0.38
687
1:94
19
4
Louisville Ave
SLL 90th St
NLL 92nd St
518
32
1,842
0.30
553
1:64
29
0.38
700
1:94
20
4
Oxford Ave
VG @ 84th St
Alley S of 84th St
222
32
789
0.30
237
1:64.
12
0.38
300
1:94
8
2
Redwood Ave
NLL E 65th St
NLL E 61st St
1,283
24
3,421
0.30
1,026
1:64
53
0.38
1,300
1:94
36
0.30
9,333
0.38
11,822
Page
Twelve TOTALS:
31,109'
-21,1541
4861
33 - 1
Page Thirteen 1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS 30-occ-96
TWO COURSE: 1st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex _
2nd Course - Gr 4 Pre -coat, AC 5 w / 3
DIST.
STREET
FROM
TO
LENGTH
WIDTH
4
Richmond Ave
SLL 71st St
NLL 74th St
440
32
5
Salisbury Ave
N ER 98th St
VG @ 94th St
425
32
6
Troy Ave
SLL 2nd St
VG @ Loop Access Rd
2,220
32
6
Utica Ave
NLL Erskine St
Alley N of Marshall St
2,612
21
6
Vale Ave
VG @ Whisperwood Blvd
CDS to South
180
32
5
Viola Ave
NLL 34th St
SLL 32nd St
465
16
4
Wayne Ave
VG @ 73rd St
CDS N ofs 71st St
1,096
32
4
Winston Ave
VG @ 73rd St
SLL 70th St
876
32
4
York Ave
VG @ 73rd St
CDS to North
628
32
4
Zoar Ave
SLL 70th St
VG @ 73rd St
968
32
6
1st St
VG @ Auburn Dr
WLL Elkhart Ave
552
32
Page Thirteen TOTALS:
Latex
ASPHALT
_
Gr # 2
RATE
RO
C.Y.
AREA
RATE GALS
1,564
0.30
469
1:64
24
0.38
594
1,511
0.30
453
1:64
24
0.38
574
7,893
0.30
2,368
1:64
123
0.38
2,999
6,095
0.30
1,828
1:64
95
0.38
2,316
890
0.30
267
1:64
14
0.38
338
827
0.30
248
1:64
13
0.38
314
4,147
0.30
1,244
1:64
65
0.38
1,576
3,115
0.30
934
1:64
49
0.38
1,184
2,483
0.30
745
1:64
39
0.38
943
3,442
0.30
1,033
1:64.
54
0.38
1,308
1,963
0.30
589
1:64
31
0.38
746
0.30
10,179,
0.38
12,893
!
33,929
23,072
j
530
CK
Gr#4
RATE
C.Y.
1:94
17
1:94
16
1:94
84
1:94
65
1:94
9
1:94
9
1:94
44
1:94
33
1:94
26
1:94
37
1:94
21
Page Fourteen 1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS 30-oct-96
TWO COURSE: 1st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex _ __ _
2nd Course - Gr 4 Pre -coat, AC 5 w / 30
DIST.
STREET
FROM
TO
LENGTH
WIDTH
—
6
1st PI
VG @ Whisperwood Blvd
CDS to West
590
32
6
2nd St
E ER Utica Ave
WLL Troy Ave
250
32
6
6th St
WLL Frankford Ave
ELL Fulton Ave
816
32
6
7th St
ELL Fulton Ave
WLL Frankford Ave
816
32
6
13th St
E ER Iola Ave
CDS E of Genoa Ave
1,758
32
3
23rd St
WLL Memphis Ave
ELL Nashville Ave
636
26
5
23rd St
W ER Kewanee Ave
E ER LaSalle Ave
575
26
2
E 27th St
WLL MLK,Jr Blvd
Deadend to East
540
32
2
E 28th St
VG @ MLK,Jr Blvd
Deadend to East
240
32
5
35th St
WLL Ironton Ave
190' E of LaSalle Ave
1,204
32
4
52nd St
ELL Slide Rd
WLL Utica Ave
2,544
32
Page Fourteen TOTALS:
/o Latex R_OC_K_ _
ASPHALT Gr# 2 Gr # 4
AREA RATE GALS RATE C.Y. RATE C.Y.
2,098 0.30 629 1:64 33
0.38 797 1:94 22
889 0.30 267 1:64 14
0.38 338 1:94 9
2,901 0.30 870 1:64 45
0.38 1,103 1:94 31
2,901 0.30 870 1:64 45
0.38 1,103 1:94 31
6,501 0.30 1,950 1:64 102
0.38 2,470 1:94 69
1,837 0.30 551 1:64 29
0.38 698 1:94 20
1,661 0.30 498 1:64 26
0.38 631 1:94 18
1,920 0.30 576 1:64 30
0.38 730 1:94 20
853 0.30 256 1:64 13
0.38 324 1:94 9
4,281 0.30 1,284 1:64. 67
0.38 1,627 1:94 46
9,045 0.30 2,714 1:64 141
0.38 3,437 1:94 96
0.30 10,466
0.38 13,257
34,888 23,724 545 1 371
771
Page Fifteen 1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS 30-oct-96
TWO COURSE: 1st Course - Gr 2 Pre -coat, AC 5 w 13% Latex
2nd Course - Gr 4 Pre -coat, AC 5 w 13°
DIST.
STREET
FROM
TO
LENGTH
WIDTH
4
53rd St
ELL Slide Rd
WLL Utica Ave
2,544
32
4
54th St
ELL Slide Rd
WLL Utica Ave
2,644
32
3
55th St
ELL University Ave
WLL Ave W
1,240
32
3
.55th St
ELL Ave W
WLL Ave U
1,284
32
3
55th St
VG @ Ave T
VG @ Ave P
1,595
32
3
55th St
ELL Indiana Ave
SLL Monterey Dr
910
32
3
56th St
ELL University Ave
WLL Ave W
1,240
32
3
56th St
ELL Ave W
WLL Ave U
1,285
32
3
;56th St
VG @ Ave P
VG @ Ave S
1,200
32
3
57th St
ELL University Ave
WLL Ave W
1,240
32
3
57th St
ELL Ave W
WLL Ave U
1,285
32
Page Fifteen TOTALS:
/o Latex _ _ _
ASPHALT Gr # 2 , C W # 4-
AREA RATE GALS RATE C.Y. RATE T C.Y.
9,045 0.30 2,714 1:64 141
0.38 3,437 1:94 96
9,045 0.30 2,714 1:64 141
0.38 3,437 1:94 96
4,409 0.30 1,323 1:64 69
0.38 1,675 1:94 47
4,565 0.30 1,370 1:64 71
0.38 1,735 1:94 49
5,671 0.30 1,701 1:64 89
0.38 2,155 1:94 60
3,236 0.30 971 1:64 51
0.38 1,230 1:94 34
4,409 0.30 1,323 1:64 69
0.38 1,675 1:94 47
4,569 0.30 1,371 1:64 71
0.38 1.736 1:94 49
4,267 0.30 1,280 1:64 67
0.38 1,621 1:94 45
4,409 0.30 1,323 1:64. 69
0.38 1,675 1:94 47
4,569 0.30 1,371 1:64 71
0.38 1,736 1:94 49
0.30 17,458
0.38 22,114
i
58,194 j 372 §051_ G19
Page Sixteen 1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS 30-oct-96
TWO COURSE: 1st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex
2nd Course - Gr 4 Pre -coat, AC 5 w / 3°
DIST.
STREET
FROM
TO
LENGTH
WIDTH
3
57th St
WLL Geneva Ave
ELL Indiana Ave
865
32
3
59th St
ELL Indiana Ave
CDS E of Indiana Ave
464
32
3
60th St
ELL University Ave
WLL Ave W
1,242
32
3
60th St
ELL Ave W
WLL Ave U
1,288
32
2
E 61 st St
ELL Quetzel Ave
WLL Redbud Ave
770
24
4
62nd St
WLL Utica Ave
ELL Vicksburg Ave
624
32
4
62nd St
WLL Vicksburg Ave
ELL York Ave
1,370
32
2
E 62nd St
ELL Quetzel Ave
WLL Redbud Ave
770
24
2
E 63rd St
ELL Quetzel Ave
WLL Redbud Ave
770
24
2
E 64th St
ELL Quetzel Ave
WLL Redbud Ave
770
24
2
E 65th St
ELL Quetzel Ave
WLL Redbud Ave
770
24
Page Sixteen TOTALS:
/a Latex _ _ _ _ RO_ _ K__ _
ASPHALT Gr # 2 � Gr # 4
AREA RATE GALS RATE C.Y. RATE C.Y.
3,076 0.30 923 1:64 48
0.38 1,169 1:94 33
1,900 0.30 570 1:64 30
0.38 722 1:94 20
4,416 0.30 1,325 1:64 69
0.38 1,678 1:94 47
4,580 0.30 1,374 1:64 72
0.38 1,740 1:94 49
2,053 0.30 616 1:64 32
0.38 780 1:94 22
2,219 0.30 666 1:64 35
0.38 843 1:94 24
4,871 0.30 1,461 1:64 76
0.38 1,851 1:94 52
2,053 0.30 616 1:64 32
0.38 780 1:94 22
2,053 0.30 616 1:64 32
0.38 780 1:94 22
2,053 0.30 616 1:64. 32
0.38 780 1:94 22
2,053 0.30 616 1:64 32
0.38 780 1:94 22
0.30 9,398
0.38 11,904
31,327 - 21,3031__. _ 489 333
Page Seventeen 1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS 30-Oct-96
TWO COURSE: 1 st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex
2nd Course - Gr 4 Pre -coat, AC 5 w / 3°
DIST.
STREET
FROM
TO
LENGTH
WIDTH
4
70th St
E ER Slide Rd
CDS @ Winston Ave
1,126
32
4
71 st St
WLL Zoar Ave
CDS to West
436
32
4
72nd St
WLL Zoar Ave
CDS to West
436
32
5
77th St
WLL Genoa Ave
CDS E of Fulton Ave
624
32
4
78th St
WLL Richmond Ave
ELL Utica Ave
1,296
32
4
78th St
WLL Richmond Ave
CDS E of Quinton Ave
1,428
32
4
80th St
ELL Indiana Ave
WLL Gary Ave
1,268
32
4
80th St
ELL Gary Ave
WLL Flint Ave
628
32
4
80th St
W ER Quinton Ave
W ER Toledo Ave
1,358
32
5
80th St
VG @ Frankford Ave
VG @ Genoa Ave
868
32
3
80th St
VG @ Ave W
VG @ Ave X
752
32
Page Seventeen TOTALS:
/o Latex
ASPHALT Gr #_ 2 � Gr # 4
AREA RATE GALS RATE C.Y. RATE C.Y.
4,254 0.30 1,276 1:64 66
0.38 1,616 1:94 45
1,800 0.30 540 1:64 28
0.38 684 1:94 19
1,800 0.30 540 1:64 28
0.38 684 1:94 19
2,469 0.30 741 1:64 39
0.38 938 1:94 26
4,608 0.30 1,382 1:64 72
0.38 1,751 1:94 49
5,327 0.30 1,598 1:64 83
0.38 2,024 1:94 57
4,508 0.30 1,353 1:64 70
0.38 1,713 1:94 48
2,233 0.30 670 1:64 35
0.38 848 1:94 24
4,828 0.30 1,449 1:64 75
0.38 1,835 1:94 51
3,086 0.30 926 1:64. 48
0.38 1,173 1:94 33
2,674 0.30 802 1:64 42
0.38 1,016 1:94 28
0.30 11,276
i 0.38 14_283
- -- I -
37,588 25,560 I 581 f 400
Page Eighteen 1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS 31-00-96
TWO COURSE: 1st Course - Gr 2 Pre -coat. AC 5 w / 3% Latex
2nd Course - Gr 4 Pre -coat, AC 5 w / 3% Latex
_0G
Gr # 2
ASP H_ ALT
DIST.
STREET
FROM
TO
LENGTH
WIDTH
_
AREA
RATE
GALS
RATE
C.Y. 1
4
83rd St
ELL Hartford Ave
WLL Fremont Ave
890
32
3,164
0.30
949
1:64
49
0.38
1,202
5
83rd St
WLL Salem Ave
ELL Toledo Ave
648
21
1,512
0.30
454
1:64
24
0.38
575
5
85th St
W ER Slide Rd
ELL Chicago Ave
2,490
32
8,853
0.30
2,656
1:64
138
0.38
3,364
5
86th St
W ER Slide Rd
ELL Chicago Ave
2,494
32
8,868
0.30
2,660
1:64
139
0.38
3,370
5
87th St
ELL Chicago Ave
CDS E of Abbeville Ave
2,526
32
9,231
0.30
2,769
1:64
144
0.38
3,508
4
87th St
-ELL University Ave
WLL Ave X
780
21
1,820
0.30
546
1:64
28
0.38
692
4
88th St
VG @ University Ave
WLL Vernon Ave
1,678
32
5,966
0.30
1,790
1:64
93
0.38
2,267
4
88th St
ELL Indiana Ave
VG @ Geneva Ave
1,040
32
3,698
0.30
1,109
1:64
58
0.38
1,405
4
89th St
VG @ University Ave
WLL Vernon Ave
1,678
32
5,966
0.30
1,790
1:64
93
0.38
2,267
4
90th St
ELL Vernon Ave
CDS W of Ave X
1,608
32
5,967
0.30
1,790
1:64.
93
0.38
2,268
1
4
91st St
ELL Indiana Ave
VG @ Geneva Ave
952
32
3,385
0.30
1,015
1:64
53I
10.38
1,286
,
0.30
17,529
0.38
22,204
Page Eighteen TOTALS:
58,431
39,733
913 ,
yr_ if 4
SATE C.Y.
1:94 34
1:94 16'
1:94 94
1:94 94
1:94 98
1:94 19
1:94 63
1:94 39
1:94 63
1:94 63
1:94 36
- 622!
DIST.
Page Nineteen
STREET
1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS
TWO COURSE: 1st Course - Gr 2 Pre -coat, AC 5 w 13%
2nd Course - Gr 4 Pre -coat, AC 5 w 13%
FROM TO LENGTH WIDTH
Latex
Latex
ASPHALT
_ —Gr # 2_
RATE
1:64
-
C.Y.
35
30-Oct-96
-_ _ Gr # 4-
AREA
RATE GALS
_
RATE
C.Y.
4 92nd St ELL Memphis Ave E ER Louisville Ave 632 32
2,247
0.30 674
0.38
854
1:94
24
4
92nd St
E ER University Ave
E ER Ave X
690
32
2,453
0.30
736
1:64
38
0.38
932
1:94
26
5
93rd St
WLL Colton Ave
ELL Frankford Ave
2,074
32
7,374
0.30
2,212
1:64
115
0.38
2,802
1:94
78
4
93rd St
E ER University Ave
E ER Ave X
668
32
2,375
0.30
713
1:64
37
0.38
903
1:94
25
4
93rd PI
ELL University Ave
E ER Ave X
700
32
2,489
0.30
747
1:64
39
0.38
946
1:94
26
5
94th St
VG @ Salisbury Ave (W)
W ER Salisbury Ave (E)
530
32
1,884
0.30
565
1:64
29
0.38
716
1:94
20
4
95th St
E ER University Ave
WLL Ave X
608
32
2,162
0.30
649
1:64
34
0.38
821
1:94
23
5
95th St
W ER Slide Rd
ELL Chicago Ave
2,546
32
9,052
0.30
2,716
1:64
141
0.38
3,440
1:94
96
4
101st St
WLL Indiana Ave
VG @ Memphis Ave
2,580
32
9,173
0.30
2,752
1:64
143
0.38
3,486
1:94
98
4
109th St
ELL University Ave
660' E of University
660
21
1,540
0.30
462
1:64.
24
0.38
585
1:94
16
4
114th St
ELL university Ave
660' E of University
660
21
1,540
0.30
462
1:64
24
0.38
585
1:94
16
0.30
12,687
0.38
16,070,
I
i '
o=ccn1
I
450
Page Nineteen TOTALS :
42 291
28,758
661
!
Page Twenty 1997 CONTRACT MAINTENANCE PROGRAM
RESIDENTIAL STREETS 31-Oct-96
TWO COURSE: 1st Course - Gr 2 Pre -coat, AC 5 w / 3% Latex
2nd Course - Gr 4 Pre -coat, AC 5 w / 3
DIST. STREET FROM TO LENGTH WIDTH
TOTAL Residential: Two Course
TOTAL Collectors: Two Course
TOTAL Thoroughfares:Two Course
TOTAL TWO -COURSE:
TOTAL Thoroughfares: One Course
TOTAL Collectors: One -Course
TOTAL Residential: One -Course
TOTAL ONE -COURSE:
GRAND TOTAL
% Latex
_
ASPHA_LT
Gr # 2
Gr # 4
-AREA
RATE
GALS
RATE
C.Y.
RATE
_ C.Y.
376,390
0.30
112,917
1:64
5,881
0.38
143,028
1:94
4,004
105,252
0.30
31,576
1:64
1,645
0.38
39,996
1:94
1,119
124,945
0.30
37,483
1:64
1,952
0.38
47,479
1:94
1,328
606,587
181,976
1:64
9,478
230,503
1:94
6,451
92,491
0.32
29,597
0
1:94
984
14,809
0.32
4,739
0
1:94
158
97,728
0.32
31,273
0
1:94
1,040
205,028
65,609
0
2,181
811,614
478,088
9,478
8,632
7
MATERIALS OF CONSTRUCTION
1.Cr2ENERAL
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. M N
Cement shall conform to "Standard Specifications and Test for Portland Cement, 'A.S.T.M." Serial
Designation C150, Type I and Type III, and shall be an approved brand.
B.AGGREGATE
Concrete aggregates shall consist of natural, washed and screened sand, and washed and
screened gravel or clean crushed stone conforming to "Standard Specification for Concrete
Aggregate, "A.S.T.M. Serial Description C-33-39 and item No. 360 of the Texas State Highway
Specifications. Coarse aggregate for Class "C" Concrete (Street Paving) shall be crushed limestone
(Brownwood Type). The aggregate shall be well graded from coarse to fine and shall be free from
injurious amount of clay, soft or flaky materials, loam or organic impurities. All aggregate shall be
approved by the Engineer before use. Maximum size of aggregate shall be 1-1/2 inches. Aggregate
for concrete construction proposed to be used in this project shall have a loss not to exceed 18%
when subjected to 5 cycles of the Magnesium Sulfate soundness test A.S.T.M. Designation C-88-
90.
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 shalt be protected from dust 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.
Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of
alkali, salts or other chemicals.
I
` The contractor will submit test certificates from an approved commercial laboratory on all
aggregates proposed for use on this work. Tests should be made approximately 20 days before
beginning the concrete operation.
The contractor will submit in advance of construction the design mix and the result of compression
tests made by a commercial laboratory. These will be made on each type of concrete mix design
proposed for use on this project.
Tests shall be made on 6 cylinders for each mix, 3 tested in 3 or 7 days, 3 tested at 7 or 28 days.
Additional tests shall be fumished 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.
F
KOW&III: •
Tests of the aggregates and the concrete will be made by the Engineer during construction to
determine conformity with the specifications. Test cylinders will be made in accordance with the
Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Field
(ASTM Designation C-31). The specimens shall be cured under standard moisture and temperature
conditions in accordance with requirements of ASTM C-31.
Strength tests shall be made, in general, for each day's run or for each 50 cubic yards of concrete if
a day's run greatly exceeds this amount but these tests may be made entirely at the discretion of
the Engineer. Strength tests on Class "C" Concrete shall be made for approximately each 30 cubic
yards or every third truck on each day's run. The costs of all such testing will be borne by the City
but the Contractor shall cooperate in securing and storing samples and shall furnish all materials
required for sampling.
A strength test shall consist of five standard test cylinders made from a composite sample obtained
in accordance with the requirements of ASTM Designation C-172. Two of the cylinders shall be
tested at 3 or 7 days and at 7 or 28 days. The fifth cylinder shall be held available for subsequent
testing, if determined necessary by the Engineer. The test result shall be the average of the two 7
or 28 day specimens, except that, if one specimen in the test shows manifest evidence of improper
sampling, molding, or testing, it shall be discarded and the remaining two strengths averaged.
Should more than one specimen representing a given test show definite defects, due to improper
sampling, molding or testing, the entire test shall be discarded.
The result of the 7 or 28 day strength tests shall be used as the basis for accepting or rejecting the
concrete represented.
The results of the 3 or 7 day strength tests will be compared with the 3 or 7 day strength of the
preconstruction test cylinders for the type and slump of the concrete being produced. Should the 3
or 7 day strengths indicate a deficiency in the 7 or 28 day strengths, the Engineer may require a
temporary change in proportions to correct such deficiency. Such change shall remain in effect
until the 7 or 28 day strength 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.
Concrete conforming to these specifications may be "Ready Mix' but transporting vehicles shall be
operated such as to insure delivery and placement in forms without loss or segregation of
ingredients and within one hour of mixing time. Continuous mixing during transit will be insisted
upon.
u I .
All concrete for curb and gutter, valley gutters, fillets and alley stubs, alley slabs, drainage channels,
inlet boxes, headwalls, and medians shall be Class A concrete with 5% air entrainment (±1-1/2%
tolerance). The concrete mix design shall be based on water -cement ratio, and shall be as follows
for the different classes of concrete.
Minimum Sacks
Max. Gal
Max. Slump
Class Cement per C.Y.
Water per sack
in inches
A 5
6.5
4
C 6
6
3
E 5.5
5.5
3
F 6
5.5
2
The concrete mix design for the different classes shall also be such that the compressive and
flexural strength for each class shall not be less than the following: '--1
2
0
i
Minimum Average for
any test
amass 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.
LOW STRENGTH 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.
F. CLASSIFICATION
Unless otherwise shown on the plans: Class A concrete shall be used for curb and gutter, drainage
channels, medians, inlet boxes, headwalls and sidewalks; Class C concrete shall be used for
concrete paving and valley gutters constructed in thoroughfare and collector streets; Class E
concrete shall be used for valley gutters on streets other than thoroughfares and collectors and for
alley returns, alley paving and reinforced gutter sections; Class F concrete is used for railroad
sections.
G. MIXING
All aggregates shall be accurately weighed or measured by volume. The concrete shall be mixed in
an approved batch mixer equipped with an accurate water measuring tank, and shall be mixed for
one and one-half minutes after all material is in the mixer. "Ready Mixed" or 'Transit Mixed"
concrete may be used. If used it shall conform to these specifications and the "Standard
r 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
t" 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.
r Mesh reinforcement shall be of the size shown on the plans. All reinforcement shall be permanently
marked with grade identification marks or shall, on delivery, be accompanied by a manufacturer's
guarantee of grade and compliance with these specifications. Reinforcement stored on the site
shall be protected from accumulations of grease, mud or other foreign matter and from rust
F
producing conditions and shall be free from rust, scale, oil, mud or structural defects when
incorporated into alley slab, or valley gutters.
B. BAR REINFORCING
Reinforcing steel to be used on this project shall conform to A.S.T.M. Designation A-432 and shall
be deformed to A.S.T.M. 305 requirements unless otherwise shown on the plans.
C. FIBER REINFORCING
(1) The fiber used shall be 100 percent virgin polypropylene collated, fibrillated fibers specifically
manufactured for use as concrete reinforcement, containing no reprocessed olefin materials.
(2) The physical characteristics of the fiber to be used is as follows: Specific Gravity -0.91; Tensile
Strength - 70 to 110 ksi; Length of fibers -1/2".
(3) Fibrous concrete reinforcement materials provided by this section shall produce concrete
conforming to the requirements for each type and class of concrete listed in Section IV-2-E.
.Quantities to be used shall conform to manufacturer's recommendations, unless otherwise
directed by the Engineer.
UMIGINNML•t>i�Xl
A. EXPANSION JOINT MATERIALS
Bituminous premolded expansion joint material shall conform to Item No. 420.2 (a) of the Texas
State Highway Department Specifications.
Expansion joints shall be placed as shown on the plans or as directed by the Engineer.
B. JOINT SEALING MATERIALS
Joint sealing material shall be W.R. Meadows sof-seal or approved equivalent.
5. FORMS
Forms for curb and gutter and alley paving may be of wood or metal, of a section satisfactory to the
Engineer, straight, free of warp, and a depth equal to the depth of the concrete section formed. Forms
shall be constructed accurately to the line and grade as established in the field, shall be adequately
braced so that they will not move during the placing of the concrete, and shall remain in place at least
twelve (12) hours after placing concrete. Forms shall be oiled with a light oil before each use and forms
which are to be re -used shall be cleaned immediately after each use and maintained in good condition.
Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by
steel templates. Forms used for curb shall meet all of the above specifications, except that face forms
on curb radii may be omitted if a true section and an accurate flow can be obtained by other methods
approved by the Engineer. In no case will a concrete pour be started without the approval of the
Engineer. No forms shall be placed until the subgrade is within inch (I") of its finished grade. Forms for
alley slabs may be used as a guide for screeding. Where longitudinal construction joints are required,
the form shall be so constructed as to provide a 1-118 inch "V" shaped groove in the face.
6. FLEXIBLE BASE (CALICHE)
"Flexible Base (Caliche)" shall consist of a foundation course for surface course or for other base
courses. It shall be composed of caliche and stone materials and shall be constructed as herein
specified in one or more courses in conformity with the typical sections shown on plans and to the lines
and grades as established by the Engineer.
A. 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 —I
source shall be approved by the Engineer. All the acceptable material shall be crushed and
4
F
r
ri
returned to the screened material again in such manner that a uniform product will be produced.
Samples for testing the material shall be taken prior to the compaction operations.
(2) The material will conform to the requirements:
.Sieve Size 2" 1-1/2" 7/8" 1/2" #4 #40
0o retained 0 0-5 8-30 30-55 50-70 70-90
Material passing the No. 40 sieve shall be know as "Soil Binder' and shall meet the
following requirements when prepared in accordance with Test Method Tex 101-E
procedure:
Liquid Limit - 45 maximum; Plasticity Index -15 maximum, 3 minimum; and
Linear Shrinkage -10 maximum
(3) Wet Ball Mill Test of Flexible Base Material. The material, when tested in accordance with
Texas Method 116-E, shall have a maximum allowable value of 55.
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 Engineers 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.
A. MATERIALS
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.
• .' ► •�• ':•'•: •� HIRWILING iA
Stockpiling of Aggregates. Prior to the mixing operations with asphaltic material, processed
mineral aggregate shall be stockpiled on an area previously cleared of trash, weeds and grass
and smoothed as directed by the Engineer. The aggregate stockpiles shall be not less than 10
feet in height and constructed in layers not exceeding 18 inches in depth or as directed by the
Engineer. The plant shall have and maintain at least a two day supply of aggregate on hand
unless otherwise directed by the Engineer. Material shall be stockpiled in such a manner as to
prevent segregation of aggregate and mixing of aggregate from stockpiles and/or other sources.
The gradation requirements for the individual stockpiles and proportioning from these stockpiles
will be the contractors responsibility.
��3L�7:�1iC�7►1
Unless otherwise specified, the grading of the mineral aggregate shall conform to the limitations
as shown below:
This mixture shall meet the T.H.D. 1992 Specification Item (292)
Grade 4 — Grading requirements:
Sieve Sizes 1-112" ZE ] #4 M
% retained 0 8-30 30-55 50-70 70-90
Material passing the No. 40 sieve shall be known as "Soil Binder' and shall meet the following
requirements when prepared in accordance with the Test Methods Tex-101-E procedure:
5
The liquid limit shall not exceed.......................................................45
The plasticity index shall not exceed...............................................15
The linear shrinkage shall not exceed...............................................5
Samples for testing the material shall be taken prior to the mixing operations. Where more than
one material is used, tests will be on the combined materials.
The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill
for mixing with asphalt.
C. ASPHALTIC MATERIALS
Asphalt for the paving mixture shall be of the type as determined by the Engineer and shall meet
the requirements of Item 300, THD Specs, 1992 "Asphalt, Oils, and Emulsions." The grade of
asphalt used shall be designated by the Engineer. The contractor shall notify the Engineer of the
source of his asphaltic material prior to design or production of the asphaltic mixture and this source
shall not be changed during the course of the project, except when authorized by the Engineer.
(1) ASPHALTIC STABILIZED MATERIAL
The mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The
mineral aggregate will conform to the gradation requirements specified. The asphaltic material
shall form from 4 to 9% percent of the mixture by weight. The design percent asphalt shall be
determined in accordance with Test Method Tex.-126-E or Test Method Tex.-204-F and
procedures outlined in the SDHPT Bulletin C-14. The percent of asphalt in the mix shall be
determined by Extraction ASTM D-2172, ASTM D-4125 Method of Test for asphalt content by
Nuclear Method, Test Method Tex-210-F or Test Method Tex.-126-F.
Asphaltic materials shall meet the requirements of the Item, "Asphalts, Oils, and Emulsions THD
Item 300", 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.
• 0T . .: ",• 11 .
All equipment for the handling of all materials and mixing and placing of the mixture shall be maintained
in good repair and operating condition and subject to approval of the Engineer. Any equipment found to
be defective and affecting the quality of the mixture will be replaced.
Mixing plants may be the weigh -batch type or the continuous mixing type or the drum mix type. All
types of plants shall be equipped with satisfactory conveyors, power units, aggregate handling
equipment, bins and dust collectors and shall consist of the following essential pieces of equipment.
When requested by the Engineer, weigh -batch and continuous types of mixing plants shall be equipped
with automatic proportioning devices in accordance with the Item, "Weighing and Measuring
Equipment." If automatic recording devices are required by the plans, they shall be in accordance with
the THD Item, "Weighing and Measuring Equipment."
6
fi•
r The number of compartments in the cold aggregate bin shall be equal to or greater than the
number of stockpiles of individual materials to be used.
The bin shall be of sufficient size to share the amount of aggregate required to keep the plant in
continuous operation and of proper design to prevent overflow of material from one
compartment to another. The proportioning device shall be such as will provide a uniform and
I^ continuous flow of aggregate in the desired proportioning in a separate compartment.
(2) DRYER
The dryer shall be the type that continually agitates the aggregate during heating and in which
the temperature can be so controlled that the aggregate will not be injured in the necessary
drying and heating operations required to obtain a mixture of the specified temperature. The
burner, or combination of burners, and type of fuel used shall be such that in the process of
heating the aggregate to the desired or specified temperature, no residue from the fuel shall
adhere to the heated aggregate. A recording thermometer shall be provided which will record
the temperature of the aggregate prior to the mixing operation. The dryer shall be of sufficient
size to keep the plant in continuous operation.
The screening capacity and size of the hot aggregate bins shall be sufficient to screen and store
the amount of aggregate required to properly operate the plant and to keep the plant in
continuous operation at full capacity. The hot bins shall be constructed so that oversize and
overload material will be discarded through overflow chutes. Provisions shall be made to enable
inspection forces to have easy and safe access to the proper location on the mixing plant where
representative samples may be taken from the hot bins for testing. The plant shall be equipped
with at least three hot bins. The aggregate shall be separated into the number of bins indicated
on the plans or as directed by the Engineer.
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"
107
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 .
U. I at
The mixer shall be of the pug mill type and shall have a capacity of not less than 3,000 pounds
(of natural aggregate mixture)in a single batch, unless otherwise shown on the plans. The
number and position of blades shall provide a uniform mix. The mixer shall be equipped with an
approved spray bar that will distribute the asphaltic material quickly and uniformly throughout the
mixer. Any mixer that segregates the mineral aggregate or fails to secure a thorough and
uniform mixture with asphaltic material shall not be used. This shall be determined by mixing the
standard batch for the required time; then dumping the mixture, taking samples from its different
parts and testing by Test Method Tex-210-F to show that the batch is uniform throughout. All
mixers shall be provided with an automatic time lock that will lock the discharge doors of the
mixer for the required mixing period. The dump door or doors and the shaft seals of the mixer
shall be tight enough to prevent spilling of aggregate or mixture from the mixer.
(7) SURGE -STORAGE SYSTEM
A surge -storage system may be used. It shall be adequate to minimize production interruptions
during the normal day's operation. A device such as a gob hopper or other similar devices
approved by the Engineer to prevent segregation in the surge -storage bin will be required. If the
Contractor elects to use a surge -storage system, scales conforming to the requirements outlined
herein will be required.
(8) SCALES
Scales may be standard platform truck scales or other equipment such as weigh hopper
(suspended) scales approved by the Engineer. All scales shall conform to the item, 'Weighing
and Measuring Equipment'. If trucks scales are used, they shall be placed at a location
approved by the Engineer. If other weighing equipment is used, the Engineer may require weight
checks by truck scales for the basis of approval of the equipment.
Os 9 1 k, to. L0111►mil=
(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.
The hot aggregate proportioning device shall be so designed that when properly operated, a
uniform and continuous flow of aggregate into the mixer will be maintained.
(6) ASPHALTIC MATERIAL SPRAY BAR
The asphaltic material spray bar shall be so designed that the asphalt will spray uniformly and
continuously into the mixer.
(7) ASPHALTIC MATERIAL METER
An asphaltic material recording meter meeting the requirements of the Item, 'Weighing and
Measuring Equipment', shall be placed in the asphalt line leading to the spray bar so that the
cumulative amount of asphalt used can be accurately determined. Provisions of a permanent
nature shall be made for checking the accuracy of the meter output. The asphalt meter and line
to the meter shall be protected with a jacket of hot oil or other approved means to maintain the
temperature of the line and meter at or near that temperature specified for the asphaltic material.
Unless otherwise shown on the plans, the temperature of the asphaltic material entering the
recording meter shall be maintained at + 100F of the temperature at which the asphalt metering
pump was calibrated and set. Inability to maintain this tolerance in temperature shall result in an
adjustment of the pay quantity for the asphaltic material.
If a pressure type flow meter is used to measure the asphaltic material, the requirements of the
Item, 'Weighing and Measuring Equipment", shall apply.
8 MIXER
The mixer shall be of the pug mill continuous type and shall have a capacity of not less than 40
tons of mixture per hour. Any mixer that has a tendency to segregate the aggregate or fails to
secure a thorough and uniform mixing of the aggregate with the asphaltic material shall not be
used. The dam gate at the discharge end of the pug mixer and/or pitch of the mixing paddles
r"
shall be so adjusted to maintain a level of mixture in the pug mixer between the shaft and the
lower paddle tip (except at the discharge end).
(9) SURGE -STORAGE SYSTEM
A surge storage system may be used. It shall be adequate to minimize production interruption
during the normal day's operation. A device such as a gob hopper or other similar devices
approved by the Engineer to prevent segregation in the surge -storage bin will be required. If the
Contractor elects to use a surge -storage system, scales conforming to the requirements outlined
l
herein will be required.
(10) SCALES
Scales may be standard platform truck scales or other equipment such as weigh hopper
(suspended) scales approved by the Engineer. All scales shall conform to the Item "Weighing
r,
and Measuring Equipment." If truck scales are used, they shall be placed at a location approved
by the Engineer. If other weighing equipment is used, the Engineer may require weight checks
by truck scales for the basis of approval of the equipment.
,.,
C. DRUM MIX PLANT
Unless otherwise shown on the plans, the Contractor may, at his option elect to use the drum
mixing process in the mixing of asphalt stabilized base material. The plant shall be adequately
designed and constructed for the process of mixing aggregates and asphalt in the dryer -drum
without preheating the aggregates. The plant shall be equipped with satisfactory conveyors, power
units, aggregate handling equipment and feed controls and shall consist of the following essential
pieces of equipment.
l
(1) COLD AGGREGATE BIN AND FEED SYSTEM
The number of compartments in the cold aggregate bin shall be equal to or greater than the
�-
number of stockpiles of individual materials to be used.
The bin shall be of sufficient size to store the amount of aggregate required to keep the plant in
continuous operation and of proper design to prevent overflow of material of one bin to that of
another bin. The feed system shall provide a uniform and continuous flow of aggregate in the
desired proportion to the dryer. Each aggregate shall be proportioned in a separate
compartment with total and proportional control
The system shall provide positive weight measurement of the combined cold -aggregate feed by
use of belt scales or other approved devices. Provisions of a permanent nature shall be made
for checking the accuracy of the measuring device as required by the Item, "Weighing and
r.
Measuring Equipment'. When a belt scale is used, mixture production shall be maintained so
that the scale normally operates between 50 percent and 100 percent of its rated capacity. Belt
scale operation below 50 percent of the rated capacity may be allowed by the Engineer if
accuracy checks show the scale to meet the requirements of the Item, "Weighing and Measuring
Equipment", at the selected rate and it can be satisfactory demonstrated to the Engineer that
t
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.
F
(3) ASPHALTIC MATERIAL MEA
An asphaltic material measuring device meeting the requirements of the item, "Weighing and
Measuring Equipment," shall be placed in the asphalt line leading to the dryer -drum mixer so
that the cumulative amount of asphalt used can be accurately determined. Provisions of a
permanent nature shall be made for checking the accuracy of the measuring device output. The
asphalt measuring device and line to the measuring device shall be protected with a jacket of
hot oil or other approved means to maintain the temperature of the line and measuring device
near that temperature specified for asphaltic material. Unless otherwise shown on the plans, the
temperature of the asphaltic material entering the measuring device shall be maintained at —
±10OF of the temperature at which the asphalt measuring device was calibrated and set.
If a pressure type flow meter is used to measure the asphaltic material, the requirements of the
Item, 'Weighing and Measuring Equipment', shall apply. -
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.
9J ali uu.
The drum mixing system shall be of the type that continually agitates the aggregate and asphalt
mixture during heating and in which the temperature can be so controlled that the aggregate and
asphalt will not be damaged in the necessary drying and heating operations required to obtain a
mixture of the specified temperature. A continuously recording thermometer shall be provided
which will indicate the temperature of the mixture as it leaves the drum mixer.
(6) SURGE STORAGE SYSTEM
A surge storage system will be required. It shall be adequate to minimize the production
interruptions during the normal day's operations and shall be so constructed to minimize
segregation. A device such as a gob hopper or other similar device approved by the Engineer to
prevent segregation in the surge -storage bin will be required.
(7) SCALES
Scales may be standard platform truck scales, belt scales or other equipment such as weigh
hopper (suspended) scales approved by the Engineer. All scales shall conform to the item,
'Weighing and Measuring Equipment." If truck scales are used, they shall be placed at a location
approved by the Engineer. If other weighing equipment is used, the Engineer may require weight
checks by truck scales for the basis of approval of the equipment.
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.
The spreading and finishing machine shall be of a type approved by the Engineer, shall be capable —
of producing a surface that will meet the requirements of the typical cross section and the surface
test, when required, and when the mixture is dumped directly into the finishing machine shall have
adequate power to propel the delivery vehicles in a satisfactory manner. The finishing machine
shall be equipped with a flexible spring and/or hydraulic type hitch sufficient in design and capability —,
10
I
I to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the
finishing machine while the mixture is being unloaded.
The use of any vehicle which requires dumping directly into the finishing machine and which the
finishing machine cannot push or propel in such a manner as to obtain the desired lines and grades
without resorting to hand finishing will not be allowed. Vehicles dumping directly or indirectly into
the finishing machine shall be so designed and equipped that unloading into the finishing machine
can be mechanically and/or automatically operated in such a manner that overloading the finishing
machine being used cannot occur and the required lines and grades will be obtained without
resorting to hand finishing.
Unless otherwise shown on the plans, dumping of the asphaltic mixture in a windrow and then
placing the mixture in the finishing machine with loading equipment will be permitted provided that
the loading equipment is constructed and operated in such manner that substantially all of the
mixture deposited on the roadbed is picked and loaded in the finishing machine without
contamination by foreign material of the mixture and excessive temperature loss is not
encountered. The loading equipment will be so designed and operated that the finishing machine
being loaded will obtain the required line, grade and surface without resorting to hand finishing. Any
operation of the loading equipment resulting in the accumulation and subsequent shedding of this
accumulated material into the asphaltic mixture will not be permitted.
Automatic screed controls, if required, shall meet the requirements of the Item, "Automatic Screed
Controls for Asphaltic Concrete Spreading and Finishing Machines".
F. ROLLERS
It shall be the responsibility of the Contractor to have rolling equipment available on the job to
properly compact the paving mixture in place as required without delay to the laydown operation.
Rollers provided shall meet the qualifications for their type as follows:
(1) PNEUMATIC TIRE ROLLERS (REQUIRED ON ALL BLACK BASE AND HOT MIX
SURFACING)
The rollers shall be acceptable medium pneumatic tire rollers conforming to the requirements of
the Item, "Rolling (Pneumatic Tires)," Type B, unless otherwise specifiedon the plans.
r
(2) TWO AXLE TANDEM ROLLER (REQUIRED ON ALL HOT MIX SURFACING)
This be driven tandem less
f(�
roller shall an acceptable power roller weighing not 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
7
This roller shall be an acceptable power -driven trench roller equipped with sprinkler for keeping
the wheels wet and adjustable road wheel so that the roller may be kept level during rolling. The
drive wheel shall be not less than 20 inches wide. The roller under working conditions shall
7
produce 325 pounds per linear inch of roller width and be so geared that a speed of 1.8 miles
i
per hour is obtained in low gear.
(6) VIBRATORY STEEL -WHEEL ROLLER (REQUIRED ON ALL BLACK BASE)
This roller shall have a minimum weight of 6 tons. The compactor shall be equipped with
amplitude and frequency controls and specifically designed to compact the material on which it
is used, and shall be operated in accordance with the manufacturers recommendations or as
4 .
directed by the Engineer.
F I. I
(7) STRAIGHTEDGES AND TEMPLATES _
When directed by the Engineer, the Contractor shall provide acceptable 10-foot straightedges for
surface testing. Satisfactory templates shall be provided as required by the Engineer.
(8) ALTERNATE EQUIPMENT
When permitted by the Engineer in writing, equipment other than that specified which will
consistently produce satisfactory results may be used.
(9) INSPECTION
It will be the Contractor's responsibility to provide safe and accurate means to enable inspection
forces to take all required samples, and to provide permanent means for checking the output of
any specified metering device and to perform the calibration checks as required by the Engineer. _
G. STOCKPILING. STORAGE, PROPORTIONING AND MIXING
(1) STOCKPILING OF AGGREGATES
Prior to mixing operations with asphaltic material, processed mineral aggregate shall be
stockpiled on an area previously cleared of trash, weeds and grass and smoothed as directed
by the Engineer. The aggregate stockpiles shall be not less than 10 feet in height and
constructed in layers not exceeding 18 inches in depth or as directed by the Engineer. The plant
shall have and maintain at least a two-day supply of aggregates on hand, unless otherwise
directed by the Engineer. Material shall be stockpiled in such a manner as to prevent
segregation of aggregate and mixing of aggregates from stockpiles and/or sources. More than _
one stockpile will be permitted unless otherwise shown on plans.The gradation requirements for
the individual stockpiles and proportioning from these stockpiles will be the Contractor's
responsibility as approved by the Engineer.
• : _ � � ��IiL�3�1;���L•L11�L�l►�Gtili_�ZGI>�
The asphaltic material storage shall be ample to meet the requirements of the plant. Asphalt
shall not be heated to a temperature in excess of that specified in the Item,"Asphalts, 011s and
Emulsions". All equipment used in the storage and handling of asphaltic material shall be kept in
a clean condition at all times and shall be operated in such manner that there will not be
contamination with foreign matter.
c I Nelml13 � D1: •
The feeding of various sizes of aggregate to the dryer shall be done through the cold aggregate
bin and proportioning device in such a manner that a uniform and constant flow of materials in
the required proportions will be maintained. The aggregate shall be dried and heated to the
temperature necessary to produce a mixture having the specified temperature. In no case shall
the aggregate be introduced into the mixture unit at a temperature more than 4000 F.
The proportioning of the various materials entering the asphaltic mixture shall be the
responsibility of the Contractor as approved by the Engineer and in accordance with these
specifications. The asphaltic material and aggregates may be proportioned by weight or by
volume based on weight using the specified equipment
(5) MIXING
ry. ■ ■ a 1 . :
In the charging of the weigh box and In the charging of the mixer from the weigh box such
methods or devices shall be used as are necessary to secure a uniform asphalt mixture. In
introducing the batch into the mixer, all mineral aggregate shall be introduced first and shall
be mixed thoroughly for a period of 5 to 20 seconds, or as directed, to uniformly distribute the —
various sizes throughout the batch before the asphaltic material is added. The asphaltic
1 12
r
material shall then be added and the mixing continued for a total mixing period of not less
than 30 seconds. This mixing period may be increased, if in the opinion of the Engineer, the
mixture is not uniform. The differential in temperature of the aggregates and the asphalt as
they enter the pug mixer shall not exceed 250 F.
Temporary storing or holding of the asphaltic mixture by the surge -storage system may be
used during the normal day's operation. Overnight storage will not be permitted unless
authorized in the plans or in writing by the Engineer. The mixture coming out of the surge -
storage bin must be of equal quality to that coming out of the mixer.
r
(b) CONTINUOUS -TYPE MIXER
l
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
b
asphalt as they enter the pug mixer 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.
r-
�'
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
I.•
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.
r
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
P„
storage -bin must be of equal quality to that coming out of the mixer. The mixture, when
discharged from the plant, shall have a moisture content not greater than I percent by weight
unless otherwise shown on the plans and/or specified by the Engineer. The moisture content
shall be determined in accordance with Test Method Tex-212-F, Part 11.
rThe
mixture produced from each type of mixer shall not vary from the specified mixture by
more than the tolerances herein specified.
The asphaltic mixture from each type of mixer shall be at a temperature between 3000 F and
3500 F when discharged from the mixer. The Engineer will approve the temperature within
the above limitations, and the mixture when discharged from the mixer shall not vary from
this selected temperature more than 250 F.
4
H. CONSTRUCTION METHODS
(1) TEMPERATURE REQUIREMENTS
F
(a) HMAC - NOVEMBER 1 TO APRIL 1
1. The asphaltic mixture shall not be placed when the air temperature is below 550 F and
falling.
2. The asphaltic mixture may be placed when the air temperature is above 500 F and rising.
13
(b) HMAC - APRIL 1 UNTIL NOVEMBER 1
1. The asphaltic mixture shall not be placed when the air temperature is below 500 F and
falling.
2. The asphaltic mixture may be placed when the air temperature is above 450 F and rising.
(c) ASPHALT STABILILZED BASE
1. The asphaltic mixture shall not be placed when the air temperature is below 45OF and
falling.
2. The asphaltic mixture may be placed when the air temperature is above 40OF and rising.
The engineer may use his discretion to require a cover over the asphaltic mixture when being
hauled from the plant to the job site. The air temperature shall be taken in the shade away from
artificial heat or as reported by the National Weather Service on their hourly report (Telephone
No. 762-0141). It is further provided that the prime coat, tack coat or asphalt stabilized base
shall be placed only when the general weather conditions and temperature and moisture
conditions of the subbase or subgrade,in the opinion of the Engineer, are suitable.
If, after being discharged from the mixer and prior to placing, the temperature of the asphaltic
mixture is 250 F or more below the temperature approved by the Engineer, all or any part of the
load may be rejected and payment will not be made for the rejected material.
(2) PRIME COAT
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.
. •�
Before the asphaltic mixture is laid, the surface upon which the tack coat is to be placed shall be
cleaned thoroughly to the satisfaction of the Engineer. The surface shall be given a uniform
application of tack coat using asphaltic materials of this specification. This tack coat shall be
applied, as directed by the Engineer, with an approved sprayer at a rate not to exceed 0.10
gallon per square yard of surface. Where the mixture will adhere to the surface on which it is to
be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All
contact surfaces of curbs and structures and all joints shall be painted with a thin uniform coat of
the asphaltic material meeting the requirements for tack coat. The tack coat shall be rolled with a
pneumatic tire roller when directed by the Engineer.
(4) TRANSPORTING
The asphaltic mixture, prepared as specified above shall be hauled to the work in tight vehicles
previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so
that all material delivered may be placed, and all rolling shall be completed during daylight
hours. The inside of the truck body may be given a light coat of oil, lime slurry or other material
satisfactory to the Engineer, if necessary, to prevent mixture from adhering to the body. In cool
weather or for long hauls, canvas covers and insulating of truck bodies may be required.
Vehicles of the semi -trailer type are prohibited, unless approved by the Engineer.
(5) PLACING
Generally, the asphaltic mixture shall be dumped and spread on the approved prepared surface
with the specified spreading and finishing machine, in such a manner that when properly
compacted, the finished course will be smooth, of uniform density, and will conform with the
typical sections shown on the plans and to the lines and grades established by the Engineer.
During the application of asphaltic material, care shall be taken to prevent splattering of adjacent
pavement, curb and gutter and structures.
14
The mixture shall be spread and compacted in layers or lifts as specified on the plans or as
directed by the Engineer. The sequence of compacting shall be such that undue displacement of
the edge of the course does not occur. On deep lifts, the edge of the course may be rolled with a
Emotor
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,
l
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
p-
authorized by the Engineer, provided a satisfactory surface can be obtained by other approved
methods.
I. COMPACTION
(1) As directed by the Engineer, the asphalt stabilized base shall be compacted thoroughly and
uniformly with the specified rollers. In lieu of the rolling equipment specified, the Contractor
may, upon written permission from the Engineer, operate other compacting equipment that will
produce equivalent relative compaction as the specified equipment. If the substituted
compaction equipment fails to produce the desired compaction as would be expected of the
specified equipment, as determined by the Engineer, its use shall be discontinued. When
directed by the Engineer, the initial compaction shall be accomplished with pneumatic tire
I
rollers.
i.
(2) When rolling with the three wheel, tandem, or vibratory rollers, rolling shall start longitudinally at
,..
the sides and proceed toward the center of the pavement, overlapping on successive trips by at
least half the width of the rear wheel unless otherwise directed by the Engineer. Alternate trips
of the roller shall be slightly different in length. On super -elevated curves, rolling shall begin at
the low side and progress toward the high side unless otherwise directed by the Engineer.
When rolling with vibratory steel wheel rollers, the manufacturer's recommendation shall be
followed unless directed otherwise by the Engineer. Rolling with pneumatic -tire roller shall be
done as directed by the Engineer. Rolling shall be continued until no further increase in density
can be obtained and all roller marks are eliminated. The motion of the roller shall be slow
enough at all times to avoid displacement of the mixture. If any displacement occurs, it shall be
'
corrected at once by the use of a rake, and of fresh mixtures where required. The roller shall
not be allowed to stand on any portion of the pavement mixture which has not been fully
compacted. To prevent adhesion of the mixture to the roller, the wheels shall be kept
thoroughly moistened with water, but an excess of water will not be permitted.
All rollers must be in good mechanical condition. Necessary precautions shall be taken to
prevent the dropping of gasoline, oil, grease or other foreign matter on the roadway, either when
the rollers are in operation or when standing.
(3) The edges of the pavement along curbs, headers and similar structures, and all places not
accessible to the roller, or in such positions as will not allow thorough compaction with the
rollers, shall be thoroughly compacted with lightly oiled tamps.
J. SURFACE FINISH
rThe
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.
F 15
L. SURFACE DENSITY TEST
City personnel will provide density test and results throughout the construction process at no cost to
the contractor.
Samples.of the compacted pavement shall be removed from locations designated by the Engineer
to enable him todetermine the composition, compaction, and density of the pavement. Samples
from each day, or fraction thereof, shall be taken by City personnel. The Contractor shall replace
the pavement removed from core holes at no cost to the City. If the pavement is deficient in
composition, compaction, or thickness, satisfactory correction shall be made, as directed by the
Engineer.
9. ASPHALTS
Asphalts for use on this project shall comply with Texas State Highway Department Specification, Item
300.
10. HOT u .uA
A. AGGREGATE
GENERA
The mineral aggregate shall be composed of coarse aggregate, a fine aggregate, and if required, a
mineral filler. Samples of coarse aggregate, fine aggregate and mineral filler shall be submitted to
the City of Lubbock Materials Testing Laboratory for testing and approval by the Engineer. Approval
of other material and of the source of supply must be obtained from the Engineer prior to delivery. —
The combined mineral aggregate, after final processing by the mixing plant, and prior to addition of
asphalt and mineral filler, shall have a sand equivalent value of not less than 34, unless otherwise
shown on the plans when tested in accordance with Test Method Tex.-203-F.
The percent of flat or elongated slivers of stone for any course shall not exceed 25%,when tested in
accordance with Test Method Tex 224-F.
Aggregate that appears susceptible to film stripping, when tested in accordance with Test Method
Tex 218-F or ASTM D-1664, shall be rejected or conditioned with an anti -stripping agent, as
directed by the Engineer.
Prior to stockpiling of aggregates the area shall be cleaned of trash, weeds and grass and be
relatively smooth. Aggregates shall be separated into stockpiles of different gradation, such as a
large coarse aggregate and a small coarse aggregate stockpile and such that the grading
requirements of the specified 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 U4 inch sieve, however, the coarse aggregate shall meet
the quality tests specified herein for "Coarse Aggregates" Suitable equipment of acceptable size
shall be furnished by the Contractor to work the stockpiles and prevent segregation of the
aggregates.
If the Contractor utilizes an asphalt continuous mix plant, the various aggregate stockpiles of
different gradation will be stockpiled in the same manner as described for stockpiling of aggregate
for asphalt stabilized base. That is the stockpiling of the aggregate shall be made up of layers of
material not to exceed two feet in height of each layer. The edge of each succeeding layer shall
extend inward so as not to overlap the edge of the layer below. In loading from the stockpile, the
material shall be loaded by making successive vertical cuts through the entire depth of the
stockpile.
(1) COARSE AGGREGATE
16
I
The coarse aggregate shall be that part of the aggregate retained on a No.10 sieve; shall consist
of clean, tough, durable fragments of crushed stone of uniform quality throughout; mixing or
combining crushed gravel and crushed stone will not be permitted. The aggregate shall be
crushed to the extent that produces a minimum of 90% crushed faces when tested in
accordance with Test Method (Tex.-413-A). The aggregate shall have a maximum of 15% loss
PM when subjected to 4 cycles of the Magnesium Sulfate Soundness Test (A.S.T.M. C-88-93).
When coarse aggregate is tested in accordance with Test Method Tex.-217-F, the amount of
organic matter, clays, loams or particles coated therewith or other undesirable materials shown
on the plans shall not exceed 2 percent.
When it is specified that the coarse aggregate be sampled during delivery to the plant, from the
stockpile, or from the cold bin, the material removed when tested in accordance with test method
Tex.-217-F (Part 11, Decantation), shall not exceed 2 percent The plasticity index of that part of
the fine aggregate contained in the coarse aggregate passing the No. 40 sieve shall not be more
than 6 when tested by the Test Method Tex.-106-E. However, where the coarse aggregate
contains less than 5% of fine aggregate and the fine aggregate is of the same or similar material
as the coarse aggregate, the P.I. requirements for the material passing the No. 40 sieve may be
waived by the Engineer in writing.
When it is specified that the coarse aggregate be sampled from the hot bins and tested in
accordance with Test Method Tex.-217-F (Part II Decantation), the amount of material removed
shall not exceed I percent.
Tests performed as specified herein represent material processed or placed until a subsequent
test is performed.
The coarse aggregate shall have an abrasion of not more than 40 percent loss by weight when
subjected to the Los Angeles Abrasion Test, Test Method Tex-410A. Coarse aggregate from
each source shall meet the abrasion requirements specified.
(2) FINE AGGREGATE
The fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall consist
of sand or screenings or a combination of sand and screenings.
The plasticity index of that part of the sand passing the No.40 sieve shall not be more than 6
r when tested by Test Method Tex-106-E. The plasticity index of that part of the screenings
passing the No. 40 sieve shall be not more than 9, unless otherwise shown on plans, when
tested by Test Method Tex-106-E. Fine aggregate from each source shall meet plasticity
(•' requirements.
Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings
shall be of the same or similar material as specified for coarse aggregate.
(3) MINERAL FILLER
The mineral filler shall consist of thoroughly dry stone dust, slate, dust, portland cement or other
mineral dust approved by the Engineer. The mineral filler shall be free from foreign and other
injurious matter.
When tested by Test Method Tex-200-F (Dry Sieve Analysis), it shall meet the following grading
requirements:
Per Cent
By Weight
Passing a No. 30 sieve................................................................................100
Passing a No. 80 sieve, not less than............................................................90
"' Passing a No. 200 sieve, not less than..........................................................65
t..
F 17
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 on written permission of
the Engineer.
(2) TACK COAT
The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC-2, or
shall be a Cut -Back Asphalt made by combining 50 to 70 percent by volume of the asphaltic
material as specified for the type of paving mixture with 30 to 50 percent by volume of gasoline
and/or kerosene. If RC-2 Cut -Back Asphalt is used, it may, upon instructions from the Engineer,
be diluted by addition of an approved grade of gasoline and/or kerosene, not to exceed 15
percent by volume.
C. PAVING MIXTURES
TYPES
The paving mixture shall consist of a uniform mixture of coarse aggregate, fine aggregate and
asphaltic material. The grading of each constituent of the mineral aggregate shall be such as to
produce, when properly proportioned, a mixture which, when tested in accordance with Test
Method Tex-200-F (Dry Sieve Analysis), will conform to the limitations for master grading given
below for the type specified.
Passing 7/8" sieve 01
Passing 5/8" sieve..............................................................................................98 to 100
Passing 5/8" sieve, retained on 3/8" sieve..........................................................12 to 25
Passing 3/8" sieve, retained on No. 4 sieve .......................................................... .............................................15 to 30
Passing No. 4 sieve, retained on No. 10 sieve......................................................12 to 30
Total retained on No. 10 sieve..............................................................................53 to 65
Passing No. 10 sieve, retained on No. 40 sieve....................................................10 to 20
Passing No. 40 sieve, retained on No. 80 sieve......................................................5 to 15
Passing No. 80 sieve, retained on No. 200 sieve....................................................5 to 15
PassingNo. 200 sieve.............................................................................................1 to 6
(2) MODIFIED TYPE "C' (COARSE GRADED SURFACE COURSE)
The Engineer may designate the use of a modified Type "C" Surface Course. This design will
stay in the limits of the above Type "C' but may vary from the upper limits of certain sieve
designations to the lower limits of other sieve designations.
D. LABORATORY CONTROL
If the Contractor or supplier wish to use a material or location not previously approved by the City of
Lubbock, he will be required to request approval in writing of the material not less than 60 days prior
is
r
r
to anticipated use of the material. The City of Lubbock laboratory test results shall be the sole
consideration for approval of materials, mix designs, adequacy of procedures, etc.. The results of
such testing shall be evaluated and final approval given by the Street Superintendent.
The City of Lubbock will utilize its own testing laboratory to monitor the plant mixing for Black Base
and Hot Mix. This laboratory control will be provided by the City of Lubbock. A representative of the
City Engineer will be at the plant with full authority to control the mixing operation. ,
In those instances where irregularities occur and the limits of the specification are exceeded for
aggregate, black base, or hot mix, appropriate corrections will be required.
LZID(0)WAXill
The Engineer will designate the exact grading of the aggregate and asphalt content to be used in
the mixture. The paving mixture produced shall not vary from the designated grading and asphalt
content by more than the tolerances allowed herein and shall remain within the limitation of the
master grading specified. The respective tolerances, based on the percent by weight of the mixture,
are listed as follows:
Passing 5/8" sieve, retained on 3/8" sieve..............................................................+ or -3
Passing 3/8" sieve, retained on No. 4 sieve............................................................+ or -3
Passing No. 4 sieve, retained on No. 10 sieve........................................................+ or -3
Total retained on No. 10 sieve...............................................................................+ or -3
Passing No. 10 sieve, retained on No. 40 sieve ......................................................+ or -2
Passing No. 40 sieve, retained on No. 80 sieve ......................................................+ or -2
Passing No. 80 sieve, retained on No. 200 sieve ....................................................+ or -2
PassingNo. 200 sieve............................................................................................+ or -2
AsphaltMaterial....................................................................................................+ or -0.2
110,A0110)► UN if.11G 9 1011
Samples of the mixture when tested in accordance with Test Method Tex-210-F shall not vary from
the grading proportions of the aggregate and the asphalt content designated by the Engineer by
more than the respective tolerance specified above. (See Section IV-7-C (1) for methods of
extraction of asphalt)
During construction, if grading or asphalt content exceeds the tolerances stated herein. production
will be discontinued until such time as the Hot -Mix Asphaltic Concrete mixture has been corrected
and subsequent grading and extraction tests indicate results within the tolerance stated herein. All
Hot Mix Asphaltic Concrete mixture so constructed. which exceeds the tolerances as stated herein.
will be removed and replaced at no cost to the Owner.
L►I'419 ►
It is the intent of this specification that the mixture will be designed to produce a mixture of
optimum density and stability, as determined by the Engineer, when tested in accordance with
these specifications and applicable ASTM procedures.
Samples of the completed pavement shall be removed from locations designated by the
Engineer to enable him to determine the composition, compaction, and density to the pavement.
Samples for each day, or fraction thereof, shall be taken by City personnel. The Contractor shall
replace the pavement removed from core holes at no cost to the City. If the pavement is
deficient in composition, compaction, or thickness, satisfactory correction shall be made, as
directed by the Engineer.
r 19
Thoroughfare Residential
Traffic Traffic
(2) DESIGN METHOD Min, Max. Min, Max.
MARSHALL
No. of compaction blows, each end of specimen 75 — 50 —
Stability, Lbs. 1200 — 1000 —
Flow, units of 0.01 in 8 16 8 18
% Air Voids - Surfacing or Leveling 3 5 3 5
Stability and density tests are control tests. If the laboratory stability and/or density of the mixture
produced has a value lower than that specified, and in the opinion of the Engineer is not due to
change in source or quality of materials, production may proceed, and the mix shall be changed
until the laboratory stability and density equals or exceeds the specified values. If there is, in the
opinion of the Engineer, an apparent change in any material from that used in the design
mixtures, production will be discontinued until a new design mixture is determined by trial mixes.
11. SILO STORAGE
A silo storage system may be used during the normal day's operation. The mixture coming out of the
silo storage must be of equal quality and temperature to that coming out of the mixing plant. Any
operation that has tendency to segregate the mixture or fails to maintain a thorough and uniform
mixture and Temperature shall not be used. If any load of mixture coming out of the silo storage system
fails to meet the asphalt specifications or gradation requirements, then the total contents of the silo
storage system shall be condemned.
12. BARRICADES AND SIGNS
Barricades shall be constructed of clean, sound lumber, shall be of first-class workmanship, and all
surfaces above ground shall be painted with an approved brand of white paint to secure thorough
coverage and a uniform white color. In no case shall less than two coats be used. The paint for
barricade stripes shall be reflective orange and reflective white. All dimension striping, lighting,
painting, coloring and placement of barricades shall be in accordance to the details and design as set
forth in the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES for Street and Highways, Part
VI, issued in May, 1983.
The Contractor shall maintain each barricade in a neat acceptable condition and furnish replacements
when necessary or requested by the Engineer.
Each sign shall be displayed only for the specific purpose prescribed for it. Before any detour or
temporary route is open to traffic all necessary Regulatory, Warning and Guide signs shall be in place.
Signs required by temporary conditions or restrictions shall be removed immediately when those
conditions cease to exist or the restrictions are withdrawn. Guide signs directing traffic to and on
temporary routes or detours shall be removed when no longer applicable.
Important is standardization with respect to design and placement, and uniformity of application is
equally important. Identical conditions should always be marked with the same type of sign,
irrespective of where those particular conditions occur.
All signs that are to convey their message during hours of darkness shall be reflectorized or
illuminated. Signs for daytime use only may be non-reflectorized but a fluorescent background material
will be used for increased daytime visibility if requested by the Engineer.
Where there is serious interference from extraneous light sources, and a reflectorized sign is not likely
to be effective, an illuminated sign will be used.
0
20
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.
t No work will be permitted on any project prior to installation of barricades or other warning devices at
the beginning and end of the construction area.
13. SEAL COAT AND TWO -COURSE MAINTENANCE
A. GENERAL
` The following paragraphs give the specifications on the various materials which are to be used in
seal coat and two -course maintenance projects. All materials shall be subject to the approval of
the Engineer before being used.
f B. ASPHALTS
I Asphalts for use on this project shall comply with Texas State Highway Department Specifications,
Item 300 including revisions, and a certified copy of the test results will be furnished to the City
r C. ASPHALT HEATERS
9
Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material
r required to the desired temperature. Asphaltic material may be heated by steam coils which shall
be absolutely tight. Direct fire heating of asphaltic materials will be permitted, provided the heater
used is manufactured by a reputable concern and there is positive circulation of the asphalt
throughout the heater. Agitation with steam or air will not be permitted. The heating apparatus shall
be equipped with a recording thermometer with a 24-hour chart that will record the temperature of
the asphaltic material where it is the highest temperature.
.. D. AGGREGATE FOR SINGLE COURSE AND TWO -COURSE PURPOSES
All gravel or pre -coated gravel or pre -coated crushed stone shall have a maximum of fifteen percent
(15%) loss when tested by the four (4) cycle magnesium sulfate soundness test A.S.T.M. C-88-90.
Pre -coated or crushed gravel shall have a minimum of 90 percent of the particles retained on the
No. 4 sieve with more than one crushed face, as determined by Test Method Tex-413-A (particle
count) and T.H.D. 302.2.
The percent of flat or elongated slivers of stone or gravel for any course, shall not exceed 25%,
when tested in accordance with Test Method Tex 224-F.
The amount of organic matter, clays, loams, or particles coated therewith or other undesirable
materials, when washed over the #10 sieve, shall not exceed 2 percent.
The City of Lubbock laboratory test results shall be the sole consideration for approval of materials,
mix designs, adequacy of procedures, etc.. The results of such testing shall be evaluated and final
approval given by the Street Superintendent. Final acceptance of the aggregate shall be made only
AFTER the material is in stockpile in the City of Lubbock.
F
F 21
(11) SINGLE COURSE
Aggregate grading (TxDOT P.B. #4 Pre -Coated Crushed Gravel, Pre -Coated Crushed Stone). _
Percent by Weight
Retained on 5/8" sieve ....................... .................0 +"
Retained on 1/2" sieve....................................................:........................0 - 5
Retained on 3/8" sieve.........................................................................20 45
Retainedon #4 sieve.............................................................................85 -100 _
Retained on #10 sieve...........................................................................95 -100
(2) TWO COURSE _.
Aggregate Grading (Tx DOT P.B. #2 Special Pre -Coated Crushed Gravel, Pre -Coated Crushed
Stone).
Percent by Weight
Retained on 7/8" sieve ................................... ......................... ........0 - 3
Retained on 3/4" sieve............................................................................6 - 9 _
Retained on 5/8" sieve..........................................................................45 - 80
Retained on 1/2" sieve..........................................................................80 -100 —
Retained on #10 sieve..........................................................................98 -100
Aggregate grading (TxDOT P.B. #4 Pre -Coated Crushed Gravel, Pre -Coated Crushed Stone).
Percent by Weight
Retained on 5/8" sieve.....................................................................................0
Retained on 1/2" sieve.............................................................................0 - 5
Retained on 3/8" sieve...........................................................................20 - 45
Retained on #4 sieve.............................................................................85 -100 —
Retained on #10 sieve...........................................................................95 -100
(3) STOCKPILES —
The location of all stockpiles of aggregate shall be approved by the Engineer prior to unloading
as to zoning requirements, smoothness and compaction of the ground, and traffic conditions.
Stockpiles of aggregate to be incorporated into the project shall be protected from dust by drift
fences of any suitable material approved by the Engineer, when sandstorms possibilities exist.
Care will be taken toprevent dusty conditions in the stockpiles area from any sources.
22
r
1. CONCRETE
This item shall consist of Portland Cement 30" concrete curb and gutter, 24" concrete curb and
gutter, 30" separate gutter, or 24" separate gutter, as shown on the plans or as directed by the
Engineer, and shall be constructed of Class A concrete. Included in the curb and gutter item is the
subgrade preparation and the filling and shaping of the area behind the curb.
[cffollumel ►►
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
r- 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
r 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.
r (2) EXCAVATION AND SUBGRADING (See Details gf Construction. Section 2)
Excavation for the curb and gutter shall be made with the excavation of the entire street. The
excavation shall be done to the lines and grades set by the engineer and in such a manner as to
7 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
7 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.
[gM:_*NMgw�:►
Forms for concrete and gutter shall be set to the lines and grades established by the engineer
after the subgrade has been prepared. The forms shall be held together and in place in such a
manner that they will not move during the placing and working of the concrete. The forms shall
be cleaned and oiled prior to pouring concrete. Face forms and construction joints (removable
metal plates) shall.be set to hold the concrete for the curb in place until it is to be finished.
Forms for radii shall be set in the same manner as the straight forms except that no face form
will be required if a true section is obtained by other methods. The radii forms shall be set in
such a manner that the curve will be true.
(4) PLACEMENT (Including Making Joints)
Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing, and the
y. concrete shall be floated and troweled to the approximate section, and only after the concrete
F 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
r` at intersections and at intervals of no more than forty (40) feet between the intersections. Forty
4 feet intervals may be waived if curb and gutter machine is used. Expansion joints shall be of the
F
material hereinbefore specified. Construction joints formed by removable metal plates _
(templates) accurately shaped to the cross-section of the curb and gutter shall be located at the
mid -point of each section between expansion joints or as directed by the engineer. Contraction
joints shall be placed at ten foot intervals. All joints shall be perpendicular to the surface of the
concrete and to the axis of the section.
(5) FINISHING
A ten (10) foot metal "straight -edge" shall be used to strike the flow line to grade, continuously
along the flow line of the gutter. This operation shall be followed with a four (4) foot spirit level to _
assure the continuous grade down the flow -line the length of the gutter.
Curb and gutter shall be finished uniformly by wood trowelling to an accurate cross-section.
Extra water will not be added for finishing. The final finish will be accomplished with a brush, the
last stroke being one from the back of curb to the lip of gutter. Both sides of all joints, the lip of
gutter, and the back edge of the curb shall be finished with a 114" radius edging tool before the
final brushing. Curves at the top and bottom of the section shall present a uniform appearance
without "waves" in the face of the curb or "pockets" in the gutter.
Concrete shall not be poured during sand storms. Concrete shall be protected to maintain
temperature of not less than 50 degrees F. for five days after placement. If aggregate and water
are heated, they shall not be heated above 90 degrees F. Concrete shall not be placed when the
ambient temperature is less than 40 degrees F. It shall be the responsibility of the Contractor to
anticipate as nearly as possible changes in weather conditions which would affect the placement
and protection of the concrete, and be prepared to protect freshly placed concrete when sudden
changes in the weather make such protection necessary.
(6) REMOVING FORMS
Special care is required of the Contractor in his removing of pins and of forms. Pins shall be
pulled from the ground to free forms. If hammering is found to be necessary, a light, one (1)
pound hammer shall be used. The contractor shall not place forms or pins on newly finished
concrete. Loading and unloading of forms from a truck shall be executed by two workmen. It is
the duty of the Contractor to remove any warped forms found in any section of forms, before it is
poured. When forms are pointed out as defective, those forms shall then be removed from the
job site and not returned until they have been inspected by the Engineer.
(7) MACHINE LAID CURB AND GUTTER
Class A concrete shall be used for machine laid curb and gutter. The slump of the concrete shall
be as directed by the Engineer. Reinforcing steel, if required, shall conform to Section 3 under
Materials of Construction.
The curb and gutter shall be laid by an extrusion machine approved by the Engineer.
Immediately prior to placing the curb and gutter, the previously approved foundation shall be
thoroughly cleaned.
The line for top of curb shall be maintained from a guideline set by the Contractor from survey
marks established by the Engineer. Curb outline shall strictly conform to the details shown on
the plans.
The approved mix shall be fed into the machine in such a manner and at such consistency that
the finished curb will present a well compacted mass with a surface free from voids and
honeycombs and true to established shape, line, and grade.
Additional surface finishing shall be performed immediately after extrusion. Extra water will not
be added for finishing. Unless otherwise specified by the Engineer, joints shall be constructed as
follows: Expansion joints shall be located at each end radius at intersections and alley returns
and at the beginning of the pour, and dummy grooved joints shall be spaced at 10 foot intervals
between the expansion joints.
2 ^1
i
(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.
r"
(9) FILLING BEHIND CURB
After the forms are removed and the concrete has cured, the contractor shall fill the area behind
the curb with top soil. The area between -the sidewalk and the curb or property line and curb, if
�—
no sidewalk exists, shall be leveled and sloped toward the curb in a manner satisfactory to the
property owner and/or Engineer. Fill should be done prior to dumping caliche.
(10) REPLACEMENT OF DAMAGED CURB AND GUTTER OR GUTTER
i*
No patching of any nature shall be allowed in repairing any damage to curb and gutter which
occurs during the construction process of paving improvements in any unit prior to the
acceptance of said unit. Where damage occurs, the section of curb and gutter or gutter
containing the damaged portion shall be removed to the nearest joints and shall be replaced with
new construction, prior to surfacing of that section of street.
Concrete surface finish marred by vandals, rain or sand during setting time shall be immediately
repaired with an approved epoxy material; all abused concrete surface, along with structural
damage and defective flow line found at time of surfacing shall be handled as described in
sentence 2 above.
B. REINFORCED CONCRETE 30" SEPARATE GUTTER (Class E Concrete)
Description
This item shall consist of Portland cement 30" separate gutter constructed in accordance with the
typical curb and gutter sections included in these specifications and at locations as shown on the
plans or as directed by the Engineer.
r
(1) SUBGRADE PREPARATION (See Details of Construction. Section 2)
t
(2) REINFORCING STEEL (See Details of Construction. Section 3)
(3) PLACEMENT OF REINFORCEMENT
k
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:
r"
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 #3 bars 4-1/2 feet long) or with 6"x6" 6 gauge wire mesh. Fillet
areas shall be reinforced as shown on the plans and constructed to the lines and grades as shown
on the plans and as designated by the Engineer. Details of construction are the same as for curb
and gutter where they can be directly applied.
Z F-1111 RM-711MM .1 I
-
t - =6
-
3
(3) PLACEMENT OF REINFORCEMENT
Care shall be taken to hold the steel in the center of the slab, high chairs or precast concrete _
blocks shall be located at three (3) foot centers. Lapping distance shall be 40 diameters, and the
lap shall be tied at three points with wire if steel bars are used.
D. REINFORCED ALLEY PAVING SLAB AND ALLEY RETURNS (Class E Concrete)
This item shall consist of reinforced concrete paving of variable thickness (Y 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) FORMING
Forms for alley slab shall be placed where necessary to form the outside edge of slab (where
slab is not bordered by concrete curb and gutter or other permanent improvements such as
building, docks, etc.)and where necessary to form construction and expansion joints (See "Alley
Paving Details" on plans). On all edges, joints, etc. to be formed, the forms shall extend the
entire depth of concrete.
(2) SUBGRADE PREPARATION (See Details of Construction. Section 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.
(4) PLACEMENT
Concrete shall be deposited so as to conform roughly to the finished cross-section. Sufficient
concrete shall be placed to allow for shrinkage and extra material for finishing.
Concrete shall not be poured during sandstorms. Concrete shall be protected to maintain
temperature of not less than 50 degrees F. for five (5) days after placement. If aggregate,and
water are heated, they shall not be heated above 80 degrees F. Concrete shall not placed when
the ambient temperature is less than 40 degrees F. It shall be the responsibility of the Contractor
to anticipate as nearly as possible changes in weather conditions which could effect the
placement and protection of the concrete, and to be prepared to protect freshly placed concrete
when sudden changes in the weather make such protection necessary.
�[c]
The shape and flow line of the alley paving slab maybe established by the use of two (2") inch
by four (4") inch wood screeds, or other approved removable devices, accurately staked to line
and grade. If such devices are used they shall be in place before the final finishing of the
subgrade and the subgrade shall be finished so that the concrete slab will be of the proper
depth. The concrete shall be "struck off' to the true section and finished smooth by floating and
troweling. The final finish shall be provided by brushing to provide a -nonskid surface for traffic.
Particular care shall be taken in the final trowelingand finishing so that the finished slab
presents a smooth straight surface without waves in the edge and without pockets in the flow
line.
(6) CURING AND PROTECTION
All concrete work shall be covered with burlap or other suitable material as soon as it has set
sufficiently to prevent marking and kept wet continuously for at least (4) days. Care shall be _
taken to prevent mechanical injury to concrete work during this period and until the work is
accepted. Any work damaged prior to acceptance shall be repaired by the Contractor at his own
expense and to the satisfaction of the City Engineer.
4
i
71 Tho rite Rniiri waste Dennrtment shall be notified of all allev return and allev oav
construction, and if possible the length of time said return and/or alley shall be closed to traffic
The Contractor shall properly flare and barricade alley returns and alleys during the period of
construction and as long afterward as the Engineer may require for curing and achieving
` strength. Before opening alley returns to traffic, the contractor shall properly fill and level by
hand, (no maintainer shall be used until full strength of concrete is achieved), the adjacent
l approaches from the street and alley. In all cases, no alley or alley return shall be opened to
l traffic without the approval of the City Engineer.
NUZ11TWelvil.► •:►.
Special care is required of the Contractor in his removing of pins and moving of forms. Pins shall
be pulled from the ground to free forms. If hammering Is found to be necessary a light, one (1)
pound hammer shall be used. The contractor shall not place forms or pins on newly finished
concrete. Loading and unloading of forms from a truck shall be executed by two workmen. It is
the duty of the Contractor to remove any warped forms found in any section of forms, before it is
poured. When forms are pointed out as defective, those forms shall then be removed from the
job site and not returned until they have been inspected by the Engineer.
Only patching of very minor nature will be allowed in alley paving. Any substantial damage
occurring to the alley paving prior to the acceptance of the unit in which the damage occurs will
be remedied by removal and replacement of the entire section or sections of alley paving that
has been damaged. Any slab removed to a joint other than a doweled expansion joint will be
replaced using joint section B-B in the Special Detail Sheets of these specifications. Extreme
care shall be taken by the Contractor during "Setting -Up" period to prevent vandals, sand, or
rain from marring the surface finish, to avoid being handled as described in sentence 2, above.
:_► 01 zteicl OreN► :_ LY11:11111A► •►
This item shall consist of reinforced concrete slab (6") inches thick and may be placed on asphalt
surface on caliche base, or on asphalt surface on concrete base. Median slab shall be doweled as
shown on the plans. Details of concrete placement, finishing, and curing shall be used where
applicable.
SUBGRADE PREPARATION (See Details of Construction. Section 21
F. REINFORCED CONCRETE RAILROAD CROSSING (Class F Concrete)
DESCRIPTION
This item shall consist of the construction of Class F reinforced concrete as shown on Concrete
Railroad Crossing Details. (File #2-B-92 [2]).
(1) SUBGRADE PREPARATION (See Details of Construction. Section 21
(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.
Care shall be taken to hold the (1/2") bars above the bottom of the foundation slab and above
the railroad ties as shown on the plans. In the top slab the vertical and horizontal bars shall be
securely tied with wire.
r
G. REINFORCING CONCRETE DRAINAGE SLABS (Class A Concrete)
DESCRIPTION
This item shall consist of a concrete slab (5") thick and containing wire mesh reinforcing which shall
conform to "Standard Specification for Welded Steel Wire Fabric For Concrete Reinforcement'
ASTM Designation A-185.
A transverse dummy groove contraction joint, as described in illustration 2-A-101, will be required
every (13) feet.
SUBGRADE PREPARATION (See Details of Construction. Section 2)
H. CONCRETE PAVEMENT (Class C Concrete)
DESCRIPTION
This item shall consist of a pavement of portland cement concrete, with reinforcement as shown on
plans, constructed as herein specified on the prepared subgrade and one inch of sand cushion or
other base course in conformity with the thickness and typical cross sections shown on plans and to
the lines and grades established by the Engineer. Concrete shall be considered of satisfactory
quality provided it is made (a) of materials accepted for the job, (b) in the proportions established by
the Engineer and (c) Mixed, placed, finished and cured in accordance with the requirements herein
specified.
(1) MATERIALS
(a) CEMENT
The cement shall be Type I or Type III standard brand of Portland cement. If the use of high
early strength cement is not specified, and the Contractor desires to use it, he shall obtain
written permission of the Engineer and shall assume all additional costs incurred by the use
of such cement. Type I and Type III cement shall conform to the requirements of ASTM
Designation: C150. When Type III cement is used, the average strength at the age of 7 days
shall be higher than that attained at 3 days. Either the tensile or the compression tests may
be used for either type cement. In addition to the requirements of ASTM Designation C150,
the specific surface area of Type I cement shall not exceed 2,000 square centimeters per
gram as measured by the Wagner Turbidmeter in accordance with Test Method Tex-310-D.
(b) ADMIXTURES
Unless otherwise provided in the plans or special provisions, approved types of admixtures
to minimize segregation, to improve workability, or to reduce the amount of mixing water may
be used in the rate of dosage specified by the Engineer. Admixtures shall not be used to
replace cement. Admixtures shall comply with all the requirements and be measured and
dispensed in accordance with T.H.D. Item 437, "Concrete Admixtures".
(c) COARSE AGGREGATE.
Coarse aggregate shall consist of durable particles of crushed limestone (Brownwood Type)
of reasonably uniform quality throughout, free from injurious amounts of salt, alkali, vegetable
matter or other objectionable material, either free or as an adherent coating on the
aggregate. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than
1.0 percent by weight of shale nor more than 5.0 percent by weight of laminated and/or
friable particles when tested in accordance with Test Method Tex-413-A.
Coarse aggregate shall have a wear of not more than 45 percent when tested according to
Test Method Tex-410-A and when tested by standard laboratory methods shall meet the
following grading requirements:
6
i
I
Retained on 1-3/4" sieve ........................... .........0%
Retained on 1-1/2" sieve...................................................................................0 to 5 %
r'
Retained on 3/4" sieve...................................................................................30 to 65%
Retainedon 3/8" sieve...................................................................................70 to 90%
Retained on No. 4 sieve..................................................................I............95 to 100%
Loss by Decantation Test- Method Tex-406-A................................. .. 1.0% Maximum
r'
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
l
at least 24 hours prior to use.
Adequate storage facilities shall be provided for all approved materials. The intermixing of
r
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.
r-
Aggregates shall be stockpiled in such a manner to prevent segregation, and maintained as
in
t
nearly as possible 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.
(d) FINE AGGREGATE.
Fine aggregate shall consist of sand or a combination of sands, and shall be composed of
clean, hard, durable, uncoated grains. Unless otherwise shown on plans, the acid insoluble
residue of the fine aggregate shall be not less than 28 percent by weight when tested in
accordance with Test Method Tex-612-J.
(e) FINE AGGREGATE EXCLUSIVE OF MINERAL FILLER
i
Fine aggregate shall be free from injurious amounts of salt, alkali or vegetable matter. It shall
not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test
for organic impurities, Test Method Tex-408-A, the fine aggregate shall not show a color
darker than the standard.
Unless specified otherwise, fine aggregate shall meet the following grading requirements:
Retained on 3/8" sieve..........................................................................................0%
Retainedon No.4 sieve .......... :....................................................................... 0 to 5%
i
Retained on No. 8 sieve...............................................................................0 to 20 /o
Retained on No. 16 sieve...........................................................................15 to 30%
Retained on No. 30 sieve.....................................................................35 to 75%
Retained on No. 50 sieve...........................................................................70 to 90%
rRetained
on No. 100 sieve.......................................................................90 to 100%
Retained on No. 200 sieve ........................... .97 to 100%
...........................................
Fine aggregate will be subjected to the Sand Equivalent Test (Test Method Tex-203-F). The
sand equivalent value shall not be less than 80, or less than the value shown on the plans,
whichever is greater.
r
(f) MINERAL FILLER
Mineral filler shall consist of clean stone dust, crushed sand, crushed shell or other approved
inert material. When tested in accordance with Test Method Tex-401-A, it shall meet the
following requirements:
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.
► LIVE
Water for use in concrete and for curing shall be free from oil acids, organic matter or other
deleterious substances and shall not contain more than 1,000 parts per million of chlorides
as CL. nor more than 1,000 parts per million of sulfates as SO4.
Water from municipal supplies approved by the State Health Department will not require
testing, but water from other sources will be sampled and tested before use..
Test procedure shall be in accordance with AASHO Designation: T 26.
(h) STEEL DOWEL BARS
Steel bar dowels, if used in accordance with provisions of project plans, shall be of the size
and type indicated on plans and shall be open-hearth, basic oxygen or electric -furnace steel
conforming to the mechanical properties specified for grade 60 in ASTM Designation: A615.
The free end of dowel bars shall be smooth and free of shearing burrs.
awmelasialcl_►
14
Unless otherwise shown on the plans, steel reinforcing bars as required including the tie bars
shall be open-hearth, basic oxygen or electric -furnace new billet steel of Grade 60 or Grade
40 for concrete reinforcement. Bars that require bending shall be Grade 40 conforming to
requirements of ASTM Designation: A-615.
High yield reinforcing steel shall be either (1) open-hearth, basic oxygen or electric -furnace
new billet steel conforming to the requirements of ASTM Designation: A-615 Grade 60 or (2)
rail steel bars for concrete reinforcement, conforming to the requirements of ASTM
Designation: A-616 Grade 60. (Bars produced by piling method will not be accepted).
Where prefabricated wire mats are specified or permitted, the wire shall be cold worked steel
wire conforming to the requirements of ASTM Designation: A 496, except that steel shall be
made by open-hearth, electric-fumace, or basic oxygen processes. The prefabricated wire
mats shall conform to the requirements of ASTM Designation: A 497. Mats that have been
bent or wires dislocated or parted during shipping or project handling shall be realigned to
within one-half inch of the original horizontal plane of the mat. Mats with any portion of the
wires out of vertical alignment more than one-half inch after realignment and/or wires
dislocated or mutilated so that, in the opinion of the Engineer, they do not represent the
original mat, shall be rejected. The mats may be clamped or wired so that the mats will retain
the horizontal and vertical alignment as specified by the plans or as approved by the
Engineer. Deformed wire may be used for tie bars and load transfer bars that require
bending.
When fabricated steel bar or rod mats are specified, the mats shall meet the requirements of
ASTM Designation: A-184.
All concrete placed for pavement shall be consolidated by approved mechanical vibrators
designed to vibrate the concrete internally. The internal type will be used for full -depth
0
0
r�
1
4 .
! placement Vibratory members shall extend across the pavement practically to, but shall not
come in contact with the side forms. Mechanically operated vibrators shall be operated in
r� such a manner as to not interfere with the transverse or longitudinal joints.
Separate vibratory units shall be operated at sufficiently close intervals to provide uniform
vibration and consolidation to the entire width of the pavement. The frequency in air of the
internal spud type vibratory units shall be not less than 8,000 cycles per minute and not less
than 5,000 cycles per minute for tube types and the method of operation shall be as directed
by the Engineer. The Contractor shall have a satisfactory tachometer available for checking
the vibratory elements.
The pavement vibrators shall not be used to level or spread the concrete but shall be used
only for purposes of consolidation. The vibrators will not be operated where the surface of the
concrete, as spread, is below the elevation of the finished surface of the pavement, except
for the first lift of concrete where the double strike off method of placement is employed, and
the vibrators shall not be operated for more than 15 seconds while the machine upon which
they are installed is standing still.
Approved hand manipulated mechanical vibrators shall be furnished in the number required
for provision of proper consolidation of the concrete along forms, at joints and in areas not
covered by mechanically controlled vibrators. These vibrators shall be sufficiently rigid to
insure control of the operation position of the vibrating head.
Complete and satisfactory consolidation of the concrete pavement is a most important
requirement of this specification. Cores taken shall be carefully examined for voids,
honeycombing or other evidence of incomplete consolidation. If such evidence is present,
changes in the consolidation procedures and/or equipment will be made to insure satisfactory
consolidation.
(k) FINISHING
Machine -Finishing. All concrete pavement shall be finished mechanically with approved
power -driven machines, except as herein provided. Hand -finishing will be permitted on the
transition from a crowned section to a superelevated section without crown or curves, and on
straight line superelevation sections less than 300 feet in length. Hand -finishing will also be
permitted on that portion of a widened pavement outside the normal pavement width, on
r" sections where the pavement width is not uniform, or required monolithic widths are greater
than that of available finishing machines.
Machine -finishing of pavement shall include the use of power -driven spreaders, power -driven
vibrators, power -driven transverse strike -off, and screed, or such alternate equipment as may
be substituted and approved by the Engineer.
All concrete shall be consolidated by a mechanical vibrator. As soon as the concrete has
been spread between the forms, the approved mechanical vibrator shall be operated to
consolidate the concrete and remove all voids. Hand -manipulated vibrators shall be used for
areas not covered by the mechanical vibratory unit.
The transverse finishing machine shall first be operated to compact and finish the pavement
to the required section and grade, without surface voids. The machine shall be operated over
each area as many times and at such intervals as directed. At least two trips will be required
and the last trip over a given area shall be a continuous run of not less than 40 feet After
completion of finishing with the transverse finishing machine a transverse drag float may be
used.
The consistency of the concrete as placed should allow the completion of all finishing
operations without the addition of water to the surface. When field conditions are such that
additional moisture is needed for the final concrete surface finishing operation, the required
r water shall be applied to the surface by fog spray only and shall be held to a minimum.
r 9
After finishing is complete and the concrete still workable, the surface'shall be tested for
trueness with an approved 10-foot steel straightedge. The straightedge shall be operated
from the side of the pavement, placed parallel to the pavement centerline and passed across
the slab to reveal any high spots or depression. The straightedge shall be advanced along
the pavement in successive stages of not more than one-half its length. Practically perfect
contact of the straightedge with the surface will be required, and the pavement shall be
leveled to this condition, in order to insure conformity with the surface test required below,
after the pavement has fully hardened. Any correction of the surface required shall be
accomplished by adding concrete if required and by operating the longitudinal float over the
area. The surface test with the straightedge shall then be repeated.
For one -lane pavement placement and uniform widening, the equipment for machine -
finishing of concrete pavement shall be as directed by the Engineer but shall not exceed the
requirements of these specifications.
After completion of the straightedge operation, as soon as construction operations permit,
texture shall be applied with 1/8-inch wide metal tines with clear spacing between the tines
being not less than 1/4 inch nor more than 1/2 inch. If approved by the Engineer, other
equipment and methods may be used, provided that a surface texture meeting the specified
requirements is obtained. The texture shall be applied transversely. It is the intent that the
average texture depth resulting from the number of tests directed by the Engineer be not legs -'
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.
-•••; • • a9loinelval_
Concrete shall be composed of Portland cement, fine aggregate, coarse aggregate, mineral
filler and/or admixture if used and water, mixed in proportions as approved by the Engineer in
the mix design as submitted by a commercial laboratory and in the manner set forth in this
specification. On the basis of job and laboratory investigations of the proposed materials, the
.Engineer will fix the proportions by weight of water, coarse aggregate, fine aggregate,
cement, admixture and mineral filler where required, in order to produce concrete of the
specified strength and workability.
(m) CONCRETE
(n)
The concrete mix will be designed with the intention of producing a minimum average flexural
strength (Modulus of rupture) of 600 pounds per square inch and compressive strength of
3000 psi at 7 days and/or a 28 day compressive strength of 3,600 pounds per square inch.
The coarse aggregate factor (dry, loose volume of coarse aggregate per unit volume of
concrete) shall not exceed 0.85. Unless otherwise shown on plans the concrete shall contain
not less than six sacks of cement per cubic yard of concrete. The water -cement ratio (net —
gallons of water per sack of 94 pound cement) shall not exceed 6.0 gallon/sack. Concrete
specimens shall be prepared, cured and tested as outlined in THD Bulletin C-11.
Concrete shall be uniformly plastic, cohesive and workable. Workable concrete is defined as
concrete which can be placed without honeycomb and without voids in the surface of the
pavement. Workability shall be obtained without producing a condition such that free water
appears on the surface of the slab when being finished as specified. Where water appears
on the surface of the concrete after finishing and this condition cannot be corrected by
reasonable adjustment in the batch design, the bleeding will be immediately corrected by one
of the following measures or a combination of two or more of the following listed measures:
(1) Redesign of the batch
(2) Addition of mineral filler to fine aggregate
II
i
10
r
i.
(3) Increase of cement content
In the event that the measures taken do not eliminate the bleeding immediately, concrete
placement operations will be suspended, as directed by the Engineer, and will remain
suspended, until such time as additional trial mixes demonstrate that a non -bleeding batch
design has been achieved. Failing to achieve a satisfactory laboratory batch design the
Contractor will be required to use different materials and to submit samples thereof for
additional trial mixes and pilot beams as specified in THD Bulletin C-11.
The mix will be designed with the intention of producing concrete which will have a slump of
1-1/2 inches when tested in accordance with THD Bulletin C-11. The slump shall not be less
than 1 inch nor more than 3 inches.
Prior to the beginning of the concrete placement, and thereafter before any change in source
or characteristics of any of the ingredients except mineral filler, sufficient compression tests
using various quantities of cement and aggregates proposed for use shall be supplied the
Engineer for consideration.
Mixes will be designed and made in sufficient number to represent a wide range of water -
cement ratios. These mixes shall comply with the requirements herein prescribed for
workability. From these preliminary tests the water -cement ratio required to produce concrete
of the specified strength will be selected by the Engineer. The Contractor may at any time
present in writing a suggested mix design and the Engineer will make the tests necessary to
determine its acceptability under these specification requirements.
For mixing the concrete to be used in making the preliminary test specimens, the Contractor
shall furnish and operate the mixer approved for use on this project. A minimum one cubic
yard batch shall be mixed or a batch of sufficient size to afford proper mixing, whichever is
the greater. In lieu of the above mixer and procedure, the Contractor may furnish a portable
mixer of sufficient rated capacity to mix a minimum three -sack batch; in which case, the
batch mixed for the preliminary test shall not be less than the rated capacity of the mixer
fumished.
No additional compensation will be allowed for equipment, materials or labor involved in
making preliminary test specimens.
After the mix proportions and water -cement ratio required to produce concrete of the
specified strength have been determined, placing of the concrete may be started.
Type I cement shall have a specified surface area within a range of 1,600 to 1,900 square
centimeters per gram. A change in the specific surface of the cement of more than 100
square centimeters per gram may require a new mix design.
(p) SUBGRADE AND FORMS
PREPARATION OF SUBGRADE.
Rolling and sprinkling shall be performed when and to the extent directed, and the roadbed
shall be completed to or above the plane of the typical sections shown on the plans and the
lines and grades established by the Engineer.
Drainage of the roadbed shall be maintained at all times. Sealed or treated subgrade cut in
the preparation of the subgrade or setting of pavement forms shall be resealed or the
subgrade restored to the original conditions as directed by the Engineer. See Details of
Construction, Section 2.
The subgrade shall be maintained in a smooth, compacted condition in conformity with the
required section and established grade until the pavement is placed and shall be kept
thoroughly wetted down sufficiently in advance of placing any pavement to insure its being in
a firm and moist condition for at least 2 inches below the prepared surface. Sufficient
F 1 i
subgrade shall always be prepared in advance to insure satisfactory prosecution of the work.
No equipment or hauling shall be permitted on the prepared subgrade, except by special
permission of the Engineer, which will be granted only in exceptional cases and only where
suitable protection in the form of two-ply timber mats or other approved material is provided.
(q) PLACING AND REMOVING FORMS
The subgrade under the forms shall be firm and cut true to grade so that each form section
when placed will be firmly in contact for its whole length and base width, and exactly at the
established grade. Forms shall be staked with at least three pins for each 10-foot section. A
pin shall be placed at each side of every joint. Form sections shall be 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 subgrade or shoulders adjacent to the pavement shall
be graded in a condition to maintain drainage.
Allowable grade revisions shall in no way affect the governing finishing and surface
requirements of the completed pavement.
All grade revisions shall be established by the Engineer. No additional payment over the
contract unit price will be made for any pavement of a thickness exceeding that required on
the plans as a result of adjustment of the forms.
(1) MIXING
The aggregates, mineral filler if required, cement and water shall be measured separately,
introduced into the mixer, and mixed for a period of not less than 50 seconds nor more than 90
seconds, measured from the time the last aggregate enters the drum to the time discharge of
the concrete begins. The required water shall be introduced into the mixing drum during the first
15 seconds of mixing. The entire 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.
12
r
t The initial batch of concrete mixed after each time the mixer is washed out shall be enriched by
additional mortar. The additional mortar shall be one sack of cement and three parts of sand.
(2) PLACING
Any concrete not placed as herein prescribed within 30 minutes after mixing shall be rejected
and disposed of as directed except as provided otherwise herein. Except by specific written
authorization of the Engineer, concrete shall not be placed when the temperature is below 40F,
the temperature being taken in the shade and away from artificial heat
r,. When such permission is granted, the Contractor shall furnish an approved enclosure, such as
canvas -covered framework, to enclose and protect all pavement so placed, and shall maintain
the temperature of the air surrounding the concrete at not less than 500 F for not less than 5
days. When concrete is being placed in cold weather, other than under the conditions stated
{ above, the Contractor shall have available a sufficient supply of an approved covering material
to immediately protect concrete if the air temperature falls to 320 F, or below, before concrete
has been placed 4 hours. Such protection shall remain in place during the period the
temperature continues below 320 F or for a period of not more than 5 days. Neither salt nor
r 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
r 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
r, Concrete shall be placed only on approved subgrade or sub -base, and unless otherwise
indicated on plans, the full width of the pavement shall be constructed monolithically. The
concrete shall be deposited on the subgrade or sub -base in such manner as to require as little
rehandling as possible. Where hand spreading Is necessary, concrete shall be distributed to the
required depth by use of shovels. The use of rakes will not be permitted. Workmen will not be
permitted to walk in the concrete with any earth or foreign material on their boots or shoes. The
placing of concrete shall be rapid and continuous.
Concrete shall be distributed to such depth that when consolidated and finished, the slab
thickness required by plans will be obtained at all points and the surface shall not, at any point,
be below the established grade. Special care shall be exercised in placing and spading concrete
against forms and at all joints to prevent the forming of honeycombs and voids.
1 If in the opinion of the Engineer, the temperature, wind and/or humidity conditions are such that
the quality of the concrete will not be adversely affected, the specified placing time may be
extended to a maximum of 45 minutes.
(3) REINFORCING STEEL
r„ 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
r intersected. When wire fabric is used, it shall be securely wired together at all splices and to
each dowel intersected. Tie bars shall be installed in the required position by the method and
device shown on plans or by approved method and device equivalent thereto.
r Tightly adhered scale or rust which resists removal by vigorous wire brushing need not be
i 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 required location and elevation, and all parts rigidly secured in required position by the
method and devices shown on plans. Dowel bars shall be accurately installed in joint assemblies
F13
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 of
the concrete up to the joint. After concrete has been finished to the joint, formation of the joint
seal space and finishing of the joint shall be executed. The back-up bulkhead shall remain in
place until immediately prior to the time when concrete placing is resumed, when it shall be
carefully removed in such manner that no element of the joint assembly will be disturbed. The
exposed portion of the joint assembly shall be free of adherent 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 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 underway.
If membrane curing is used, the portion of the seal which has been disturbed by sawing
operations shall be restored by the Contractor by spraying the area with additional curing seal.
(6) CONTRACTION JOINTS
Transverse contraction joints shall be formed or sawed joints perpendicular to the centerline and
surface of the pavement. Where sawed joints are used, contraction joints at approximately 10 to
15-foot intervals shall be sawed as soon as sawing can be accomplished without damage to the
pavement and before 12 hours after the concrete has been placed, the exact time to be
approved by the Engineer. The remaining contraction joints shall be sawed in a uniform pattern
as directed by the Engineer, and they shall be completed before uncontrolled cracking of the .
pavement takes place. All joints shall be completed before permitting traffic to use the pavement.
Longitudinal joints shall be sawed within two days after construction of the pavement. Sawing
shall not cause damage to the pavement and the grooves shall be cut with a minimum of
spalling. No traffic (including construction traffic) shall be permitted on the pavement until the
longitudinal joint Is cut.
(8) JOINT SEALERS
After the joints in the hardened concrete have been repaired (if necessary) and cleaned to the
satisfaction of the Engineer, the joints will be filled with the W.R. Meadows sof-seal or approved _
14
i
i.
C"
equivalent. After the sealant is installed it will effectively seal the joints against water, dirt and
stones throughout repeated cycles of expansion and contraction.
Premolded materials, wherever used, shall be anchored to the concrete on one side of the joint
r, 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.
'i_MP ► mis ► , l
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.
1 After finishing is completed and the concrete still workable, the surface shall be tested for
trueness with an approved 10-foot steel straightedge. The straightedge shall be operated from
�- the side of the pavement, placed parallel to the pavement centering and passed across the slab
to reveal any high spots or depressions. The straightedge shall be advanced along the
pavement in successive stages of not more than one-half its length. Practically perfect contact of
the straightedge with the surface will be required, and the pavement shall be leveled to this
condition, in order to insure conformity with the surface test required after the pavement has fully
hardened. Any correction of the surface required shall be accomplished by adding concrete if
required and by operating the longitudinal float over the area. The surface test with the
straightedge shall then be repeated. Extra water will not be added for finishing.
After completion of the straightedge operation, the first pass of the burlap drag shall be made as
soon as construction operations permit and before the water sheen has disappeared from the
surface. This shall be followed by as many passes as required to produce the desired texture
depth. There shall be no unnecessary delays between passes. The drag shall be wet during use
and maintained clean and free from encrusted mortar. It is the intent that the average texture
depth resulting from the number of tests directed by the Engineer be not less than 0.025 inches
with a minimum texture depth of 0.020 inches for any one test. Should the texture depth fall
below that intended, the finishing procedures shall be revised to produce the desired texture.
The Contractor shall have available at all times hand brooms with stiff bristles for the purpose of
providing textures when the pavement surface is in such a condition that the burlap drag or other
methods being employed will not provide the desired texture.
After completion of dragging and about the time the concrete becomes hard; the edge of the
slab and joints shall be carefully finished as directed by the Engineer, and the pavement shall be
left smooth and true to line.
(11) PROTECTION OF PAVEMENT AND OPENING TO TRAFFIC
1 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
l 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
i^ protection.
At the end of the 7 day period and as long thereafter as ordered by the Engineer, and if so
desired by the Contractor, the pavement may be opened for use by vehicles of the Contractor
provided the gross weight (vehicle plus load) of such vehicles does not exceed 14,000 pounds.
Such opening, however shall in no manner relieve the Contractor from his responsibilities for the
r
15
work. On those sections of the pavement thus opened to traffic, all joints shall first be sealed, the
pavement cleaned and earth placed against the pavement edges before permitting vehicles
thereon.
After the concrete in any section is 14 days old, or as long thereafter as ordered by the
Engineer, such section of pavement may be opened to all traffic as required by plans or when so
'directed by the Engineer. On those sections of the pavement thus opened to traffic, all joints
shall first be sealed, the pavement cleaned, earth placed against the pavement edges and all
other work performed as required for the safety of traffic.
When High Early Strength Concrete, resulting from the use of Type III cement as required by
plans or special provisions, is used, the pavement may be opened to all traffic after the concrete
is 7 days old, or as long thereafter as ordered by the Engineer, subject to the same provisions
governing the opening after 14 days as above prescribed.
Where the Contractor desires to move any equipment not licensed for operating on public
streets, on or across any pavement opened to traffic, he shall protect the pavement from all
damage by means of two-ply timber mats of 2 inch stock or runways of heavier material laid on a
layer of earth, all as approved by the Engineer.
The Engineer may require the opening of pavement to traffic prior to the minimum time specified
above under conditions of emergency which in his opinion require such action in the interest of
the public. In no case shall the Engineer order opening of the pavement to traffic within less than
72 hours after the last concrete in the section is placed. The Contractor shall remove all
obstructing materials, place earth against the pavement edges and perform other work involved
in providing for the safety of traffic as required by the Engineer in ordering emergency opening.
Orders for emergency opening of the pavement to traffic will be issued by the Engineer in
writing.
2. EARTH WORK
IIIIIIJ- •►
Sub -grade preparation shall include the removal, haul and disposal of all obstructions, including
existing curbs, gutters, paving materials, base materials, concrete slabs and other obstructions
shown on the plans or as designated by the Engineer and all scarifying, pulverizing, wetting,
disking, blading and rolling with compactors to a depth of at least 6" on residential streets and to a
depth of 12" on major thoroughfares and collector streets. Compactors will be used from the bottom
to the finished sub -grade elevation to compact the subgrade to 95% Standard Proctor Density
(A.S.T.M. D-698) in conformity to the line, grade and sections as shown on the plans or as
established by the Engineer.
After the obstructions have been removed, or in conjunction with such removal, the street bed
and/or alley return foundation and/or sidewalk foundation shall be excavated and shaped in
conformity with the typical section and to the line and grades as shown on the plans or as
established by the Engineer.
All unstable or otherwise objectionable material shall be removed from the subgrade and replaced
with approved material. The excavation shall be done in such a manner as to require a minimum of
fill to bring the subgrade to the correct elevation. When the subgrade is too low as initially
excavated, the Contractor shall place additional soil or caliche in layers not exceeding four (4")
inches and compact each layer by moistening and rolling.
•:.
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
16
i
r"
Engineer, the scraper shall not exceed 23 cubic yards capacity as rated loaded flush by. the
manufacturer.
�tqkoloj &IMMKOMN
The subgrade will be wetted and rolled to secure 95% Standard Proctor Density. Before
placement of the base and/or curb and gutter and/or concrete valley gutter and/or alley return
slab and/or sidewalk, the subgrade will be checked by test rolling six (6) times or more if
required by the Engineer with a self-propelled roller weighing not less than 35 tons. Any soft of
unstable spots found by test rolling will be corrected by removing the soft or unstable material
and replacing it with suitable soil compacted to 95% Proctor Density. The areas so corrected
shall be test rolled as specified above.
[63111OUR3•►
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 (9"). Crown section shall begin to decrease 60 feet back of end of
radius for residential streets. Wider street dips will be blue topped as shown on the detail sheet.
The Contractor may proceed with subgrade preparation on any schedule he may select except
that, unless hindered by factors beyond his control, not more than seven (7) calendar days shall
elapse between the time subgrade preparation is begun and the spreading and compacting of
the caliche base has started. Measures shall be taken by the contractor not to leave driveways
impassable during the night hours.
Materials excavated in excess of that needed in fill and backfill behind curb shall be wasted by
the Contractor. Care shall be taken by the Contractor to use only topsoil in the backfill behind
the curbs. The Contractor may dispose of the surplus excavated material in any manner not
objectionable to the public, and it is his responsibility to locate a suitable site for dumping the
waste excavation. In any event, the Contractor shall not dispose of the surplus materials in any
of the lake areas either outside or within the city limits. Location of disposal sites near any lake
area must be approved by the Engineer.
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
r.. 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 (5") inches at the centerline and seven and one-half inches (7-112") at the
outside edges. All areas where fill material is required shall be compacted. The subgrade shall
be wetted and rolled to secure 90% Proctor Density in the upper six (6") making a firm
foundation for the alley paving.
The Contractor will be required to shape the portion of the alley outside of the limits of the
concrete slab so that all drainage in the alley will be to the invert of the concrete slab. Excess
excavated materials shall be hauled to any approved location.
17
& EMBANKMENT
Prior to placing any embankment, all "Preparing Right -Of -Way" and/or "Clearing and Grubbing"
operations shall have been completed on the excavation sources and areas over which the
embankment is to be placed. Stump holes or other small excavations in the limits of the
embankment shall be backfilled with suitable material and thoroughly tamped by approved methods
before commencing embankment construction. The surface of the ground, including plowed
loosened ground, or surface roughened by small washes or otherwise, shall be restored to
approximately its original slope by blading or other methods and where indicated on plans or
required by the Engineer, the ground surface thus prepared shall be compacted by sprinkling and
rolling.
Where embankments are to be placed adjacent to or over existing roadbeds, the roadbeds slopes
shall be plowed or scarified to a depth of not less than six (6")inches and the embankment built up
in successive layers, as hereinafter specified, to the level of the old roadbed before its height is
increased. Then, if directed, the top of the roadbed shall be scarified and recompacted with the next
layer of the new embankment. The total depth of the scarified and added material shall not exceed
the permissible depth of layer.
Trees, stumps, roots, vegetation, or other unsuitable materials shall not be placed in embankment.
Except as otherwise required by the plans, all embankment shall be constructed in layers
approximately parallel to the finished grade of the roadbed and unless otherwise specified each
layer shall be so constructed as to provide a uniform slope of 114" inch per foot from the center line
of the roadbed to the outside.
Embankments shall be constructed to the grade established by the Engineer and completed
embankments shall correspond to the general shape of the typical sections shown on the plans and
each section of the embankment shall correspond to the detailed section or slopes established by
the Engineer. After completion of the roadway, it shall be continuously maintained to its finished
section and grade until the project is accepted.
Except as otherwise specified, earth embankments shall be constructed in successive layers for the
full width of the individual roadway cross section and in such lengths as are best suited to the
sprinkling and compaction methods utilized.
Layers of embankment may be formed by utilizing equipment which will spread the material as it is
dumped, or they may be formed by being spread by blading or other acceptable methods from piles
or windrows dumped from excavating or hauling equipment in such amounts that material is evenly
distributed.
Minor quantities of rock encountered in constructing earth embankment shall be incorporated in the
specified embankment layers, or may be placed in accordance with the requirements for the —`
construction of rock embankments in the deeper fills within the limits of haul shown on the plans,
provided such placement of rock is not immediately adjacent to structures. Also, rock may be
placed in the portions of embankments outside the limits of the completed roadbed width where the _
size of the rock prohibits their incorporation in the normal embankment layers.
Each layer of embankment shall be uniform as to material, density and moisture content before
beginning compaction. Where layers of unlike materials abut each other, each layer shall be
featheredged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in
the soil. No material placed in the embankment by dumping in a pile or windrow shall be
incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or
similar methods. Clods or lumps of material shall be broken and the embankment material mixed by
blading, disking, or similar methods to the end that a uniform material or uniform density is secured
in each layer. Water required for sprinkling to bring the material to the moisture content necessary
for maximum compaction shall be evenly applied and it shall be the responsibility of the Contractor
to secure a uniform moisture content throughout the layer by such methods as may be necessary.
18
r
In order to facilitate uniform wetting of the embankment material, the Contractor shall water at the
material source if the sequence and methods used are such as not to cause an undue waste of
water. Such procedure shall be subject to the approval of the Engineer.
A. COMPACTION
r'"
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, shalt depend upon the type of sprinkling and compaction
equipment used. Prior to and in conjunction with the rolling operation, each layer shall be
brought to the moisture content necessary to obtain the required density and shall be kept
leveled with suitable equipment to insure uniform compaction over the entire layer.
For each layer of earth embankment and select material, it is the intent of this specification to
provide the density as required herein, unless otherwise shown on the plans. The required
i
compaction shall be 95% Standard Proctor Density A.S.T.M. D-696.
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,
r
and subject to, the approval of the Engineer.
At any time, the Engineer may order proof rolling to test the uniformity of compaction of the
embankment subgrade. All irregularities, depressions, weak or soft spots which develop shall be
corrected immediately by the Contractor.
Should the subgrade, due to any reason or cause, lose required stability, density, or finish
before the pavement structure is placed, it shall be recompacted and refinished at the sole
expense of the 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.)
B. CULVERTS
Embankments adjacent to culverts which cannot be compacted by use of the blading and rolling
i
equipment used in compacting the adjoining sections of embankment shall be compacted in the
manner prescribed below.
~
The following requirements shall apply to the backfilling of pipe culverts in addition to the
pertinent portions of the general requirements given in the preceding section.
After the bedding has been prepared and the pipe installed as required by the pertinent
specifications, selected materials from excavation or borrow shall be placed along both sides of
the pipe equally, in uniform layers not to exceed six (6") inches in depth (loose measurement),
wetted and thoroughly compacted so that on each side of the pipe there shall be a berm of
thoroughly compacted materials at least as wide as the external diameter of the pipe, except
±
insofar as undisturbed material obtrudes into this area. The method and degree of compaction
shall be same as specified above.
Fillingand/or backfillin shall be continued in this manner to the elevation of the to of the pipe.
9 P PP
i
Special care shall be taken to secure thorough compaction of the material placed under the
haunches of the pipe. All fill or backfill below the top of the pipe shall be compacted
mechanically in the same manner and to the density prescribed above, regardless of whether or
not such material is placed within the limits of the embankment or roadbed.ln the case of
embankments, the remainder of the fill above the top of pipe shall be placed in accordance with
r
r
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
19
the specified minimum depth of fill above the pipe has been placed and consolidated in
accordance with these provisions.
3. BASE COURSE
DESCRIPTION
The base course shall consist of a minimum of six (6") or nine (9") inches of compacted approved
caliche, black base or combination of caliche and black base material shaped in accordance with the
typical cross -sections provided in the plans and to the grades established by the Engineer.
Approved base material shall be hauled in vehicles of uniform capacity to the site and dumped
evenly so that an adequate quantity of material will be placed to provide a minimum of six (6")
inches of compacted base material on all units except major thoroughfares streets. On these
streets the Contractor will construct nine (9") inches of compacted base material.
B. PROCESSING
Processing of caliche base shall be accomplished in multiple lifts of three (3") 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 (W) inches and thoroughly moistened and rolled again. Succeeding layers shall then be
placed similarly until the caliche base course is completed and 95% Proctor Density has been
attained.
All nine (9") inch compacted caliche base shall be accomplished in three (3") inch lifts. The caliche
course shall then be sprinkled as required and rolled with compactors as directed until a uniform
compaction of 95% of "Standard Proctor Density" is secured. Throughout this entire operation, the
shape of the course shall be maintained by blading; and the surface upon completion shall be
smooth and in conformity with the typical sections shown on plans and to the established lines and
grade.
Processing of asphaltic base shall be as directed by the Engineer and similar to that described
under Hot Mix Asphaltic Concrete Surface. Lift thickness will be indicated by the Engineer or as
shown on the paving plans: Electronic screed controls will be required for placing black base on
grade. The density required will be determined by the Engineer after material to be used has been
approved. All areas and "nests" of segregated coarse or fine material shall be corrected or removed
and replaced with well graded material as directed by the Engineer. Each layer of black base will be
test rolled six (6) times with a 25 ton roller and approved by the Engineer before succeeding layers
are placed. A delay in construction of the next succeeding layer of black base caused by rain,
snow, etc. will require re -rolling and approval prior to construction of the next layer.
The utilization of the traffic to compact and bind the base is an essential part of the construction, —,
and whenever possible the base course shalt be opened to traffic, and the Contractor shall direct
and distribute the traffic uniformly over the entire width of the base course. During the period of at
least seven (7) days that traffic is being directed over the base, the caliche base shall be _
satisfactorily maintained by the use of water trucks, blades, drags and such other equipment as is
required. The base course shall be so maintained until the wearing surface is placed thereon. The
surface shall not be placed on base course that exceeds optimum moisture by two (2%) per cent.
DESCRIPTION
The compacted base shall be finished and shaped immediately preceding the application of the
surface treatment. All loose or unconsolidated material shall be removed and the surface moistened
and rolled with a steel wheel roller. All irregularities, depression or weak spots which develop during
compaction shall be corrected by scarifying the areas affected, adding or removing material as
required, reshaping and recompacting by sprinkling and rolling.
20
F
(1) WEAK SPOTS IN BASE
The finished base shall be checked by a minimum of six (6) test rollings with a 25 ton roller. Any
weak spots found shall be remedied before the surface is applied. The weak spots may be
remedied by reprocessing the area in which the weak spot is found in which case the base will
be allowed to cure for 72 hours before the surface is applied. If the Contractor chooses, he may
repair the weak spot by removing the material involved and replacing it with type "C" hot mix or
asphalt stabilized base. In this case the surface may be applied as soon as the hot mix patch
has beers compacted and cooled to ambient temperature.
(2) ALLOWABLE DEVIATION IN FINISH
surfacing,Immediately prior to placing of II be checked and jiny deviationin excess
of three -eights (3/8) inch from the established grade or true cross section shall be corrected as
provided above for defects. Longitudinally, a straightedge 10 feet long shall be used to detect
any deviation which shall be corrected as defects.
4. HOT MIX ASPHALTIC CONCRETE SURFACE
DESCRIPTION
This item shall consist of 1-1/2" compacted T.H.D. Type "C' hot mix asphaltic concrete surface, using
approved crushed stone aggregate, constructed over a compacted base. The base shall be primed
and a tack coat applied as required.
A. GENERAL (Jest Method Tex-207-F)
It is the intent of this specification that the material be placed and compacted to a density of 95 to
100 percent of that density developed in the laboratory test method of molding stability specimens
with a minimum compacted thickness of one and one half inches (1-1/2"). Sufficient density tests
will be made in order to determine that the compaction procedure used by the Contractor is
Cadequate and proper to accomplish the intent as stated above.
If the mixture produced does not have the specified qualities, it shall be changed until it does. The
pavement shall be constructed on the previously completed and approved subgrade, base, existing
pavement, bituminous surface or in the case of a badge, on the prepared floor slab, as herein
specified and in accordance with the details shown on the plans.
PM
B. TEMPERATURE REQUIREMENTS (The temperature readings to be used will be as reported by
the National Weather Service on an hourly report [telephone number - 762-0141.)
(1) HMAC - November 1 until A rR it 1
a. The asphaltic mixture shall not be placed when the air temperature is below 550 degrees F
and falling.
b. The asphaltic mixture may be placed when the air temperature is above 500 degrees F and
I rising.
(2) HMAC - April 1 until November 1
a. The asphaltic mixture shall not be placed when the air temperature is below 500 degrees F
and falling.
�- b. The asphaltic mixture may be placed when the air temperature is above 450 degrees F and
i rising.
t
(3) ASPHALT STABILIZED BASE
a. The asphaltic mixture shall not be placed when the air temperature is below 450F and falling.
b. The asphaltic mixture may be placed when the air temperature is above 40OF and rising.
The Engineer may use his discretion to require a cover over the asphaltic mixture when being
hauled from the plant to the job site.
21
If the temperature of a load of asphaltic concrete measured while passing through the lay -down
machine is 25OF less than the mixing temperature, the load may be rejected by the Engineer and
payment will not be made for the rejected material
C. PREPARATION OF BASE AND AREAS BORDERING
The compacted base upon which the hot mix asphaltic concrete surface is to be placed shall be
prepared and cleaned, as required by the Engineer, before the prime coat is applied.
D. PRIME COAT
The prime coat shall consist of an application of .25 gallons per square yard of MC asphalt. —
E. TACK COAT
Before the asphaltic mixture is laid, the surface upon which the tack coat is to be placed shall be
cleaned thoroughly to the satisfaction of the engineer. The surface shall be given a uniform
application of tack coat using asphaltic materials of this specification. This tack coat shall be
applied, as directed by the engineer, with approved sprayer. Where the mixture will adhere to the
surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated
by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a
thin uniform coat of the asphaltic material meeting the requirements for tack coat. The tack coat
shall be rolled with a pneumatic tire roller as directed by the Engineer. —
F. TRANSPORTING ASPHALTIC CONCRETE
The asphaltic mixture, prepared as specified above shall be hauled to the work site in tight vehicles
previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that
all material delivered may be placed, and all rolling shall be completed during day -light hours. The
inside of the truck body may be given a light coat of oil, lime slurry or other material satisfactory to
the Engineer, if necessary, to prevent mixture from adhering to the body. In cool weather or for long -
hauls, canvas covers and insulating of truck bodies may be required. Vehicles of the semi -trailer
type are prohibited.
G. PLACING
Generally the asphaltic mixture shall be dumped and spread on the approved prepared surface with
the specified spreading and finishing machine in such manner that when properly compacted the
finished pavement will be smooth, of uniform density and will meet the requirements of the typical
cross sections and the surface tests. During the application of asphaltic material, care shall be
taken to prevent splattering of adjacent pavement, curb and gutter, and structures.
The surface course shall be laid in a compacted layer with a minimum compacted thickness of one
and one-half inches (1-1/2").
A level up course, 1/2" or more in thickness, shall require the use of black base or a coarse grade
of hot mix approved by the Engineer. It shall be spread and compacted to lines and grades as
established by the Engineer.
When the asphaltic mixture is placed in a narrow strip long the edge of an existing pavement, or
used to level up small areas of an existing pavement or placed in small irregular areas where the
use of a finishing machine is not practical, the finishing machine may be eliminated when authorized
by the Engineer, provided a satisfactory surface can be obtained by other approved methods.
Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so
that when compacted it will be slightly above the edge of the curb and flush structure.
All joints shall present the same texture density, and smoothness as other sections of the course.
The joints between old and new pavements or between successive day's work shall be carefully
made to insure a continuous bond between old and new sections of the course.
The transverse edges of old pavement and, if required by the Engineer, the successive days
pavement shall be sawed with an approved concrete saw to expose an even vertical surface for the
22
PW
full thickness of the course. All contact surfaces of previously constructed pavement shall be
painted with a thin uniform coat of hot bituminous material before the fresh mixture is placed.
H. COMPACTION
As directed by the Engineer, the pavement shall be compacted thoroughly and uniformly to the
r•
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
r-
of the mixture. If any displacement occurs,it shall be corrected at once by the use of rakes and of
r
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
e
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
r.
accessible to the roller, or in such positions as will not allow thorough compaction with the roller,
shall be thoroughly compacted with lightly oiled tamps.
Rolling with the trench type roller will be required on widening areas in trenches and other limited
,.
areas where satisfactory compaction cannot be obtained with the three wheel and tandem rollers.
I. TESTS
SURFACE
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
C
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.
J. SURFACE DENSITY TEST
See Materials of Construction Section, Item 10-D. Laboratory Control.
K. EQUIPMENT
Spreading and Finishing Machine. The spreading and finishing machine shall be of a type approved
by the Engineer, shall be capable of producing a surface that will meet the requirements of the
typical cross section and the surface test, when required, and shall have adequate power to propel
the delivery vehicle in a satisfactory manner when the mixture is dumped into the finishing machine.
The finishing machine shall be equipped with a flexible spring and/or hydraulic type hitch sufficient
in design and capacity to maintain contact between the rear wheels of the hauling equipment and
7the
i
pusher rollers of the finishing machine while the mixture is being unloaded. The finishing
7 23
machine shall be operated in a low gear, or as directed by the Engineer, at a speed to produce a
surface that will meet the requirements of the typical cross section and surface test.
Any vehicle which the finishing machine cannot push or propel in such a manner as to obtain the
desired lines and grade without resorting to hand finishing will not be allowed to dump directly into
the finishing machine. Vehicles dumping into the finishing machine shall be mechanically and/or
automatically operated in such a manner that overloading the finishing machine being used cannot
occur and the required lines and grade will be obtained without resorting to hand finishing.
Dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine
with loading equipment will be approved by the Engineer, provided that the loading equipment is
constructed and operated in such a manner that substantially all of the mixture deposited on the
roadbed is picked up and placed in the finishing machine without contamination by foreign material
of the mixture. The loading equipment will be so designed and operated that the finishing machine
being loaded will obtain the required line, grade and surface without resorting to hand finishing. Any
operation of the loading equipment resulting in the accumulation and subsequent shedding of this
accumulated material into the asphaltic mixture will not be permitted.
(1) FORMS
The use of forms will not be required except where necessary to support the edges of the
pavement during rolling. If the pavement will stand rolling without undue movement, binder twine
or small rope may be used to align the edges.
(2) MOTOR GRADER
The motor grader, if used, shall be self-propelled power motor grader, it shall be equipped with
pneumatic tired wheels; shall have a blade length of not less than 12 feet; shall have a wheel
base of not less than 16 feet; and shall be tight and in good operating condition and approved
by the Engineer.
(3) PNEUMATIC TIRE ROLLERS
The pneumatic tire roller shall be an acceptable self-propelled roller mounted on pneumatic tired
wheels, with the weight capable of being varied uniformly from 275 to 550 pounds per inch width
of tire tread, so constructed as to be capable of being operated in both a forward and a reverse
direction and shall have suitable provision for moistening the surface of the tires while operating.
All tires of the same roller shall be smooth tread of equal size and diameter and shall be
arranged in such a manner that the gap between the tires of one axle will be covered by the tires
of the other.
The tire pressure of each tire shall be adjusted as directed by the Engineer and this pressure
shall not vary by more than 5 pounds per square inch.
(4) TWO AXLE TANDEM ROLLER
This roller shall be an acceptable power driven tandem roller weighing not less than 8 tons.
(5) THREE WHEEL ROLLER
This roller shall be an acceptable power driven three wheel roller weighing not less than 10 tons.
(6) TRENCH ROLLER
This roller shall be an acceptable power driven trench roller equipped with sprinkler for keeping
the wheels wet and adjustable road wheel so that the roller may be kept level during rolling. The
drive shall be not less than 20 inches wide.The roller under working conditions shall produce
325 pounds per linear inch of roller width and be so geared that a speed of 1.8 miles per hour is —
obtained in low gear.
24
r
. (7) STRAIGHTEDGES AND TEMPLATES
When directed by the Engineer, the Contractor shall provide acceptable 10 foot straightedges for
surface testing. Satisfactory templates shall be provided as required by the Engineer.
All equipment shall be maintained in good repair and operating condition and shall be approved
by the Engineer.
The Contractor shall furnish such suitable machinery, equipment, and construction forces as
may be rrecessary, in the opinion of the Engineer, for the proper prosecution of the work, and
failure to do so may cause the Engineer to withhold all estimates which have or may become
due or the Engineer may suspend work until his requests are complied with.
L. OPENING TO TRAFFIC
r 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
R
condition at his expense.
5. CLEANUP
I^ 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
E this work. This work shall be done before final acceptance of the Sub -Unit will be considered.
r., 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.
r' 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
3
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
r.• 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.
r
7 25
City Water and Sewer
767-2595
Lubbock Power and Light
767-2554
City Traffic Shop .
767-2140, 767-2144
Energas Traffic Shop
741-4200
Southwestern Public Service
763-2881
Southwestern Bell Telephone
741-6101
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 projects, all manholes, valve boxes , etc., will be set to finished grade by the utility
companies. The site shall be left in a clean condition.
On all projects, including private contracts, the Contractor shall exercise care not to damage any
sanitary sewer pipe or manholes, storm sewer pipe or manholes, or telephone cable or manholes,
water or gas lines, valve boxes , meter boxes, nor any other pipe or utility. If necessary, the
Contractor shall call the department or company concerned and make arrangements for adjusting
the manhole, valve box, meter box,or other utility to grade. On all projects for which he is awarded a
contract, the Contractor will be responsible during the construction period for any damages to
manholes, valve boxes, meter boxes, and other utilities.
Should any item be damaged during the process of construction, the Contractor is to notify the
affected utility company and the City inspector. The utility company will immediately repair the
damaged item. Any bills for damage will be sent through the Department of Engineering. The
Department of Engineering will process all bills and fix responsibility for damage and govern the
extent of repair.
Private contracts do not have plans, but utility companies will be furnished cut sheets and notified of
impending construction by letter. Other items such as adjustments, damages, etc. will be handled
the same as for bid let projects.
The utility companies will schedule their work with the Contractor. When utility adjustments
commence before the contract is awarded, it will be the responsibility of the utility company to
barricade the project.
Unless otherwise agreed upon by the City and the utility companies involved, the sequence of
installation of underground utilities shall be as follows:
M,Jtility Sequence
Sewer First
Electric (Primary) Second ,
Electric (Secondary) Third
Telephone Fourth (last, if no power or T.V.)
T.V. Cable Fifth
26
A
f Water Sixth
r Gas Seventh
,
Traffic Engineering Eighth
On all projects, including private contracts, the Contractor shall not place curb and gutter or base
r material at points where underground utilities cross or propose to cross until such utilities have
been adjusted or installed.
7. SALVAGING AND REPLACING BASE
DESCRIPTION
"Salvaging and Replacing Base" shall consist of removing the existing base material where shown on
r- plans, such temporary storage as is necessary, and the replacement of this material on the prepared
roadbed as herein specified and in conformity with the typical sections shown on plans and to the lines
and grades as established by the engineer.
A. CONSTRUCTION METHODS
(1) SALVAGING EXISTING BASE
T The existing base, including any bituminous mat not shown on plans to be salvaged, shall first
be cleaned of all dirt or other objectionable material by blading, brooming or other approved
methods, then scarified to the width and depth as may be required to provide the estimated
amount of salvaged material per station as shown on the plans. Subgrade shall be reworked, if
necessary, as directed by the Engineer. Any bituminous mat encountered shall be broken into
particles not more than two inches in size, and incorporated uniformly with the existing base.
The material thus salvaged shall be placed in stockpiles or windrows until sufficient subgrade
has been prepared to receive the salvaged material; then, if the Contractor so elects, the
remaining old base material as salvaged may be placed directly upon the prepared subgrade as
` directed by the Engineer, thus eliminating the necessity of stockpiling. It shall be the
responsibility of the Contractor that all the available material shall be salvaged and replaced and
shall be kept reasonably free of soil from the subgrade or roadbed during the salvaging and
? replacing operations. When material is windrowed or stockpiled, it shall be so placed not to
interfere with traffic, proper drainage or the general progress of the work.
(2) PREPARATION OF SUBGRADE
Preparation of subgrade shall be in accordance with Details of Construction, Item 2, Earth Work.
of these specifications.
(3) REPLACEMENT OF SALVAGE MATERIAL
The salvage material shall be in accordance with Details of Construction, Item 2, Earth Work. of
f— these specifications.
8. SALVAGING AND STOCKPILING BASE MATERIAL
DESCRIPTION
This item shall consist of salvaging base material from places shown on the plans or as directed by the
Engineer and of stockpiling that material where shown on the plans or directed by the Engineer.
CONSTRUCTION METHODS
Trash, wood, brush, stumps and other objectionable material at the storage site shall be removed and
disposed of as directed by the Engineer prior to the beginning of work required by this item. The base
material, including any asphalt mat, which may not be shown on the plans, shall be cleaned of all dirt or
other objectionable material. Asphaltic materials shall be broken into pieces not more than two inches
in size and incorporated uniformly with the salvaged base material. Material to be salvaged shall be
worked into stockpiles or windows and loaded by approved equipment into approved equipment for
hauling to the stockpile site. It shall be the responsibility of the Contractor that all the available material
F 27
shall be salvaged and kept reasonably free of soil from subgrade or road bed during the salvaging
operations. The operation shall be conducted in such manner as not to interfere with traffic, drainage or
the general requirements of the work. After the material is deposited in the stockpile area, it shall be
worked into a neat compact stockpile.
A. PREPARATION OF SURFACE
Before the sealing operation is started the Contractor will be required to patch all areas that have
failed or raveled as marked by the Engineer. The City of Lubbock Street Department will sweep the
streets before the sealing and two -course operation is started. Asphalt shall not be applied when
general weather conditions, in the opinion of the Engineer, are not suitable.
All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt
shall be kept clean and in good operating condition at all times, and they shall be operated in a
manner that there will be no contamination of the asphalt with foreign material. Asphalt is not to be
heated above 4000 F at any time, and when applied, it shall be at a temperature which will insure a
Furol Viscosity of between 50 and 60 at the time of application. The Engineer will select the
temperature of application, and the Contractor shall apply the asphalt at a temperature within 15
degrees of the temperature selected. All asphalt material heated above 4000 F will be rejected.
Recirculating tank car heating equipment shall be equipped with an approved type recording
thermometer.
Asphalt shall be applied to the clean surface by an approved type of self propelled hydro -statically
controlled pressure distributor so operated as to distribute the material in the quantity specified,
evenly and smoothly, under pressure necessary for proper distribution. The Contractor shall provide
all of the heating equipment and in the distributor, for determining the rate at which it is applied, and
for securing uniformity at the junction of the distributor loads. The beginning and ending of each
shot of asphalt shall start and stop on a strip of heavy kraft paper of not less than thirty inches in
width. Asphalt for pre -coated seal coat and two -course application shall not be applied unless
covering with aggregate is assured within ten (10) minutes. No asphalt shall be applied when wind
velocity is 25 M.P.H. or more. Asphalt shall not be applied if the ambient temperature is below
UOF, Any block or blocks that receives a seal coat or two -course asphalt application that exceeds
the rate set by the Engineer by .04 or more will not be accepted until the bleeding is stopped. The
Contractor will be required at his expense to furnish extra rock and equipment necessary to control
this bleeding. After the bleeding is stopped, the City will then assume the maintenance of the block
or blocks that were shot heavy.
Application of asphalt on street returns shall be accomplished by the distributor bars unless
otherwise directed by the Engineer. in areas regarded by the Engineer as inaccessible to the
distributor, use of the hand hose will be permitted, as directed by the Engineer. Care shall be taken
during application of any asphalt to shield the curb and gutter from asphalt spray. Manholes and
valve boxes will be covered before each application of asphalt and immediately uncovered after the
application of aggregate and before rolling operations. Successive applications of asphalt shall be
made in the same manner after application aggregate.
C. RATE OF APPLICATION OF MATERIALS
S.H.D. Gals Spread
Grade No. of Asphalt/S.Y.
#4 0.32 1:100
28
r
l
i -we -• I-• •i- • • - •. -• •
(a) THOROUGHFARES
#2 Special 0.30 1:64
#4' 0.38 1:94
(b) COLLECTORS
#2 Special 0.30 1:64
#4 0.38 1:94
'
D. HANDLING AND APPLYING AGGREGATES
Immediately after making the first application of asphalt over the full width of the street, the surface
shall be covered with aggregate, spread with an approved type self-propelled aggregate spreader
on which the rate of application of rock and the speed of travel may be controlled by the operator.
Applications shall be at the rates herein specified or at rates as directed by the Engineer. After the
PM
aggregate has been spread, it shall be bladed with an approved blade grader and •bultwheeled"
with an approved three -wheeled roller weighing not less than ten (10) tons. If necessary to obtain a
uniform distribution of aggregate or to fill low areas, hand spotting and hand brooming of the
r
aggregate shall be required. Care shall be taken in dip sections to maintain an accurate flow line.
I
Considerable hand work may be required at intersections and at joints in order to maintain a
uniform distribution of the aggregate, to prevent the incorporation of foreign materials such as
caliche and dirt, and to construct smooth joints.
After the first and second application of aggregate on the two -course, it will be thoroughly rolled with
pneumatic rollers, bladed, dragged and all thin spots spotted with extra aggregate, then bullwheefed
r,
with an approved three -wheeled roller weighing not less than ten (10) tons. Rolling shall be
continued until the surface presents a smooth appearance.
Gutter edges shall be cleansed of aggregate before such. application of asphalt and this aggregate
will not be "ridged" along the gutter edge ti if placed back on the surface area shall be well
scattered. There should be a slight excess of aggregate on the surface after completion of the work
specified above.
Care shall be taken in loading aggregate from the stockpiles to prevent getting dirt and other foreign
rmatter
into aggregates. Loads of aggregate containing dirt will be rejected.
E. HANDLING ASPHALT AND AGGREGATE FOR NIGHT WORK
Application of asphalt and aggregate at night shall be applied by the same methods as for daylight
application except that all equipment that Is to be used on the street after shall have sufficient lights
in compliance with State vehicle code. Additional lights will be required on the back end of the
asphalt distributor, the aggregate spreader and at the aggregate stock pile area. (No night work will
be authorized unless approved by the Engineer.)
F. REQUIRED ROLLING (1 HOUR PER 1000 S.Y. OF SURFACE SEALED)
j
The completed asphalt surface shall be broomed and rolled with pneumatic rollers Immediately after
11
the asphalt is covered with aggregate. The entire surface that is sealed will receive on hour rolling
for each 1000 S.Y. the same day that the asphalt is applied no back rolling will be permitted (unless
I o
a rain storm occurs during the day then that surface may be rolled the next day). At least three
pneumatic rollers will roll directly behind the aggregate spreader and drag broom, each roller
making several complete passes across the entire width of the street, additional pneumatic rollers
will follow approximately one block behind the first three rollers of which each additional roller will
make several complete passes across the entire width of the street until one hour of rolling has
been obtained for each 1000 S.Y. before moving on to the next block. The City will assume
maintenance on these streets the following day after the rolling has been completed.
Fr 29
The black base and cement stabilized caliche material to be used in patching ahead of the seal coat
or two -course maintenance shall be used at locations as directed by the Engineer. No substitutions
shall be permitted without prior approval from the Engineer. The areas to be patched shall be only
as marked and measured by the Owners Representative. The area to be patched shall be
barricaded at all times during patching operations. However, if the Owner's Representative permits,
the patched area may be opened to traffic prior to placing the final hot -mix surface. In that event,
the Contractor shall taper the edges of the patch with mix to minimize any bumps or inconvenience
to traffic.
Patching shall include removing the existing surfacing, either three (3), six (6), or nine (9) inches _
of the existing base and subgrade (as the Engineer directs), and, if the sub -grade is unstable, it
will be removed and replaced with black base. The excavated base will then be replaced with
asphalt stabilized base material (either three (3), six (6), or nine (9) inches), as directed by the
Engineer, and compacted to 95% of design density. The surface course, 1 1/2" of Type "C" hot --
mix, shall then be placed and rolled until the required density Is obtained.
The edges of the patch shall be vertical and shall be tacked before placing the black base and
the 1-1/2 inches of type "C" hot -mix. —
All hot -mix edges will meet the grade of the existing surface.
�61=X&MIUM"T• _:11MOMMUC
Same as above except six (6) inches of three (3) sack cement stabilized caliche will be used in
lieu of six (6) inches of black base.
At all times the patching area will be barricaded, if open to traffic before the Type "C" mix is
placed, the edges of the patch will be leveled up with mix to eliminate the bumps.
NOTE: Both black base and cement stabililzed caliche are anticipated being used, with locations of
each type of material to be directed by the Engineer.
Same as above (patching with black base) except only the existing asphalt surface will be
removed.
This item consists of removing 1" - 2" (or as the Engineer directs) of the existing asphaltic
concrete surface and replacing it with either a single course seal coat, a two course seal coat, or
hot mix (as the Engineer directs). The milled surface will remain remain the property of the City
of Lubbock and shall be stockpiled at a location as directed by the Engineer.
The edges of the patch shall be vertical and shall be tacked before placing hot mix. The hot mix
edges will meet the grade of the existing surface.
H. CLEANUP
Immediately after each application of asphalt, the Contractor shall clean, remove paper, piles of
asphalt from manholes and water valves, extra aggregate that is in the gutter, rubbish and
temporary structures from the street, restore in an acceptable manner all property, both public and
private, which has been damaged during the prosecution of the work, and leave the site of the work
in a neat and presentable condition throughout, The cost of the "cleanup" shall be included as part
of the cost of the various items of work involved, and no direct compensation will be made for this
work. This work shall be done before final acceptance.
30
r•
SITE WORK MEASUREMENT AND PAYMENT
,GENERAL
The unit price bid on each item, as stated in the proposals, shall include furnishing all labor,
superintendence, machinery, equipment and materials, except materials specifically specified to be
furnished by the Owner, necessary or incidental to complete the various items of work in accordance with
the plans andspecifications. Cost of work or materials shown on the plans or called for in the
specifications and on which no separate payment is made shall be included in the bid prices on the
various pay items.
Payment for this unit price bid shall be paid for actual gallons used in the City's Maintenance Program.
This unit price shall be full compensation for furnishing, sweeping and applying asphalt as described in
Materials of Construction Section and all manipulations, labor, tools equipment and incidentals to
complete the work herein specified.
4 and 5 AGGREGATE FOR SEAL COAT AND TWO -COURSE (P B GRADE #2 SPECIAL AND #4 PRE
_COATED CRUSHED STONE OR CRUSHED GRAVEL).
Payment of this unit price bid shall be made for actual cubic yardage used in the process of sealing and
two -course. All pre -coated gravel or pre -coated crushed stone shall have a maximum of fifteen percent
(15%)doss when tested by the (4) four cycle Magnesium Sulfate Soundness Test (A.S.T.M. C-88).
�.. Precoated crushed gravel shall have a minimum of 90 percent of the particles retained on the No. 4 sieve
with more than one crushed face, as determined by Test Method Tex. 413-A. The percent of flat or
elongated slivers of stone or gravel, for any course, shall not exceed 25%, when tested in accordance with
Test Method Tex 224-F. Final acceptance of the aggregate shall be made only AFTER the material is in
stockpile in the Cilyof Lubbock. This payment being full compensation for furnishing and placing all
materials including spreading, brooming and rolling with pneumatic roller and all necessary clean-up labor,
tools, equipment and incidentals necessary for the completion of work as herein specified.
6. PATCHING WITH 3 INCHES OF BLACK BASE
Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per
square yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base and
any subgrade that is soft or unstable and including tack coat, 3" of black base and 1-1/2" of type "C" Hot -
Mix including removal, haul and disposal of materials excavated, hauling, rolling, tamping and placing 1-
1/2" of Hot -Mix surface and all manipulations, labor, tools, equipment, traffic provisions, barricades,
flagmen and other incidentals necessary to complete the work as herein specified.
7. PATCHING WITH 6 INCHES OF BLACK BASE
�., Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per
square yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base and
any subgrade that is soft or unstable and including tack coat, 6" of black base and 1-1/2" of type "C" Hot -
Mix including removal, haul and disposal of materials excavated, hauling, rolling, tamping and placing 1-
r" 1/2" of Hot -Mix surface and all manipulations, labor, tools, equipment, traffic provisions, barricades,
flagmen and other incidentals necessary to complete the work as herein specified.
8. PATCHING WITH 9 INCHES OF BLACK BASE
Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per
square yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base
and any subgrade that is soft or unstable and including tack coat, 9" of black base and 1 1/2" of Type "C"
of Hot Mix surface and all manipulations, labor, tools, equipment, traffic provisions, barricades,flagmen
and other incidentals necessary to complete the work as herein specified.
6
I
9. PATCHING WITH 6 INCHES OF 3 SACK CEMENT STABILIZED CALICHE
Measurement shall be made of the actual area patched, and shall be paid for at the unit price bid per cubic
yard of three sack cement stabilized caliche. This unit price shall be full compensation for removal of
asphalt, caliche base and any sub -grade that is soft or unstable and including tack coat, six (6") inches
three (3) sack cement stabilized caliche and 1-1/2" of Type "C" Hot -Mix, including removal, haul disposal
of materials excavated, hauling, placing, rolling, tamping and placing 1-1/2" of hot -mix surface and all
manipulations, labor, tools, equipment, traffic provisions, barricades, flagmen and other incidentals
necessary to complete the work as herein specified.
Measurement shall be made of the actual area and shall be paid for at the unit price bid per square yard.
This unit price shall be full compensation for removal and disposal of the existing surfaces (asphalt), all
sawing, brooming, bading, wetting, and rolling, loading, hauling and wasting all excess excavated
material, removing and disposing of all obstructions noted on the plans or as become necessary, prime
coat and tack coat, and for the furnishing and placing one and one-half inches (1-1/2") of Type "C" hot -
mix, including freight, preparing, hauling and placing all materials, and all manipulations, labor, tools,
equipment, and incidentals necessary to complete the work as herein specified.
:: l :
Measurements shall be made of the actual linear feet removed and replaced, and shall be paid for at the
unit price per linear foot. This unit price shall be full compensation for removal and disposal of the existing
curb and gutter, for preparation of the subgrade, and for construction of the new 30" curb and gutter;
including all manipulations, labor, tools, equipment, hauling, placing all materials, expansion joint material,
curing compound, concrete additives, and incidentals necessary to complete the work as herein specified.
12. VALLEY GUTTER
Measurements shall be made of the actual area removed and replaced, and shall be paid for at the unit
- price per square yard. This unit price shall be full compensation for removal and disposal of existing
materials, preparation of the subgrade, and for construction of the new reinforced 8" valley gutter;
including all manipulations, labor, tools, equipment, hauling, placing all materials, joint material, curing
compound, concrete additives, reinforcing materials, and incidentals necessary to complete the work as
herein specified.
13. 4" CONCRETE SIDEWALK AND DRIVEWAY ADJUSTMENT
Measurements shall be made of the actual area removed and replaced, and shall be paid for at the unit
price per square yard. This unit price shall be full compensation for the removal and disposal of existing
materials, preparation of the subgrade, and for construction of the new sidewalk/driveway; including all
manipulations, labor, tools, equipment, hauling, placing all materials, joint material, curing compound,
concrete additives, reinforcing materials, and incidentals necessary to complete the work as herein
specified.
Measurements shall be made of the actual area milled, and shall be paid for at the unit price per square
yard. This unit price shall be full compensation for the milling and removal and stockpiling of the milled
surface. The milled material shall remain the property of the City of Lubbock Street Department. The
areas to be milled and the stockpiles of the milled surface shall be at the direction of the Engineer.
2
f
R G,
EF
f '
i
fr
I
SPECIAL CONDITIONS
r
y
0
G
M
SPECIAL CONDITIONS
1. TIME AND ORDER FOR COMPLETION
The seal coat process covered by the contract documents shall be fully completed within IQ
(NINEM consecutive calendar days from the date specified in the Notice to Proceed issued by the
City of Lubbock to the successful bidder.
A. The patching; with locations and materials as designated by the City's representative, may begin
�.. as soon as the Contractor receives the Notice to Proceed.
B. The sealing and two -course application shall not begin until June 1, 1997, and shall be
completed by September 1, 1997. All sealing and two -course application shall cease on
September 1, 1997. All remaining streets or designated areas not completed shall be carried
over and completed after June 1, 1998, at the original bid price. The Contractor shall pay to the
owner $300.00 per day for each calendar day after September 1, 1997, until acceptance of the
project as liquidated damages. No credit will be given forbad weather days or other delays
roccuring before September 1, 1997. Any additional base failures, those in addition to the areas
originally marked and measured by the Owners's Representative, that appear after September
1, 1997, and before the sealing and two -course is applied in 1998, shall be the responsibility of
the Contractor. The Contractor shall make a prompt and diligent effort to repair these failures,
and shall bear all expense related to the repair of these additional failures. The Contractor shall
submit, within two weeks after the award of the contract, a progress schedule of the work
contemplated by the contract documents. In the event it is determined by the City that the
progress of the work is not in accordance with the progress schedule so submitted, the City may
direct the Contractor to take such action as the City deems necessary to insure completion of
the project within the time specified.
2. CHANGES IN THE WORK
The Local Public Agency may make changes in the scope of the work required to be performed by
the Contractor under the Contract or making additions thereto, or by omitting work therefrom,
without involving the Contract, and without relieving or releasing the Contractor from any of his
obligations under the contract or any guarantee given by him pursuant to the Contract provisions,
.- and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety
y or sureties of said bonds. All such work shall be executed under the terms of the original Contract
i unless it is expressly provided otherwise
Except for the purpose of affording protection against any emergency endangering health, life, limb
i or property, the Contractor shall make no change in the materials used or in the specified manner of
constructing and/or installing the improvements or supply additional labor, services or materials
beyond that actually required for the execution of the contract, unless in pursuance of a written
order from the local Public Agency authorizing the Contractor to proceed with the change. No claim
for an adjustment of the contract price will be valid unless so ordered.
If applicable unit prices are contained in the agreement (established as a result of either a unit price
f ' bid or a Supplement Schedule of Unit Prices) the Local Public Agency may order the Contractor to
L proceed with desired changes in the work, the value of such changes to be determined by the
measured quantities involved and the applicable unit prices specified in the contract; provided that
r� in case of a unit price contract the net value of all changes does not increase or decrease the
original total amount shown in the Agreement by more than twenty-five (25%) percent.
3. SUPERINTENDENCE
The Superintendent and/or his assistants will not be allowed to serve two functions simultaneously,
i such operating machinery and acting as Superintendent at the same time. The Superintendent
must be free of individual responsibilities to enable him to give the entire project his constant
attention to facilitate the progress thereof.
OW
The Contractor may proceed with subgrade preparation of earthwork on any schedule that he may
select and on any location in the contract unless hindered by factors beyond his control. Not more
than three (3) calendar days shall elapse between the time subgrade preparation is begun and the
time of spreading and compaction of the caliche base.
During the construction the Contractor is to close to traffic streets as directed by the Engineer.
The Contractor will, before starting any work on any street, erect barricades and signs, or provide
sufficient flagmen to give notice to vehicular traffic, also two special trailer mounted signs and
arrows flash left, right or both at the same time at least 25 times per minute, see detail 2-S-126 and
Section 6E-7 of the traffic control manual.
During the period the Contractor is directing traffic over the base, the surface shall be satisfactorily
maintained by the use of sprinkling and blading as required so that no hazard will result. The base
course shall be maintained until the wearing surface if placed thereon.
At no time during the period of construction shall driveways and/or alleys be left impassable
between the night hours of 6 P.M. to 6 A.M. except during the construction of the curb and gutter for
which the driveways and/or alleys shall remain closed not more than 4 days including 72 hours for
curing.
The Contractor will be required to place and level the caliche as each block is subgraded and in no
case shall the caliche be permitted to remain as dumped overnight.
The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day
such barricades and warnings necessary to give notice to vehicular and pedestrian traffic of any
and all obstructions and insofar as possible keep the streets and/or alleys on which work is being
done in a passable condition. During the time that the curb and gutter is being poured and cured
and until the caliche is leveled, the Contractor shall have flares and warning signs placed at each
end of the block. When the subgrade excavation causes an abrupt drop in the driving portion of the
street the Contractor shall level the drop by dumping a sufficient amount of approved caliche on the
subgrade. During the time the concrete is curing in the alleys and until it can be opened to traffic,
the Contractor shall maintain warning signs on barricades with flares at each end of the block until
this alley can be opened to traffic.
The flagmen will be required to wear vests and use the type of flag as shown on flagging detail
sheet in specifications.
All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent
red -orange flags at least 16" x 16" in size. These flags shall be mounted high enough on the
equipment so that they will be visible to all traffic meeting or passing the equipment.
Before work is started on any street it will be the responsibility of the Contractor to notify each
property owner that has a car or cars parked in their driveways or garages so that each owner
might have the opportunity to move their cars.
The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in
advance, in order that businesses may have time to adjust their plans. On all thoroughfares and
collectors, the Contractor and the City's Representatives will work with each of the businesses,
hospitals, schools, etc., so that only part of the driveways into their parking lots will be closed. At no
time will any parking lot be completely closed, without prior approval from the Owner's
Representative, unless the work is being accomplished at night and the businesses are closed. The
Contractor shall be responsible for notifying affected businesses of the proposed work and the
projected schedule for completion of this work.
Immediately after each applications of asphalt, re -construction or black base construction the
Contractor shall clean, remove paper, surplus aggregate or paving materials from gutters, rubbish
and temporary structures from the street, restore in an acceptable manner all property, both public
and private which has been damaged during the prosecution of the work, and leave the site of the
PJ
r
1 work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as
part of the cost of the various items of the work Involved, and no direct compensation will be made
'•• for this work.
The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC
CONTROL DEVICES for Streets and Highways. Part VI, published August 31, 1979.
5. BARRICADES AND DANGER, WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING
The Contractor shall have the sole responsibility for providing, installing, moving, replacing,
maintaining, cleaning and removing upon completion of work, all barricades, warning signs,
barriers, cones, lights, signals and other such type devices for handling traffic control as indicated in
the plans or as directed by the Engineer. All barricades, warning signs, barriers,
cones,lights,signals and other such type devices shall conform to details shown on the plans and as
indicated in the Texas Manual on Uniform Traffic Control Devices.
The Contractor may provide special signs not covered by plans to protect the traveling public
against special conditions or hazards, provided however, that such signs are first approved by the
Engineer.
Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other
such type devices and evident thereof shall be removed by the Contractor.
r
i 6. MAINTENANCE OF DETOURS
i
The Contractor shall do such work as may be necessary to maintain detours and facilities for safe
r• public travel in accordance with the Traffic Control Plan and these specifications. There shall be
maintained in passable condition, such temporary roads and structures as may be necessary to
accommodate public travel. Temporary approaches and crossings of intersecting highways shall be
r provided and maintained in a safe and passable condition by the Contractor at his entire expense.
7. PUBLIC SAFETY AND CONVENIENCE
1L "
Ingress and egress to private property shall be provided as specified in the plans or as directed by
the Engineer.
The Contractor shall plan and execute his operations in a manner that will cause the minimum
interference with traffic.
r The Contractor shall secure the Engineer's approval of his proposed plan of operation. Sequence of
work and methods of providing for the safe passage of traffic before it is placed into operation. If at
any time during construction the approved plan does not accomplish the intended purpose, due to
weather or other conditions affecting the safe handling of traffic, the Contractor shall immediately
make necessary changes therein to correct the unsatisfactory conditions.
At night or otherwise, all equipment not in use shall be stored in such a manner and at such
locations as not to interfere with the safe passage of traffic. The Contractor shall provide and
d . maintain flaggers at such points an for such periods of time as may be required to provide for the
safety and convenience of public travel and Contractor's personnel, and as directed by the
r■ Engineer. Flaggers shall be English speaking, courteous, well informed, physically and mentally
able to effectually perform their duties in safeguarding and directing traffic and protecting the work,
and shall be neatly attired and groomed at all times when on duty. When directing traffic, flaggers
shall use standard attire, flags and signals and follow the flagging procedures set forth in the Texas
Manual on Uniform Traffic Control Devices for Streets and Highways.
i
8. WATER
Water for this project will be furnished by the City of Lubbock at fire hydrants designated by the
Contractor for which there will be no charge. The Contractor will be furnished loading racks by the
City Water and Street Superintendent at no charge for the first rack but for each additional rack
there will be a charge of ten dollars. The Contractor will also be charged ten dollars for each move
of each loading rack after the first set-up. The loading rack will be equipped with a valve which will
be pad -locked at all times except when the Contractor's truck is loading. The valve on the loading
rack shall be used by the Contractor and at no time will the Contractor use the fire hydrant
valve.The padlock on the rack valve shall be furnished by the Contractor. The Contractor shall not
use any fire hydrants for water loading unless there is an authorized rack on the fire hydrant. The
Contractor will not be allowed to use water from authorized loading racks except on City approved
projects. Water, which is supplied by the City, is intended for use in compacting subgrade and base
and maintaining dust control. It is not the intention of the City to furnish water for use in mixing
concrete. _
9. RESTRICTIONS AND REQUIREMENTS FOR CONSTRUCTION
A. The Contractor will need special permission to work on weekends or legal holidays and shall do
no work on any contract item before daylight or later than one hour after sundown, except as
directed and approved by the Engineer. No work will be allowed between November 1 and
January 2, unless approved by the Engineer.
B. A 1:2 dilute emulsion treatment at a rate of .10 gallon per square yard will be applied to the A.C.
surface within ten days of the placement of the A.C. surface.
C. TEMPERATURE REQUIREMENTS (The temperature readings to be used will be as reported by
the National Weather Service on an hourly report [Telephone Number 762-0141)].
(1) HMAC - November 1 until April 1
a. The asphaltic mixture shall not be placed with the air temperature is below 55OF and
. falling:
b. The asphaltic mixture maybe placed when the air temperature is above 50OF and rising.
a. The asphaltic mixture shall not be placed with the air temperature is below 50OF and
falling.
b. The asphaltic mixture may be placed when the air temperature is above 450F and rising.
•I_ -.I I ��
a. The asphaltic mixture shall not be placed when the air temperature is below 45oF and
falling.
b. The asphaltic mixture may be placed when the air temperature is above 40OF and rising.
The Engineer may use his discretion to require a cover over the asphaltic mixture when hauled
from the plant to the job site.
D. Unless otherwise approved by the Engineer, the minimum temperature of asphaltic materials
immediately after placement by the laydown machine will be 300OF for HMAC and 275OF for
asphalt stabilized base.
E. Standby rollers shall be located at the job site for immediate use if needed.
F. Proof rolling will be required on subgrade, caliche base, black base, embankment or surface.
After rain showers, if deemed necessary by the Engineer, each item that was approved will be re
-rolled. The proof rolling will be performed with six passes over the area using a self-propelled
25 ton pneumatic roller with a certified weight certificate.
G. Preliminary approval, by the Engineer, of aggregate at the pit and crusher location shall be
required, prior to delivery to local stockpiles. Final approval of the stockpile material will be
required by the Engineer, after which no additional aggregate will be added to the approved
stockpile prior to the sealing operation.
4
ONE
a
d
H. During the period of re -construction and two course construction the Contractor will not use
private driveways for turning or parking his equipment. Any damage to sidewalks, driveways,
slabs or curb and gutter will be repaired at the Contractor's expense.
I. At no time during the reconstruction of streets will the Contractor completely close any street to
all traffic without the Engineer's approval. On most major thoroughfares only one-half will be
reworked at a time, and, on some narrow streets the full width will be reworked. On the two
-course streets one-half will be closed and the traffic will be detoured on the other side. When
business are on one or both sides shorter shots will be made to cause less inconvenience to the
public & the businesses.
J. Before any portion of any street is closed to traffic the Contractor will be required to have
sufficient equipment on the site to start the reconstruction, and at no time will any section of the
closed area be left three (3) days without some type of work being performed. If there is a
shortage of equipment to work on all areas of the closed section then the Contractor will be
required to provide additional equipment before the next area is closed. After the work is
started, no equipment will be removed from this site to another. It is the intent of these
requirements to reconstruct and place the two -course on the streets as listed in the contract with
the least inconvenience to the property owners and the traveling public.
K. At no time during the construction, re -construction or sealing and two -course maintenance will
any equipment be taken across any curb or gutter, valley gutter, alley return, or sidewalk without
first placing a dirt or caliche fill, of at least one foot, above the existing concrete. Any broken or
damaged concrete (broken or damaged by Contractor's equipment) will be removed and
replaced at the Contractor's expense.
The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees,
poles, etc., prior to building. It shall be the Contractor's responsibility to remove these obstructions
at the direction of the Engineer except that the utility companies will move their equipment at no
cost to the Contractor. The Contractor will receive no compensation for delay caused by the Utility
Companies in relocating or removing their equipment.
The City of Lubbock laboratory test results shall be the sole consideration for approval of materials,
mix designs, adequacy of procedures, etc.. The results of such testing shall be evaluated and final
approval given by the Street Superintendent.
kT :
Before caliche materials can be used on any street, current (not older than 30 days) test reports
will submitted to the Street Superintendent for approval. Test reports will be required every 30
days as this material is used on City Streets. During the construction period, tests that fail will
require re -testing.
•
The Contractor, or supplier of such materials, shall submit to the City Materials Testing Lab, as
soon as possible after the Notice to Proceed is issued, a sample for gradation testing and
magnesium sulfate testing. The gradation requirements shall meet those established in Item 7-
B(3) of Section 4 (p.6). The maximum loss from Magnesium Sulfate testing, when tested in
accordance with ASTM C-88-90 (4 cycle), shall not exceed fifteen (15) percent.
r C. HOT MIX AND SEAL COAT AGGREGATE
The Contractor, or supplier of such materials, shall submit to the Pavement Management Office,
at least ninety (90) days prior to the beginning of the sealing operations, samples of the various
grades of aggregate to be used in the reconstruction hot mix and the seal coat operations for
gradation testing, crushed face counts, Flakiness Index tests, and magnesium sulfate tests. The
i
w
5
gradation requirements shall meet those established in Texas Department of Highways and
Public Transportation (1982) Item 302.4. The crushed face count, Flakiness Index, and
Magnesium Sulfate require ments shall meet those established in Section IV, Item 10 A and Item
10 A (1) (pp 27-28).
D. CEMENT
Certified mill tests on each car or transport.
E. BASE DENSITY TESTS
The City of Lubbock Materials Testing Laboratory will provide density tests on the caliche base
and/or black base.
NOTE: See Materials of Constructioin , Section 10-D (Laboratory Control) for retesting material
where irregularities occur and the limits of the specifications are exceeded for aggregate, base
materials, black base and hot -mix and concrete construction.
12. SUBCONTRACTOR
The Contractor shall not award any work to any subcontractor without prior written approval of the
Owner, which approval will not be given until the Contractor submits to the Owner a written
statement concerning the proposed award to the subcontractor, which statement shall contain such
information as the Owner may require.
The Contractor shall be as fully responsible to the Owner for the acts and omissions of his
subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts
and omissions of persons directly employed by him.
The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the
work to bind subcontractors to the Contractor by the terms of the General Conditions and other
contract documents insofar as applicable to the work of subcontractors and to give the Contractor
the same power as regard terminating any subcontract that the Owner may exercise over the
Contractor under any provision of the contract documents.
Nothing contained in this contract shall create any contractual relation between any subcontractor
and the Owner and said subcontractor will look exclusively to contractor for any payments due
subcontractor.
13. UNDERGROUND UTILITIES
The Contractor's attention is directed to the fact that pipelines and other underground installations
as may be shown of the plans have been taken from the best available information. There may be
other pipelines or installations. The Contractor shall save harmless the City from any and all suits or
claims resulting from damage by his operations to'any pipeline or underground installation.
It is the Contractor's responsibility, during the period of street construction, to insure that all utility
cuts in the limits of street construction have been properly backfilled, compacted and the top 6"
inches backfilled with 3-sack concrete. It is not the intent to require the Contractor to provide for the
utility cut repair but for the individual utility company making the cut to provide their own repairs.
In the case of a City underground installation, the Contractor may be required, at the Engineer's
option, to repair the cut with 3-sack cement stabilized caliche at the unit price bid.
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.
RUN
Neither the final payment nor certificate nor any provision in fhis contract shall relieve the
Contractor of responsibility for faulty materials or workmanship, and he shall remedy and defects
due thereto and pay for any damage to other work resulting therefrom, which shall appear within a
period of one (1) year from date of final acceptance of the project. The Owner or the Owner's
Representative shall give notice of observed defects with reasonable promptness. .
The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S.
Department of Labor, and must not pay less than the rate legally prescribed or as set forth herein,
whichever is higher.
Payment for time worked over forty -hours per week shall be made at one and one-half (1-1/2) times
the above prevailing rates. Payment for time worked on legal holidays shall be paid at two (2) time
the regular governing per diem wage rates.
Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per
calendar day, under the emergency exceptions to House Bill No. 115 of the 44th Legislature
invoked by HCR No. 201 of the 47th Legislature shall be paid on the basis of eight (8) hours
constituting a days work.