HomeMy WebLinkAboutResolution - 2004-R0014 - Contract To Provide Secondary Streets Maintenance Program - Lone Star Dirt - 01_08_2004RESOLUTION
Resolution No. 2004-R0014
January 8, 2004
Item No. 29
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 per ITB #217-
03/RS to provide for the 2004 secondary streets maintenance program, by and between
the City of Lubbock and Lone Star Dirt & Paving of Lubbock, Texas, and related
documents. Said Contract is attached hereto and incorporated in this resolution as if fully
set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council this 8th day of ___ J_an_ua_ry~--' 2004.
ATTEST:
~ l 1)+41:d , ~Jdd
R¥ecca Garza, City Secretary ~
APPROVED AS TO CONTENT:
APPROVED AS TO FORM:
• ~ ~ht
Assistant City Attorney
ke/Public Works Contract. Lone Star Dirt & Paving.res
December 24, 2003
n
1
]
n
n
D
D
n
I
D
0
D
0
D
D
0
0
0
D
CITY OF LUBBOCK
SPECIFICATIONS FOR
I '
2004 SECONDARY STREETS MAINTENANCE PROGRAM
1TB #217-03/RS
BOND CHECQ 't" ,t-
BEST RATING J:d..i::-~---
UCEN?£P. I~ r9As ......o c
DfJ~BY~
"A City Of Planned Progress"
CITY OF LUBBOCK
Lubbock, Texas
-1
l
-i
l
l
I
J
J
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13 TH STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806)775-2164
http://purchasing.ci. lubbock. tx. us
MAILED TO VENDOR:
CLOSE DATE:
1TB #217-03/RS, Addendum #2
ADDENDUM #2
1TB #217-03/RS
2004 Secondary Streets Maintenance Program
December 2, 2003
December 17, 2003@ 3:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (1TB).
Where any item called for in the 1TB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please find enclosed the revised City of Lubbock Bid Form for your bid submittal. On page 7 of the
Bid submittal form 120(one hundred twenty) working days has been changed to 120(one hundred
twenty) consecutive calendar days.
2. General Instructions To Bidders, Page 3, Section 13, 120((one hundred twenty) working days has
been changed to 120(one hundred twenty) consecutive calendar days.
3. Special Conditions, Page 1, Section 1, 120(one hundred twenty) working days has been changed to
· 120(one hundred twenty) consecutive calendars days.
4. Please find enclosed the Site Work Measurement and Payment section. Item 17 has been added to
this section.
All requests for additional information or clarification must be submitted in writing and directed to:
Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to rshuffield@mail.ci.lubbock.tx.us
THANK YOU,
Senior Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the
bidder's responsibility to advise the City of Lubbock Purchasing Manager if any Language, requirements, etc., or
any combinations thereof. inadvertently restricts or limits the requirements stated in this 1TB to a single source.
Such notification must be submitted in writing and must be received by the Purchasing Manager no Later than five
(5) business days prior to the bid close date. A review of such notifications will be made.
217-03RSAdd2
~I
BID SUBMITTAL
UNIT PRICE CONTRACT
·-i DATE: ____________ _
PROJECT NUMBER: #217-03/RS • 2004 SECONDARY STREETS MAINTENANCE PROGRAM
l Bid of (hereinafter called "Bidder")
J To the Honorable Mayor and City Council, City of Lubbock, Texas_ (hereinafter called Owner)
Gentlemen:
J The Bidder, in compliance with your Invitation to bid for the construction of a 2004 SECONDARY STREETS
MAINTENANCE PROGRAM having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all
other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the
J construction of the proposed project, including the availability of materials and labor, hereby intended to furnish all labor,
materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within
the time set forth therein and at the prices stated below. The price to cover all expenses incurred inperforming the work required I under the contract documents.
·] Item Quantities Description of Item Total
No. & Units & Unit Price Amount
. ------------------------------------------------------------------------·----
]
J
]
1.
(a) 92,290.0 GALS.
(b) 92,290.0 GALS.
(c) 92,290.0 GALS.
j 2
' (a) 100,940.0 GALS.
CRS emulsified, polymerized asphalt +3% latex by volume (2% by
weight); for Course #1, MATERIALS ONLY; PER GALLON;
________ D0LLARS($ ____ __,& ______ CENTS
Application of Item 1 (a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
______ DOLLARS($ ___ __,&. ______ CENTS
Total in-place cost for Items 1(a) and 1 (b); PER GALLON;
_____ ....;DOLLARS ($ ___ _,& ______ CENTS $ ____ _
CRS emulsified, polymerized asphalt +3% latex by volume (2% by
weight); for Course #2, MATERIALS ONLY; PER GALLON;
______ DOLLARS ($ ___ _,& _____ CENTS
. j
(b) 100,940.0 GALS.
.~, 100,940.0 GALS.
-·13.
(a) 59,000.0 GALS.
]
~ (b) 59,000.0 GALS.
l
I (c) 59,000.0 GALS.
l.
(a) 2,500.0 C.Y.
1
J
J (b) 2,500.0 C.Y.
J
(c) 2,500.0 C.Y.
(a) 3,620.0 C.Y.
Application of Item 2(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
______ DOLLARS($ ___ _,& ______ CENTS
Total in-place cost for Items 2(a) and 2(b); PER GALLON;
_______ DOLLARS($ ____ ~& _________ CENTS $ ____ _
CRS emulsified, polymerized asphalt +3% latex by volume (2% by
weight); for Single Course, MATERIALS ONLY; PER GALLON;
_____ DOLLARS ($ ___ -& ______ CENTS
Application of Item 3(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
______ DOLLARS ($ __ __,& _______ CENTS
Total in-place cost for Items 3(a) and 3(b); PER GALLON;
______ DOLLARS ($ ___ _,& _____ CENTS
Surface aggregate; TxDOT Grade No. 4 uncoated crushed gravel,
meeting gradation and soundness tests, including loading and freight
at stpckpiles in the City of Lubbock, for Course #1 ; MATERIALS ONLY;
PER CUBIC YARD;
______ DOLLARS ($ ____ )&. _____ CENTS
Appliication of Item 4(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items 4(a) and 4(b); PER CUBIC YARD;
$ ____ _
______ DOLLARS ($ ___ _,&'-------CENTS $ ____ _
Surface aggregate; TxDOT Grade No. 5 uncoated crushed gravel,
meeting gradation and soundness tests, including loading and freight
at stockpiles in the City of Lubbock, for Single Course and Course #2;
MATERIALS ONLY; PER CUBIC YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
·-1 (b) 3,620.0 C.Y.
]
]
J
I
·1
7.
3,620.0 C.Y.
(a} 4,000.0 S.Y.
(b} 4,000.0 S.Y.
(c) 4,000.0 S.Y.
J (a) 1,000.0 S.Y.
J
]
J
J
j
(b} 1,000.0 S.Y.
(c} 1,000.0 S.Y.
j 8. (a) 100.0 S.Y.
J
j
Application of Item 5(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
_____ DOLLARS ($ __ -1& _____ CENTS
Total in-place cost for Items 5(a) and 5(b); PER CUBIC YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Patching with Black Base, 3" depth (excavation of 4 1/2", with
replacement of 3" Black Base and 11/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
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
Total in-place cost for Items 6(a) and 6(b); PER SQUARE YARD;
$ ____ _
______ DOLLARS ($ ___ _,& ______ CENTS $ ____ _
Patching with Black Base, 6" depth {excavation of 7 1/2", with
repl~cement of 6" Black Base and 1 1 /2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Installation of Item No. 7(a), including all items such as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 7 1 /2" and replacing with 6" of Black
Base and 11/2" Type C Hot Mix; PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items 7(a) and 7(b); PER SQUARE YARD;
______ DOLLARS ($ ___ _,&'---_____ CENTS $ ____ _
Patching with Black Base, 9" depth (excavation of 10 1/2", with
replacement of 9" Black Base and 1 1/2" Type C Hot Mix),
MATERIALS ONLY; PER SQUARE YARD;
______ DOLLARS{$ ___ _,& ______ CENTS
l (b) 100.0 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;
-1 DOLLARS($ & CENTS
--1 (c) 100.0 S.Y. Total in-place cost for Items 8(a) and 8(b); PER SQUARE YARD;
DOLLARS($ ·& CENTS $
,·1
9.
'] (a) 100.0 S.Y. Patching with 2 sack flowable fill; 6" depth, (excavation of 7 1/2", with
replacement of 6" 2 sack flowable fill and 1 1/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
J DOLLARS($ & CENTS
l (b) 100.0 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 2 sack
I flowable fill and 11/2" Type "C" Hot Mix; PER SQUARE YARD;
DOLLARS($ )& CENTS
l (c) 100.0 S.Y. Total in-place cost for Items 9(a) and 9(b); PER SQUARE YARD;
J DOLLARS{$ & CENTS $
ro. (a) 6,000.0 S.Y. Patching with 1 1/2" H.M.A.C; with approved crushed stone or
approved crushed gravel; MATERIALS ONLY; PER SQUARE YARD;
J
DOLLARS{$ & CENTS
J
(b) 6,000.0 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;
j DOLLARS{$ & CENTS
1
(c) 6,000.0 S.Y. Total in-place cost for Items 10(a) and 10(b); PER SQUARE YARD;
DOLLARS($ & CENTS $
111.
(a) 250.0 L.F. Curb and Gutter; 6" concrete, Class E (3,000 psi @ 7 days), 30" wide
separate gutter or sawtooth curb and gutter; MATERIALS ONLY;
PER LINEAR FOOT;
DOLLARS($ & CENTS
-1
-j
l
-1 .
12.
]
... J
·1
I
]
J
(b)
(c)
(a)
(b)
(c)
]13.
• (a)
]
J (b}
J
J (c)
J
250.0 L.F.
250.0 l.F.
500.0 S.Y.
500.0 S.Y.
500.0 S.Y.
250.0 S.Y.
250.0S.Y.
250.0 S.Y.
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 locations as directed by the Street Superintendent; PER LINEAR FOOT;
______ D.OLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items 11(a) and 11(b); PER SQUARE YARD;
______ .DOLLARS ($ ___ ...,& ______ CENTS $. ____ _
Valley Gutter; 8" reinforced Class C concrete (3,600 psi @ 28 days)
(see Section IV, pages 5-6 for reinforcement information); MATERIALS
ONLY; PER SQUARE YARD;
_______ DOLLARS ($ ___ _,& ______ CENTS
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 locations as directed by the Street. Superintendent;
PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items 12(a) and 12(b); PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS $. ____ _
Sidewalk and driveway adjustment; 4" concrete (Class A, 3,000 psi @
28 days), reinforced; MATERIALS ONLY; PER SQUARE YARD;
______ DOLLARS {$ ___ -r&'-_____ CENTS
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 locations as directed by the Street
Superintendent; PER SQUARE YARD;
DOLLARS{$ & CENTS
Total in-place cost for Items 13(a} and 13(b); PER SQUARE YARD;
DOLLARS{$ & CENTS $
-·1
14.
-·1
(a) 12,500.0 S.Y.
(b) 12,500.0 S.Y.
(c) 12,500.0 S.Y.
]
J15.
(a) 12,000.0 L.F.
J
I (b) 12,000.0 L.F.
J (c) 12,000.0 L.F.
J
16.
] (a) 500.0 C.Y.
]
(b) 500.0 C.Y.
]
J
(c) 500.0 C.Y.
J
J
J
Asphaltic Concrete Milling; milling of existing street surface;
MATERIALS ONLY; PER SQUARE YARD;
Not Applicable
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
Street Superintendent, PER SQUARE YARD;
______ DOLLARS {._ ___ _,}& ______ CENTS
Total in-place cost for Items 14(a) and 14(b); PER SQUARE YARD;
______ DOLLARS (._ ___ _,)& ______ CENTS $ ____ _
Herbicide application; spraying of weeds and grass in street Right of Way,
one foot in width; MATERIALS ONLY; PER LINEAR FOOT;
______ DOLLARS ($ ____ )& ______ CENTS
Performance of Item No. 15(a), including all items such as labor, equipment,
licensing, and insurance, with locations as directed by the Street Superintendent;
PER LINEAR FOOT;
______ DOLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items 15(a) and 15(b); PER LINEAR FOOT;
______ DOLLARS($ ____ )& ________ CENTS
Asphaltic concrete crushing; crushing of asphaltic material salvaged from
patching operations; MATERIALS ONLY; PER CUBIC YARD;
______ DOLLARS($ ___ _,& ______ CENTS
Performance of Item No. 16(a), including all items such as labor, equipment,
removal, crushing, and delivery of asphaltic material, with locations as directed
by the Street Superintendent; PER CUBIC YARD;
______ DOLLARS ($ ___ _,&. ______ CENTS
Total in-place cost for Items 16(a) and 16(b); PER CUBIC YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
$ ____ _
$ ____ _
··1 17.
(a)
-·1
,-)
(b)
-1
-1 (c)
]
ij
.. J
J
9,000.0 tabs
9,000.0 tabs
9,000.0 tabs
Paint stripe tabs for all streets requiring lane line repainting;
MATERIALS ONLY; PER TAB;
______ DOLLARS ($ __ -1& _____ CENTS
Installation of Item No. 16(a), including all items such as labor, equipment,
preparation of existing surface, etc; with locations as directed by the Street
Superintendent; PER TAB;
______ DOLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items 16(a) and 16(b); PER TAB;
______ D0LLARS($ ___ _,& ______ CENTS $ ____ _
Total for Items 1(a) through 17(a) MATERIALS ONLY $ ________ _
Total for Items 1(b) through 17(b) LABOR, EQUIPMENT, ETC $ _______ _
Total for Items 1(c) through 17(c) $ ________ _
lcAmount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
] Bidder hereby agrees to commence the work on the aoove project on or before a date t~ be specified in a written "Notice
· to Proceed" of the Owner and to fully complete the project within 120 (ONE HUNDRED TWENTY) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as
]liquidated damages the sum of 500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set
-forth hereinabove for completion of tl:lis project, all as more fully set forth in the general conditions of the contract documents.
J Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction
number 28 of the General Instructions to Bidders.
] Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
scheduled closing time for receiving bids.
J The undersigned Bidder hereby declares that he has vfsited 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 woJj{ on or
J
before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided
in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified J check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted
as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if J required) within (ten) 10 days after notice of award of the contract to him.
Enclosed with this proposal is a Cashier's Check or Certified Check for ____________ _
j Dollars ($ or a Bid Bond in the sum of Dollars
($ , which it is agreed shall be collected and retained by the Owner as liquidated damages In the event
the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance
] certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written
... /notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon
demand.
···} Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
,documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that h,as been opened may not be
changed for the purpose of correcting an error in the bid
price. THEREFORE, ANY CORRECTIONS TO THE BID
PRICE MUST BE MADE ON THE BID SUBMITTAL FORM
···1. L..._P_R_1o_R_T_o_B_1o_o_P_E_N_1N_G_. __________ ---J
·](Seal if Bidder is a Corporation)
"'ATTEST:
J
J Bidder acknowledges receipt of the following addenda:
Addenda No. Date. __ _
'
Addenda No. Date
Addenda No. Date. __ _
Addenda No. Date. __ _
]
Date: _____________ _
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: __ _
Fax: __ _
Woman Black American Native American
·1 His anic American Asian Pacific American Other .. M/WBE Firm: L.__....L.:...:..:=ic:=.:.:=-..:~==--L-----1....:...:::=.:..:...:=.:..::..:....:;.;..;.:==-....1------1._.::..::;.=.; _____ ___.
]
]
J
-·i
~J
I
J
J
]
]
]
J
1TB #217-03/RS, Addendum #2
SITE WORK M£Asu~EMENT 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 and specifications. Cost of work or materials shown on the plans or
called for in the specifications and on which no separate payment is made shall be included in the
bid prices on the various pay items.
Item Numbers 1, 2, AND 3 ASPHALT APPLIED FOR SINGLE COURSE AND TWO-COURSE PURPOSES
Payment for this unit price bid shall be paid for actual gallons used in the City's Secondary Streets
Maintenance Program. This unit price shall be full compensation for furnishing, sweeping and
applying asphalt as described in Section 14 of the Specifications, and all manipulations, labor,
tools equipment and incidentals to complete the work herein specified.
Item Numbers 4 and 5 AGGREGATE FOR SINGLE COURSE AND 'TWO-COURSE PURPOSES
Payment of this unit price bid shall be made for actual cubic yardage used in the process of single
course and two-course. All crushed gravel shall have a maximum of fifteen percent (15%) loss
when tested by the (4) four cycle Magnesium Sulfate Soundness Test (A.S.T.M. C-88). Crushed
gravel shall have a minimum of 50 percent of the particles retained on the No. 4 sieve with more
than one crushed face, as determined by Test Method Tex. 413-A. The percent of flat or elongated
slivers of stone or gravel, for any course, shall not exceed 25%, when tested in accordance with
Test Method Tex 224-F. Final acceptance of the aggregate shall be made only AFTER the material
. is in stockpile in the City of Lubbock. This payment being full compensation for furnishing and
placing all materials including spreading, brooming and rolling with pneumatic roller and all
necessary clean-up labor, tools, equipment and incidentals necessary for the completion of work as
herein specified.
Item Number 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.
Item Number 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 1-1 /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.
Item Number 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" Qf Hot Mix surface and all manipulations, labor, tools, equipment, traffic
217-03RSAdd2
.. )
I
· 1
J
n .
-
l
I
J
J
J
1
J
1TB #217-03/RS, Addendum #2
provisions, barricades,flagmen and other incidentals necessary to complete the work as herein
specified.
Item Number 9. PATCHING WITH 6 INCHES OF 2 SACK CEMENT FLOWABLE FILL STABILIZER
Measurement shall be made of the actual area patched, and shall be paid for at the unit price bid
per cubic yard of two sack cement flowable fill stabilizer. 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 two (2) sack cement flowable fill stabilizer 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.
Item Number 10. PATCHING WITH 1-1/2 INCHES OF HOT-MIX
Measurement shall be made of the actual area and shall be paid for at the unit price bid per square
yard. This unit price shall be full compensation for removal and disposal of the existing surfaces
(asphalt), all sawing, brooming, blading, 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.
Item Number 11. CURB AND GUTTER
Measurements shall be made of the actual linear feet removed and replaced, and shall be paid for
at the unit price per linear foot. This unit price shall be full compensation for removal and disposal
of the existing curb and gutter, for preparation of the subgrade, and for construction of the new
30" curb and gutter; including all manipulations, labor, tools, equipment, hauling, placing all
materials, expansion joint material, curing compound, concrete additives, and incidentals
necessary to complete the work as herein specified.
Item Number 12. VALLEY GUTTER
Measurements shall be rhade 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 (including sawing, if necessary), tools, equipment,
hauling, placing all materials, joint material, curing compound, concrete additives, reinforcing
materials, and incidentals necessary to complete the work as herein specified.
Item Number 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.
Item Number 14. ASPHALTIC CONCRETE MILLING
Measurements shall be made of the actual area milled, and shall be paid for at the unit price per
square yard. This unit price shall be full compensation for the milling and removal and stockpiling
of the milled surface. The milled material shall remain the property of the City of Lubbock Street
217-03RSAdd2
]
J
l
I
·1
J
1
l
1TB #217-03/RS, Addendum #2
Department. The areas to be milled and the stockpiles of the milled surface shall be at the
direction of the Street Superintendent.
Item Number 15. HERBICIDE APPLICATION
Measurements shall be made of the actual linear feet sprayed, at the specified width, and shall be
paid for at the unit price per linear foot. This unit price shall be full compensation for the
chemicals, spraying, all labor, equipment, licensing, and insurance. Locations will be as directed
by the Street Superintendent.
Item Number 16. ASPHAL TIC CONCRETE CRUSHING
Payment of this unit price bid shall be made for the actual cubic yardage of asphaltic concrete
material crushed and stockpiled from the patching operations. This payment being full
compensation for the loading, hauling, crushing, and delivery of the material to two sites
maintained by the City Of Lubbock Street Department, N Ave Kand Erskine Street and 86th and
Avenue P. The material shall be crushed into particles not more than 1 1 /2 inches in size. The
crushed asphaltic concrete material shall remain the property of the City of Lubbock Street
Department.
Item Number 17.
217-03RSAdd2
I ,
--1
--}
]
J
I
-1
J
J
]
]
J
J
1
J
]
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13 TH STREET
LUBBOCK, TEXAS 79401
PH: (806) ns-2167 FAX: (806)n5-2164
http://purchasing.ci.lubbock.tx.us
MAILED TO VENDOR:
CLOSE DATE:
1TB #217-03/RS, Addendum #1
ADDENDUM #1
1TB #217-03/RS
2004 Secondary Streets Maintenance Program
November 14, 2003
December 17, 2003@ 3:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (1TB).
Where any item called for in the 1TB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please find enclosed the revised City of Lubbock Bid Form for your bid submittal.
All requests for additional information or clarification must be submitted in writing and directed to:
Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to rshuffield@mail.ci.lubbock.tx.us
THANK YOU,
CITY OF LUBBOCK
Senior Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the
bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or
any combinations thereof. inadvertently restricts or limits the requirements stated in this 1TB to a single source.
Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five
(5) business days prior to the bid close date. A review of such notifications will be made.
217-03RSAdd1
I '
-,
·-1 BID SUBMITTAL
LUMP SUM BID CONTRACT
]DATE: ______________ _
PROJECT NUMBER: #217-03/RS -2004 SECONDARY STREETS MAINTENANCE PROGRAM
] Bid of {hereinafter called Bidder)
j To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
i i
The Bidder, in compliance with your Invitation to Bid for the construction of a 2004 SECONDARY STREETS MAINTENANCE J PROGRAM having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
~ contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of
the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies;
I and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein
and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract
documents.
] item Quantities Description of Item Total
No. & Units & Unit Price Amount
·---·--------J 1. .
·· (a) 92,290.0 GALS. CRS emulsified, polymerized asphalt +3% latex by volume (2% by
J
] (b} 92,290.0 GALS.
J
J
j
J
(c) 92,290.0 GALS.
(a) 100,940.0 GALS.
weight); for Course #1, MATERIALS ONLY; PER GALLON;
________ DOLLARS{$ _____ ~&-___________ CENTS
Application of Item 1(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
--------~DOLLARS{$ _____ _,& __________ CENTS
Total in-place cost for Items 1(a) and 1 (b); PER GALLON;
______ DOLLARS{$ _____ _,&. ________ CENTS $ _________ _
CRS emulsified, polymerized asphalt +3% latex by volume (2% by
weight); for Course #2, MATERIALS ONLY; PER GALLON;
__________ DOLLARS ($ ____ _,& _______ CENTS
I
(b) 100,940.0 GALS.
(c) 100,940.0 GALS.
·13.
(a) 59,000.0 GALS.
] (b) 59,000.0 GALS.
l
I (c) 59,000.0 GALS.
·14.
(a) 2,500.0 C.Y.
J
] (b) 2,500.0 C.Y.
J
(c) 2,500.0 C.Y.
J
J5· (a) 3,620.0 C.Y.
J
J
J
Application of Item 2(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
______ DOLLARS ($ ___ _,&. _____ CENTS
Total in-place cost for Items 2(a) and 2(b); PER GALLON;
_____ DOLLARS ($ ____ )& _____ CENTS $ ____ _
CRS emulsified, polymerized asphalt +3% latex by volume (2% by
weight); for Single Course, MATERIALS ONLY; PER GALLON;
______ DOLLARS($ ___ _,& ______ CENTS
Application of Item 3(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
______ DOLLARS ($ __ __,&. ______ CENTS
Total in-place cost for Items 3(a) and 3(b); PER GALLON;
________________ DOLLARS($ ___ _,& ______ CENTS
Surface aggregate; TxDOT Grade No. 4 uncoated crushed gravel,
meeting gradation and soundness tests, including loading and freight
at stockpiles in the City of Lubbock, for Course #1; MATERIALS ONLY;
PER CUBIC YARD;
_______ DOLLARS($ ___ _,& __________ CENTS
Application of Item 4(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
____________ DOLLARS($ ___ _,& ___________ CENTS
Total in-place cost for Items 4(a) and 4(b); PER CUBIC YARD;
$ _______ _
-_;
__________ DOLLARS{$ ____ _,& __________ CENTS $ _______ _
Surface aggregate; TxDOT Grade No. 5 uncoated crushed gravel,
meeting gradation and soundness tests, including loading and freight
at stockpiles in the City of Lubbock, for Single Course and Course #2;
MATERIALS ONLY; PER CUBIC YARD;
___________ DOLLARS ($ ___ _,& _______ CENTS
2
·· 1 (b) 3,620.0 C.Y.
I
(c) 3,620.0 C.Y.
--·,
16. (a)
]
I
-i
(c)
] 7. (a)
J
1 (b)
J
J
J
J
1
J
(c)
8.
(a)
4,000.0 S.Y.
4,000.0 S.Y.
4,000.0 S.Y.
1,000.0 S.Y.
1,000.0 S.Y.
1,000.0 S.Y.
100.0 S.Y.
Application of Item 5(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items S(a) and 5(b); PER CUBIC YARD;
_____ .DOLLARS ($ ___ _,& ______ CENTS
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 ($ ___ _,&. ______ CENTS
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 11/2" Type C Hot Mix; PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items 6(a) and 6(b); PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Patching with Black Base, 6" depth (excavation of 7 1/2", with
replacement of 6" Black Base and 1 1/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
______ DOLLARS ($ ___ _,&. ______ CENTS
Installation of Item No. 7(a), including all items such as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 7 1 /2" and replacing with 6" of Black
Base and 1 1 /2" Type C Hot Mix; PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items 7(a) and 7(b); PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Patching with Black Base, 9" depth (excavation of 10 1/2", with
replacement of 9" Black Base and 1 1/2" Type C Hot Mix),
MATERIALS ONLY; PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
3
$ _____ _
$ _____ _
$ ____ _
·1
. I
···19
. .J .
] -
]
I
-,
]
]10.
]
J
J
J
J
J
J
(b) 100.0 S.Y.
100.0 S.Y.
(a) 100.0 S.Y.
(b) 100.0 S.Y.
(c) 100.0 S.Y.
(a) 6,000.0 S.Y.
(b) 6,000.0 S.Y.
(c) 6,000.0 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;
______ DOLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items 8(a) and 8(b); PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Patching with 2 sack flowable fill; 6" depth, (excavation of 7 1/2", with
replacement of 6" 2 sack flowable fill and 1 1/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ____ --''--CENTS
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 2 sack
flowable fill and 1 1/2" Type "C" Hot Mix; PER SQUARE YARD;
______ DOLLARS ($ ____ )&. ______ CENTS
Total in-place cost for Items 9(a) and 9(b); PER SQUARE YARD;
$ ____ _
______ DOLLARS($ ___ _,& ______ CENTS $ ____ _
Patching with 1 1/2" H.M.A.C; with approved crushed stone or
approved crushed gravel; MATERIALS ONLY; PER SQUARE YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
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;
______ DOLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items 10(a) and 10(b); PER SQUARE YARD;
-_,,,.
_______ DOLLARS ($ ___ _,& ______ CENTS $ ____ _
4
1
\
I 11.
--,
·1
)
"J.
J
J
I
(a)
(b)
{c)
~-j {b)
J
j (c)
j 13.
(a)
]
J
J
J
J
J
(b)
(c)
250.0 L.F.
250.0 L.F.
250.0 L.F.
500.0 S.Y.
500.0 S.Y.
500.0S.Y.
250.0S.Y.
250.0 S.Y.
250.0 S.Y.
Curb and Gutter; 6" concrete, Class E (3,000 psi@ 7 days), 30" wide
separate gutter or sawtooth curb and gutter; MATERIALS ONLY;
PER LINEAR FOOT;
______ DOLLARS ($ ___ -& ______ CENTS
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 locations as directed by the Street Superintendent; PER LINEAR FOOT;
______ DOLLARS ($ ___ _,&. ______ CENTS
Total in-place cost for Items 11(a) and 11{b); PER SQUARE YARD;
______ DOLLARS{$ _____ _,&. ______ CENTS
Valley Gutter; 8" reinforced Class C concrete (3,600 psi @ 28 days)
(see Section IV, pages 5-6 for reinforcement information); MATERIALS
ONLY; PER SQUARE YARD;
_______ DOLLARS ($ ___ _,& ______ CENTS
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 locations as directed by the Street Superintendent;
PER SQUARE YARD;
________ DOLLARS($ & CENTS
Total in1>lace cost for Items 12{a) and 12(b); PER SQUARE YARD;
$ ____ _
______ DOLLARS ($ ___ _,& ______ CENTS $ ____ _
Sidewalk and driveway adjustment; 4" concrete (Class A, 3,000 psi @
28 days), reinforced; MATERIALS ONLY; PER SQUARE YARD;
______ DOLLARS($ _____ _,& ______ CENTS
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 locations as directed by the Street
Superintendent; PER SQUARE YARD;
______ DOLLARS ($ __ --&'-------CENTS
Total in-place cost for Items 13(a) and 13(b); PER SQUARE YARD;
______ DOLLARS ($ ___ -& ______ CENTS $ ____ _
5
· 1
12,500.0 S.Y.
(b) 12,500.0 S.Y.
]
(c) 12,500.0 S.Y.
J 15.
_ (a) 12,000.0 L.F.
I
] (b) 12,000.0 L.F.
]
~/ (c) 12,000.0 L.F.
u m 16.
]
J
J
J
J
]
(a) 500.0 C.Y.
Asphaltic Concrete Milling; milling of existing street surface;
MATERIALS ONLY; PER SQUARE YARD;
Not Applicable
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
Street Superintendent, PER SQUARE YARD;
Total in-place cost for Items 14(a) and 14(b); PER SQUARE YARD;
-----------DOLLARS(--------)& ______ CENTS
Herbicide application; spraying of weeds and grass in street Right of Way,
one foot in width; MATERIALS ONLY; PER LINEAR FOOT;
----------DOLLARS ($. ___ _,&. ______ CENTS
$ _____ _
Performance of Item No. 15(a), including all items such as labor, equipment,
licensing, and insurance, with locations as directed by the Street Superintendent;
PER LINEAR FOOT;
-----------DOLLARS ($. ___ _,& ______ CENTS
Total in-prace cost for Items 15(a) and 15(b); PER LINEAR FOOT;
----------D.OLLARS ($ ___ ~& ______ CENTS
Asphaltic concrete crushing; crushing of asphaltic material salvaged from
patching operations; MATERIALS ONLY; PER CUBIC YARD;
--------·DOLLARS ($ ____ _,& __ ----__ CENTS
6
$. ____ _
-1
--1
J
--1
]
--1
I
l
(b) 500.0 C.Y.
(c) 500.0 C.Y.
Performance of Item No. 16(a), including all items such as labor, equipment,
removal, crushing, and delivery of asphaltic material, with locations as directed
by the Street Superintendent; PER CUBIC YARD;
______ DOLLARS ($ ___ _,& ______ CENTS
Total in-place cost for Items 16(a) and 16(b); PER CUBIC YARD;
_______ DOLLARS($ ___ -& _______ CENTS $ ____ _
Total for Items 1(a) through 16(a) MATERIALS ONLY $ ________ _
Total for Items 1(b) through 16(b) LABOR, EQUIPMENT, ETC $ ________ _
Total for Items 1 (c} through 16(c) $ ________ _
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
l Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 120 (ONE HUNDRED TWENTY) working days
I thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as
liquidated damages the sum of $500 (FIVE HUNDRED) for each consecutive calendar day in excess of the time set forth herein
· above for completion of this project, all as more fully set forth in the general conditions of the contract documents.
-1 Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction
.1 number 28 of the General Instructions to Bidders.
] Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30} calendar days after the
scheduled closing time for receiving bids. .
] The undersigned Bidder hereby ~eclares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or
"1_·_ before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided
Jin the contract documents.
_ Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
]check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than five percent (5%} of the total amount of the bid submitted
as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds.(if J required) within fifteen (15} days after notice of award of the contract to him.
Enclosed with this bid Is a Cashier's Check or Certified Check for Dollars
J
($ or a Bid Bond In_ the sum of Dollars ($ , which It is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid Is accepted by the
Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said J bid; otherwise, said check or bond shall be returned to the undersigned upon demand.
J
J
7
l
I
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a}, a
competitive sealed bid that has been opened may not be
. changed for the purpose of correcting an error in the bid
price. THEREFORE, ANY CORRECTIONS TO THE BID
PRICE MUST BE MADE ON THE BID SUBMITTAL FORM
PRIOR TO BID OPENING.
}seal if Bidder is a Corporation)
ATTEST:
lecretary
I Bidder acknowledges receipt of the following addenda:
Addenda No. Date ___ _
1Addenda No. Date
!Addenda No. Date ___ _
·· Addenda No. Date ___ _
JM/WBE Firm: Woman Black American
Date:. ______________ _
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: __ _
Fax: ___ _
His anic American Asian Pacific American
J
]
J
J
J
J
J
1 8
I I . . l
·· 1
., ... j
··1
.. -~ j
. ··i
D
'EI
I
r:·1
"-··
u
~
t.::-i·
i1
f.::·J. Li
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: 2004 SECONDARY STREETS MAINTENANCE PROGRAM
ADDRESS: LUBBOCK.TEXAS
1TB NUMBER: 217-03/RS
PROJECT NUMBER: 90323.9240.20000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
I ,
}
''1
-·1
, ... l
I 1
"j
··1
[]
[l
I
:J ~--
rj --
w
~ .
r ·1
'-"-
u
J
u
fj
t.,
LJ
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
INDEX
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL-BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
NOTICE TO BIDDERS
lJ
.. ·i
r·1
I
r.·J ;
L
n ,. I LJ
LJ
u
lJ
NOTICE TO BIDDERS
1TB #217-03/RS
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 3:00
o'clock p.m. on the 17th day of December, 2003, or as changed by the issuance of formal addenda to all pfanholders, to
furnish all labor and materials and perform all work for the construction of the following described project:
"2004 SECONDARY STREETS MAINTENANCE PROGRAM"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in
the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written.
Bids are due at 3:00 o'clock p.m. on the 17th day of December, 2003, and the City of Lubbock City Council will
consider the bids on the 8th day of January. 2004, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as
soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities.
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds
should be issued by a company carrying a current Best Rating off! or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after
notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non-mandatory pre-bid
conference on 2nd day of December, 2003 at 11 :00 o'clock a.m., in the Training Conference Room L01, Lubbock,
Texas.
Plans and specifications may be obtained from the City of Lubbock Purchasing Department, 1625 13th
Street, Room L04, Lubbock, TX 79401, Phone: (806) 775-2167. Plans and specifications will be shipped at the bidder's
expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping
charges and must furnish the name of the service to be used and the bidder's account number.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-bid meetings and
bid openings are available to all persons regardless of disability. If you would like bid information made available in a more
accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at
least 48 hours in advance of the meeting.
CITY OF LUBBOCK
I--K:I' \'t.2'ttl' "t:i-i-02,(_--
VICTOR KILMAN
PURCHASING MANAGER
GENERAL INSTRUCTIONS TO BIDDERS
rl
[1
I
fj• t
u
0
u
LJ
1
2
3
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY. TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish 2004 SECONDARY
STREETS MAINTENANCE PROGRAM per the attached specifications and contract documents. Sealed
bids will be received no later than 3:00 p.m. CST, the 17th day of December, 2003 at the office listed
below. Any bid received after the date and hour specified will be rejected and returned unopened to the
bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled
in the lower left-hand corner: "ITB #217-03/RS, 2004 SECONDARY STREETS MAINTENANCE
PROGRAM" and the bid opening date and time. Bidders must also include their company name and
address on the outside of the envelope or container. Bids must be addressed to:
1.2
1.3
1.4
Victor Kilman, Purchasing Manager
City of Lubbock
1625 13th Street, Room L-04
Lubbock, Texas 79401
Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver
bid, we suggest that he/she use some sort of delivery service that provides a receipt.
Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
PRE-BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (1TB) documents, a non-mandatory pre-bid meeting
will be held at 11 :00 a.m .• December 2nd. 2003 in Training Conference Room L01, Lubbock. Texas. All
persons attending the meeting will be asked to identify themselves and the prospective bidder they
represent.
2.2 It is the bidder's responsibility to attend the pre-bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre-bid meeting to bidders who do
not attend the pre-bid meeting.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the 1TB are made by written bid addenda.
3.2
3.3
3.4
Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the
event the Purchasing Department deems the interpretation to be substantive, the interpretation will be
made by written addendum issued by the Purchasing Department. Such addendum issued by the
Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (1TB) and will
become part of the bid package having the same binding effect as provisions of the original bid. NO
VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for
interpretation considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing Department no later than five (5) days before the bid closing date.
All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing Department in writing or in this 1TB should be used in
preparing bid responses. All contacts that a bidder may have had before or after receipt of this 1TB with
any individuals, employees, or representatives of the City and any information that may have been read in
any news media or seen or heard in any communication facility regarding this bid should be disregarded in
preparing responses.
The City does not assume responsibility for the receipt of any addendum sent to bidders.
1
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with a'[
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents,
shall be given to the Purchasing Manager and a clarification obtained before the bids are received,
and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it
shall be deemed that the bidder fully understands the work to be included and has provided
sufficient sums in its bid to complete the work in accordance with these plans and specifications.
If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions,
then it shall be deemed for all purposes that the plans and specifications are sufficient and
adequate for completion of the project. It is further agreed that any request for clarification must
be submitted no later than five (5) calendar days prior to the opening of bids.
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to
release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from
public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the
event a public information request is received for a portion of your bid that you have marked as being
confidential information, you will be notified of such request and you will be required to justify your legal
position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code, in
the event that it is determined by opinion or order of the Texas Attorney General or a court of competent
jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the
Government Code and Section 252.049 of the Local Government Code, then such information will be
made available to the requester.
6.3 Marking your entire bid CON FIDENTIAUPROPRIETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES. PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may
be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any
employee, official or agent of the City of Lubbock.
·,
. -l
[l
Fl LI
I
[]
D .
B
[J
rJ I...
. D
LJ
LJ I
rJ k
10
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment,
advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion
concerning this bid.
CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for
the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
11 PLANS FOR USE BY BIDDERS
12
13
14
15
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the
bidder's responsibility to advise the Purchasing Manager if any language, requirements, etc., or any
combinations thereof, inadvertently restricts or limits the requirements stated in this 1TB to a single source.
Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing
Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be
made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL
INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (1TB) MUST BE
SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID
CLOSING DATE AND ADDRESSED TO:
RON SHUFFIELD, SENIOR BUYER
City of Lubbock
1625 13th Street
Lubbock, Texas 79401
Fax: (806) 775-2164
Email: RShuffield@mylubbock.us
TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within ONE
HUNDRED TWENTY (120) WORKING DAYS from the date specified in the Notice to Proceed issued by
the City of Lubbock to the successful bidder.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified .
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
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
3
contemplated by the contract documents have been paid in full and that there are no claims pending, of which the
Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to
procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be
recognized and accommodated and will not, in any way, result in hardware, software or firmware failure.
The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the
procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
18 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.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
4
] 20
21
ri L
22
[]
I
23
f]
L.
f"J L,
D
0
Ll 24
fJ l l.,
LJ
25
u
fj ! L
[J
TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve
the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of
the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use
utmost care so as not to endanger life or property and the Contractor shall further use only such methods
as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City
and written notice of cancellation or any material change will be provided ten (10) days in advance of
cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right
to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this
contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also
shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact
business in the State of Texas and shall cover all operations in connection with this contract, whether
5
performed by the Contractor or a subcontractor, or separate policies shall be provided covering the
operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN
FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK
ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH
SUBCONTRACTOR.
26 LABOR AND WORKING HOURS
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount,
not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the
work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his
classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made,
or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on
whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each
calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
l
-:,i
28
~-l
--1 29
rl
~ J
[J
n K
I
LJ
r1 L.
D 30
'
D
n I,..,
u
u ' '
u 31
LJ
]
PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price written
in figures, the price written in words shall govern.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a 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.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d} Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
0) Alf other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
ff Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
7
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the
bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items 1 through 16.
32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR
FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS
INVITATION TO BID.
rJ
I
: I
, l
u
FJ ... ,
BID SUBMITIAL
--,
I
I
r_._._--J
?/::. ~.
J
I
l
1
J
J
D1c·03·03 1Z:11JIIII From-CITY OF Ll!BOCK·PURCHASING
City of Lubbock
PURCHASING OEPAATM£NT
ROOM 1.04, MUNICIPAL BUILDING
1615 13T~ STREET
LUBBOCK, TEXAS 79.C01
PH: (806) ns-2167 FAX: (806)715-2164
http://µurchasin11,ci.lubbock,ex.us
MAILED TO VENDOR:
CLOSE DATE:
8067752164 T-187 P.01/12 F-222
1TB #217-03/RS, Addendum #2
ADDENDUM#2
1TB #217-03/RS
2004' Secondary Streets Ma;ntenance Program
December 2, 2003
December 17, 2003 '9 3:00 p.rn.
The following items take precedence over specifications for the above named Invitation to Bid (1TB).
Where any item called for in the 1TB documents is supplemented here, the oriainal requirements, not
affected by this addendum, shall remain in effect.
1. Ple~se. ffnd. enc\osecl th_e revts~ City of Lubboc~. Bid form tor your. bid s4bri]jttal. On pa git 7 of the
Bid submittal form 1tO(one hundrecHwenty) working :days· has b~n changed to 120(one hundred
twenty) conse~tive calendar days.
2. General Instruction~ To Bidders. Page 3, Section 13, 120((one hundred 'twenty)\¥Qridl'l8 clays ·has
been changed to 120(one ·hundred twenty) consecutive· calendar days.
3. sp·ectal Conditions, page -1, sectior, 1, 1ZO(one tlundred twenty) workina days has been changed t:o
120(one huoqred twenty) consecutive calendars days.
4. Please find enclosed the Sfte ,Work Measurement and Payment.se,ctioo.· Item 17 h"s been added .. to
th'is section.
Alt requests tor addttional Inf ori11atfon or clanflc:ation must be submftted in writing and directed .to:
Ron Shuffield, Senior 8uyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to rshuffietd@mail.ci.lubbock.tx.us
THANK YOU.
It fs the tntent anc:1 purpose of the City of Lubbock that this request permits competitive bids. It shall be the
btdder'1 res~Nlbl!ltV to actvtse the City pf Lubbock Purchasfn1 tMoaaer if any tan1uage. a,gujremems. ,u: .. or
any c:ombtnatlons tll9reof1 lnadveaeotty !'!§trtcts or limits the regufrem~nts stated in this 1TB tog single sourc:e.
Such notification must be submitted fn wrltlna and must be received by the Pu~huins MAnag•r no later than five
(5) buiiness days prior to the bid (lose dat~. J.. review of suc;h notifk:ati0fl5 will be made.
217-o3RSAdd2
J
I
]
]
]
D,c-03·03 12:121>11 From-CITY OF L~BOCK·PURCHASING 8067752164 T-187 P.02/12 F·Z2Z
DATE: /2-t7-o ~
BIO SUBMITI'AL
UNIT PRICE CONTRACT
PROJECT NUMBER: #217-03/RS • 2004 SECONDARY STREETS MAINTENANCE PROGRAM
Bidof s·ro, LTO DBA L.coti 1TA;tt, Dlll..T S-'edc,,10:Gr: (hereinafter called "Bidder")
To the Honorable Mayor and City Council, City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to bid for the construction of a 2004 SECONDARY STREETS
MAINTENANCE pROGRAM having carefully examined the plans, specifications, Instructions to bidders, notice to bidders and all
other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the
construction of the proposed project, including the availability of materials and labor, hereby intended to fumish all labor,
materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within
the time set fonh therein and at the prices stated below. The price to cover all expenses incurred inperforming the work required
under the contract documents.
Item
No.
Quantities
& Units
1.
(a) 92,290.0 GALS.
(b) 92,290.0 GALS.
(c) 92,290.0 GALS.
2.
(a) 100,940.0 GALS.
Description of Item
& Unit Price
CRS emulsified, polymerized asphalt +3% latex by volume (2% by
weight}; for Course #1, MATERIALS ONLY; PER GALLON;
~ O · DOLLARS($ .1s )& PJ&~fy -.ftv<.--CENTS
Application of Item 1 (a), including all items such as labor, equipment.
preparation of existing surface. etc.; PER GALLON;
-t> -DOLLARS ($ ,. 3 '/ )& f6cai7 -/},<.IA.. CENTS
Total In-place cost for Items 1 (a) and 1 (b): PER GALLON;
(
t>~ ti' DOLLARS ($ I, ,;I.. 'i )& tw@., ./.., -1--'IAJE CENTS
CRS emulsified, polymerized asphalt +3% latex by volume (2% by
weight); for Course #2, MATERIALS ONLY; PER GALLON;
-o ~ DOLLARS($ ~ C;~ )&,t);e!!, /e.,,e-CENTS
Total
Amount
3 ,, ~ ?8, 'o
v $ /l'L oS"V,ID
I
fl J
J
]
J
J
J
J
J
3.
4.
5.
D1t·D3·03 IZ:12pni From-CITY OF LteBOCK·PURCHASING 8067752164 T•187 P.03/12 F·Z2Z
(b) 100,840.0 GALS.
(c) 100,940.0 GALS.
(a) 59,000.0 GALS.
(b) 59,000.0 GALS.
{c) 59,000.0 GALS.
(a) 2,500.0 C.Y.
(b) 2,500.0 c.v.
(c) 2,500.0 C.Y.
(a} 3,620.0 C.Y.
Application of Item 2(a), including all items such as labor, equipment,
preparation of existing surface, ~to.; F>l=R GALLON;
-C? DOLLARS ($ , 3 f )& t h,rb -~ CENTS
Total in-place cost for Items 2(a) and 2(b); PER GALLON;
CRS emulsified, polymerized asphalt +3% latex by volume (2% by
weight): for Single Course, MATERIALS ONLY; PER GALLON;
-o-DOLLARS($ ,95" )&/V1µi-J -fer1c CENTS
Application of Item 3(a), including all items such as labor. equipment,
preparation of existing surface, etc.; PER GALLON:
,_ <3 ' DOLLARS ($ , I ..f )& lli,at, -,t,,y CENTS
Total in-place cost for Items 3(a) and 3(b); PER GALLON;
~,ve,, DOLLARS($ I.:;._ 4. }& fui..17 -,v,"".,.,c;eNTS
Surface aggregate; TxDOT Grade No. 4 uncoated crushed gravel,
meeting gradation and soundness tests, including loading and freight
at stockpiles In the City of Lubbock, for Course #1; MATERIALS ONLY;
PER CUBIC YARD;
,4,ul-t:en DOLLARS($ /1, "0 )& , , "/7 CENTS
Applilcalion of Item 4(a). including all items such as labor. equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
Glveri DOLLARS($ // ,pc )& ,A.lo CENTS
Total in-place cost for Items 4(a) and 4(b); PER CUBIC YARD;
______ O.OLLARS ($ ;i S .1,0 )& CENTS
Surface aggregate; TxOOT Grade No. 5 uncoated crushed gravel,
meeting gradation and soundness tests, including loading and freight
et &tockpHes in the City of Lubbock, for Single Course and Courss #2;
MATERJALS ONLY; PER CUBIC YARD;
.fiut/11en DOLLARS ($. / .3. 7{__)& seve.-i '7 -f},.,_ CENTS
$ / 3!),2..12. (,0
I
Sl.,.1 oS'D
/
J
J
Dec-03-03 12:12pm From-CITY OF LU8BOCK•PURCHASING 9067752164 T·187 P.04/12 F·22Z
(b) 3,620.0 C.Y.
(c) 3,620.0 C.Y.
6.
(a) 4,000.0 S.Y.
(b) 4,000.0 S.Y.
(C) 4,000.0 $.Y.
1.
(a) 1,000.0 S.Y.
(b) 1,000.0 S.Y.
(c) 1,000.0 S.Y.
8.
(a) 100.0 S.Y.
Application of Item 5(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD:
---=e-~/_11_e,_" __ DOLLARS ($ //, ()O )&_-/JO ____ CENTS
Total in-place cost for Items 5(a) and 5(b); PER CUBIC YARD;
_____ DOLLARS ($ 1 t/ · 75 )& CENTS
Patct,tng with Black Base. 3" depth (excavation of 4 112·, with
replacement of 3" Black Base and 1 112u Type C Hot Mix);
MATERIALS ONLY; PER SQUARE Y ARO;
€/veto DOLLARS($ //. 7S" )& sev"*'/,,-/,.,-e.-CENTS .
Installation of Item 6(a), Including all items such as labor. equipment,
removal and disposal of asphaltic surface, callche base, and subgrade
(If soft or unstable) to a depth of 4 1/2'' and replacing with 3" of Black
Base and 1 112~ Type C Hot Mix; PER SQUARE YARD:
~/ v<?ri DOLLARS($ //. 75' )& Seve.-zf} -Jtqi!..-CENTS
Total in-place cost for Items 6(a) and 6(b); PER SQUARE YARD;
t,l,IN;1/7 -+-~11.-~·-DOLLARS ($ ;u ,S-O )& /,If] CENTS
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;
-(./..11.i-.eM DOLLARS($ /3. 7S )& 5e"e,17 -.ftV<-CENTS
Installation of Item No. 7(a), including all items sueh as labor, equipment,
removal and disposal of asphaltic surface, caliehe base, and subgrade
(if soft or unstable) to a depth of 7 1/2" and replacing with 6" of Black
Base and 11/T Type C Hot Mix; PER SQUARE YARD:
.t/i.,,_1...._M DOLLARS($ /J. 7$" )&:5fwd"7 -./1"'€.-CENTS
Total in-place cost for Items 7(a) and 7(b); PER SQUARE YARD;
fwb, b ~~ ~ "l DOLLARS ($ ,)7. 5-D )& ./. /' h CENTS
Patching with Black Base, 9" depth (excavation of 10 1/2", with
replacement of 9" Sieck Base and 1 112" Type C Hot Mix),
MA iERIALS ONLY; PER SQUARE YARD;
I! j)/.,u., DOLLARS($ '5. oc )&_IW _____ CENTS
l/7000. ()0
Dec-03·03 IZ:12PII From-CITV OF Ll!BOCK·PURCHASING
· 1
806T75Z1S4 T·IB7 P.05/12 F·Z2Z
{b} 100.0 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 10 112• and replacing with 9" of Black
Base and 1 1/'Z' Type C Hot Mix; PER SQUARE YARD;
f?c.Pl ... .eri.
~o
-!!.. f.
~] DOLLARS ($ IS-)& J'VD CENTS 1.s-oa
.,.l (c) 100.0 S.Y. Total in-place cost for Items 8(a) and 8(b): PER SQUARE YARD;
-{A,~~ DOLLARS($ 3-D. a, ,Ml.. $ ~ooo.()O /
)& CENTS
···1
9.
(a) 100.0 $.V. Patching with 2 sack flowable fill; s· depth, (excavation of 7 1/2", with
Fl replacement of 6" 2 sack flowable 101 and 1 1/2" Type C Hot Mix);
'""
MATERIALS ONLY; PER SQUARE YARD;
~ I <..HT DOLLARS ($ ( · 15' )& Se,,.,,, b_ -fev,i., CENTS c7s-.,;:} ::i
'"1 :··
~ {b) 100.0 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 2 sack
flowable fill and 1 112" Type "C" Hot Mix; PER SQUARE YARD;
~/&.Hr DOLLARS($ I
K. 75" )& Je.1L,.1.,-£...-cENTS 57S", cc
(c) 100.0 S.Y. Total in-place cost for Items 9(a) and 9(b); PER SQUARE YARD:
-J jeu~;i f~ .z, ,1 DOLLARS ($ /1, j_,o ./,./1~ /7lO ,60 /
)& CENTS $
] 10.
(a) 6,000.0 s.v. Patching with 11/2" H.M.A.C; with approved crushed stone or
approved crushed gravel; MATERIALS ONLY: PER SQUARE YARD:
/q.vo ./, .;,., -e~
] DOLLARS($ g,:TO )& CENTS /~ oco
(b) 6,000.0 S.Y. lnstaflation of Item 10(a), inclucting all Items such as labor, equipment,
J removal and disposal of existing surl'ace, (if applicable), including
prime and tack coat; PER SQUARE YARD; ,""' 'bc,,o DOLLARS ($ J .~-o )& 415 CENTS !Sr ooc.>
1
(c) 6,000.0 S.Y. Total in-place cost for Items 10(a) and 10(b); PER SQUARE YARD; / I hve..-DOLLARS($ .S. ()0 )& ~ CENTS $ '3. t>. oc /) ~ ~
1
11.
(a} 250.0 l.F. Curb and Gutter; 6" concrete, Class E (3,000 psi @ 7 days). 30" wide
separate gutter or sawtooth curt, and guner; MATERIALS ONLY;
PER LINEAR FOOT;
S~V~I" DOLLARS($ "]. s-o )& I. l'b_ CENTS /$. 7<, ...J._f.
·· 1
o,c-03-03 12:131)111 From-CITY OF LI.SBOCK·PURCHASING 8067752164 T-187 P 06/12 F-222
· 1 (b) 250.0 L.F. Installation of Item 11 (a), including all items sueh as labor, equipment, removal
and disposal of existing C & G, subgrade preparation. complete in place,
with locations as directed by the Street Superintendent: PER LINEAR FOOT;
~ l S(V~.-\ DOLLARS($ 7~ )& .I, /Jf..-; CENTS /S,7S", ,o
"J (c) 250.0 L.F. Totaf in-place cost for Items 11{a) and 11(b); PER SQUARE YARD; / I, /1,u-Is. IX' )& /w I c...r-1.$ DOLLARS($ CENTS $ l"J~-~·
•"]
12.
(a) 500.0S.Y. Valley Gutter; 8" reinforced Class C concrete (3,600 psi@ 28 days)
''l (aee Section IV, pages 5-o for reinforcement Information); MATERIALS
ONLY; PER SQUARE YARD;
'""
ti) (Iv i!-'T:. ~ ;'\ DOLLARS ($ /f. oo )& µ/110 CENTS 9'S"'", oa , "<)
~ .
'
(b) 500.0 S.Y. Installation of Item 12(a}, including all Items such as labor, equipment,
J removal and disposal of existing valley gutter, subgrade preparation.
complete in place. with locations as directed by the Street Superintendent:
PER SQUARE YARD;
I IUtA/el~~,, DOLLARS($ /f.oo >& /£1; I IJ"
"~
CENTS qs-06
(c) 500.0 S.Y. Total In-place cost for Items 12(a) and 12(b); PER SQUARE YARD; ~ I )& /'Ch .. ..c
~/..~n.J.., --t-11..i f DOLLARS($ 3/, ()~ 19~ €Jc,() -CENTS $
"J 13.
(a) 250.0S.Y. Sidewalk and driveway adjustment; 4" concrete (Class A. 3,000 psi @
28 days), reinforced; MATERIALS ONLY; PER SQUARE YARD; t:>·
J to.>f /u-e..-DOLLARS ($ /;. :P> )& ~117 CENTS 3.1;. S-'
] (b) 250.0S.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 locations as directed by the Street
Superintendent; PER SQUARE YARD;
J -6w..:> fv--t./ DOLLARS ($ lrJ ·So )& ./1/JI-, CENTS d /.;z S"
,cc
1
(c) 250.0 S.Y. Total in-place coat for Items 13(a) and 13(b}; PER SQUARE YARD;
l,__.,,_ 6 _.ft._,_. DOLLARS($ d5-cc / )& )1,-0 CENTS $ t.,~~o ,e•
··1
'J
1.1· .. ·.·.· ii
J
I
J
J
l
J
Dec-03-03 IZ:13pra From•CITY OF Ll!BOCK•PURCHASING 8D6T752164 T•187 P.07/12 F-222
14.
(a) 12,500.0 S.Y.
(b) 12,500.0 S.Y.
(c) 12,600.0 SY.
15.
(a) 12,000.0 L.F.
(b) 12,000.0 L.F.
(c) 12,000.0 L.F.
16.
(a) 600.0 C.Y.
(b) 500.0 C.Y.
(c) 500.0C.Y.
A&phaltic Concrete Milling; milling of existing street surface;
MATERIALS ONLY; PER SQUARE YARD;
Not Applicable
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
Street Superintendent, PER SQUARE YARD;
.ft.vc d,;l/.,n..-DOLLARS ( .:f.lS"' )& )l'/'h,~ CENTS a<(,1 f7S. 00
Total in-place cost for Items 14(a) and 14(b); PER SQUARE YARD:
~ -~ l&"-:J DOLLARS ( ,2, IS' )& t<//.,~-~ CENTS
Herbicide application: spraying of weeds and grass in street Right of Way,
one foot in width; MATERIALS ONLY; PER LINEAR FOOT;
--o . DOLLARS($ ,:Jo )& -t/. •/f.-tz CENTS
Performance of Item No. 15(a), including all items such as labor, equipment,
licensing, and insurance, with locations as directed by the Street Superintendent:
PER LINEAR FOOT:
___ -_o_· __ DOLLARS($ , 1 o )& t:A i,tt,1'"1 CENTS
Total In-place cost for Items 15(a) and 15(b): PER LINEAR FOOT;
-o . DOLLARS ($ • I, 0 )& 5 r, 6 CENTS
Asphaltfc concrete crushing; crushing of asphaltic material salvaged from
patching operations: MATERIALS ONLY: PER CUBIC YA.RO;
..([µ._ DOLLARS($ /. ;z.5-)& -t-~,J., -f!~ CENTS
Performance of Item No. 18(e), inetuding all items such as labor, equipment.
removal, crushing, and delivery of asphaltle material, with locations as directed
by the Street Superintendent; PER CUBIC YARD;
-t'f 11-<t. DOLLARS ($ 3-).r )& ~ 4 -.f, ._J., CENTS
Total in-place cost for llems 16(a) and 16(b); PER CUBIC YARD;
Si~ DOLLARS($ ~~ }& l./'6_ CENTS
$ 7~0. ~
$ 3JSC, tJO
v
/
'"
/
,-l
:'1 ~J
I
]
]
J
J
J
}
. l
1
De~·03·03 IZ:13Pftl From-CITY OF Lll!BOCK·PURCHASING B06775Z164 T-187 P-08/IZ F•ZZZ
17;
(a) 9,000.0 tabs
(b) 9,000.0 tabs
Paint stripe tabs for all stre.Et.ts requiring lane line repainting;
MA TE RIALS ONLY: Pl;:R TAl3:
___ -& __ . __ DOLLARS($ ,7° )& .:H-tz CENTS
Installation of Item No. 16(a). including all items such as labor. equipment,
preparation of eXisting surface, etc; with locations as directed by the Street
Superintendent; PER TAB;
-(). DOLLARS($ ,. ]O )& 5-1u~~t1 CENTS
(c) 9,000.0 tabs Total in·place cost for Items 16(a) and 16(b); PER TAB;
__ o-'-1·_~-___ DOLLARS ($ /,i-/0 )& ,.4.,.,.__6 CENTS
.::_0'/
$ I,?,, ~O().
Total for Items 1(a) through 17(a) MATERIALS ONLY
Total for Items 1(b) through 17(b) LABOR, EQUIPMENT, ETC
Total for Items 1(c) through 17(c)
$ ,t/ )_,o/ 0 tf 3 'S-6 ·-------'------
$._,....._t1...,.8 __ '1_._, l_t>_3_. _~_0_
$. __ ] .... 1 ... 'f ....... , _I'{-..._'-_· 7 .... D __
(Amount shall be shown in boU, words and numerals. In case of discrepancy, the amount shown in wards shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice
to Proceed" of the OWner and to fully complete the project within 120 (ONE HUNDRED TWENTY) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as
liquidated damages the sum of 500.00 (FIVE HUNDRED DOLLARS) for ea-ch consecutive calendar day in excess of the time set
forth herelnabove 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 proposal shall be completed and submitted in accordance With instruction
number 28 of the General Instructions to Bidders.
Bidder understands that the OWner reserves the right to reject any or an bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be Withdrawn for a period of thirty (30) calendar days after the
sehec:1Ulecl closing Ume for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefuffy 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 U,e date specified in the written notice to proceed, and to substantially complete the work on Which he has bid; as provided
in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amotJnt not less than five percent (5%) of the total amount of the bid submitted
as a gtJarantee that bidder will enter into a contract, obtain all required insurance policies. and execute ell necessary bonds (if
required) within (ten) 10 days after notice of award of the contract to him .
Enclosed with this proposal is a Cashier's Check or Certified Check for ___________ _
Dollars ($ or a Bid Bond In the sum of S 70: Dollars
($ , which it is agreed shall be collected and retained by the owner as liquidated damages in the event
the bid Is accepted by the owner and the undersigned fails to execute the nec.easary contract documents, insurance
cartific:at•, and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written
/
I
J
J
]
]
]
Dac-03-03 1Z:13pn From-CITY OF LIJ!BOCK·PURCHASING 8067752164 T-187 P.08/1Z F·ZZZ
notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him tor his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid
price. THEREFORE, ANY CORRECTIONS TO THE SID
PRICE MUST BE MADE ON IHE BIO SUBMITIAL FORM
PRIOR TO BID OPENING.
(Seal if Bidder is a Corporation}
ATTEST;
Secretary
Slelcler aeknowtedges receipt of the following addenda:
Addenda No. / Date 11-1'1-o~
Addenda No. __,,rJg..__ Date 1~-oi+-d
Addenda No. Date. __ _
Addenda No. Date __ _
Woman Black American
Date: / :i -/ 1 -l> ~
~~~na~
(Printed or Typed Name}
A~ltL A-. ii..'-/
City, County 1'1.~ ' ?4l'~}
State Zip Cocle
Telephc.me; ,ft>G • 7/JS-,0,1
Fax: !lo " z <1 s-"''(o 7 Y:
Native American
HI nlc American Asian Pacific American Other
M/WBE Firm:
·-1
' 1
I
r-1 t. 3.
L
4.
[1 s.
16.
7.
C j 8.
9.
]10.
]
]
J
J
J
J
J
J
~lllJtt:.
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
fl tt 'i, I /w.-<.lu ,t./ D &-
D D
D D
D D
D D
D D
D D
D D
D D
D D
9
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
· ·11, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
ireviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a
ralid insurance certificate to the City meeting all of the requirements defined in this bid/proposal.
Contractor (Print)
~-1CONTRACTOR'S FIRM NAME: _,_·r_o __ L-_,_D __ 0_8A __ h>_11_.-_fl_<t-._;,4,1. __ tJ_1A.._7 _.....! _t_i4_-'_1'.)~---
(Print or Type )
I
CONTRACTOR'S FIRM ADDRESS: //fµ U11,.1.on. b ,,L...._
' l ~J/,.,.,/1. f ~ VM --~'--';..c_---'--~;;.__----------
Name of Agent/Broker: _ __.,,.5,e..;.,4.:..;.,IV_,=_,"1.....;;._"---=..:Z:c...11........._s--="l=/f.="':.:..,lf/_t'_c--_ __._A_.,,'+-1 -'-'I!' "'-'-'~"'7------
tJAdd ress of Agent/Broker: -=-t~?o.:...:J;;.__---"'~=...i.:..,,()....,1...,,p=tvf?::..:...... _____________ _
[]City/State/Zip: /...,.,,.~41, u. Tr:~">
Agent/Broker Telephone Number: ( ;c <,, ) __ ?_~;.._-_..r_s--_,_..f _______ _
_ ]Date: /:L -17-CJ
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and
·-award the contract to another contractor. If you have any questions concerning these requirements, please
contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
]BID #217-03/RS -2004 SECONDARY STREETS MAINTENANCE PROGRAM
] 10
]
,·J
]
-.l
j
]
J
]
l
J
J
J
Dec-03·03 12:14pm From-CITY OF LI.SBOCK·PURCHASING 8D6T752164 T-187 P.10/12 F·Z2Z
1TB #217-03/RS, Addendum #2
SITE WORK MEA$UREMEHTAND 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 and specifications. Cost of work or materials shown on the plans or
called for fn the specifications and on which no separate payment ts made shall be included in the
btd prices on the various pay items.
Item Numbers 1, 2, AND 3 ASPHALT APPLIED FOR SINGLE COURSE AND TWO-COURSE PURPOSES
Payment for this unit price bid shall be paid for actual gallons used in the Ctty"s Secondary Streets
Maintenance Program. This unit price shall be full compensation for furnishina, sweeping and
applyins asphalt· as described in Section 14 of the Specifications, and all manipulations, labor,
tools equipment and incidentals to complete the work herein specified.
Item Numbers 4 and 5 AGGREGATE FOR SINGLE COURSE AND 1WO-COURSE PURPOSES
Payment of this unit price bid shall be made for actual cubic yardage used in the process of single
course and two-course. All crushed gravel shall have a maximum of fifteen percent (15%) loss
when tested by the (4) four cycle Magnesium Sulfate Soundness TiMt (A.S.T.M. C·S8). Cr1.1Shed
gravel shall have a mintmum of 50 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 accord1mce with
Test Method Tex 224-F. final acceptance of the aggregate shall be made only AFTER the material
. is in stockpile in the Ctty of Lubbock. Thfs payment being full compensation for furnishing and
placing all materials including spreadins, broomine and rolltns with pneumatic roller and all
necessary clean-up labor, tools, equipment and incidentals necessary for the completion of work as
herein specified.
Item Number 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, haulins,
rolling, tamping and placfng 1-1 n.·· 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.
Item Number 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 1-1 /2" of Hot·Mtx surface and all manipulations, labor, tools,
equipment, traffic provisions, barricades, fla1men and other incidentals necessary to complete the
work as herein specified.
Item Number 8, PATCHING WITH 9 INCHES OF BLACK BASE
Measurements st,aU be made of the actual area patched, and shall be paid for at the unit price bid
per square yard of patchfng. This unit price shall be full compensation for removal of asphalt,
caliche base and any subgrade that is soft or unstable and includint tack coat, 9" of black base and
1 1 /2" of Type "C" of Hot Mix surface and all manipulations, labor, tools, equipment, traffic:
217-03RSAdd2
·1
. J
' 1
l
J
l
I
]
]
J
J
J
Dec-03-03 IZ:14pni From•CITV OF Ll!BOCK·PURCHASING B06TT5Zl64 T·IBT P.11/12 F·ZZZ
1TB #217-03/RS, Add1ndum #2
provisions, barr1cades,flagmen and other incidentals necessary to complete the work as herein
specified.
Item Number 9. PATCHING WITH 6 INCHES OF 2 SACK CEMENT FLOWABLE FILL STABILIZER
Measurement shall be made of the actual area patched, and shall be pa;d for at the unit pnce bid
per clb1c yard of two sack cement flowable fi\l stabilizer. This unit price shall be full
compensation for removal of asphalt, caliche base and any sul>-grade that is soft or unstable and
including tack coat, six W) inches two (2) sack cement flowable fill stabilizer and 1 ·1 /2" of Type
"C" Hot-Mix, including removal, haul disposal of materials excavated, hauling, placing, rolling,
tampine and placina 1-1 /2'' of hot·mix sur1ace and all manipulations, labor, tools, equipment,
traffic provtsions, barricades, flagmen and other incidentals necessary to complete the work as
herein specified.
Item Number 10. PATCHING WITH 1-1/2 INCHES OF HOT·MIX
Measurement shall be made of the actual area and shall be paid for at the unit price bid per square
yard. This unit price shall be full compensation for removal and disposal of the existinc surfaces
(asphalt), all sawing, brooming, blading, wettfng, 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 furn1shing and placing one and one-half
inches ( 1 ·1 /2") of Type ·c•· hot-miX, including freight, preparing, hauling and placing au materials,
and all manipulations, labor, tools, equipment, and incidentals necessary to complete the work as
herein specified.
Item Number 11. CURB AND GUTTER
Measurements shall be made of the actual linear feet removed and replaced, and shall be paid for
at the unit price per linear foot. This unit price shall be full compensat1on for removal and disposal
of the existing curb and 1utter, for preparation of the sut>arade, and for construction of the new
30" curb and gutter: including all manipulations, labor, tools, equipment, hauling, placing all
materials, expansion joint material, curinc compound, concrete additives, and incidentals
necessary to complete the work as herein specified.
Item Number 12, VALLEY GUmR
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 autter; including all manipulations, labor (including sawina, if necessary), tools, equipment,
hauUng, placing all materials, joint material, curing compo~d, concrete additiVes, reinforcing
materials, and incidentals necessary to complete the work as herein specified.
Item Number 13. 4" CONCRETE SIDEWALi< AND DRIVEWAY ADJUSTMENT
Measurements shall be made of the actual area removed and replaced, and shall be pa1d for at the
unit pnc:e per square yard. This unit pnc:e shall be full compensation for the removal and disposal
of existinc materials, preparation of the subgrade, and for construction of the new
sidewalk/driveway; tncludtng all manipulations, labor, tools, equipment, hauUng, placing all
materials, Joint material, curing compound, concrete additives, reinforcing materials, and
incidentals necessary to complete the work as herein specified.
Item Number 14. ASPHALTIC CONCRETE MILLING
Measurements shall be made of the actual area milled, and shall be paid for at the unit price per
square yard. This unit price shalt 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
217.03RSAdd2
,·]
J
]
J
J
J
.1
]
1
1
J
D1c·D3·03 IZ:14pni From-CITY OF LI.SBOCK·PURCHASING 8067752164 T-187 P.12/12 F-ZZZ
1TB #217~/RS. Addendum #2
Department. The areas to be milled and the stockpiles of the milled surface shall be at the
direction of the Street Superint@ndent.
Item Number 15. HERBICIDE APPLICATION
Measurements shall be made of the actual linear feet sprayed, at the specified width, and shall be
paid for at the unit price per linear foot. This unit price shall be full compensation for the
chemicals, spraying, all labor, equipment, Ucenslns, and insurance. Locations wm be as directed
by the Street Superintendent.
Item Number 16. ASPHALTIC CONCRETE CRUSHING
Payment of this unit price bid shall be made for the actual cubic yardage of asphaltlc concrete
material crushed and stockpiled from the patching operations. This payment bein£ full
compensation for the loading, hauling, crushing, and delivery of the material to two sttes
maintained by the City Of Lubbock Street Department, N Av~ K and Erskine Street and 86°' and
Avenue P. The material shall be crushed Into particles not more than 1 1 /l 1nches in siz.e. !.bt
gushed a1phaltic t.oncrete material shall remain the property of the CiN of Lubbock Street
Department.
Item Number 17.
217-03RSAdc12
f• ~
r•'".·.···}
]
J
I
-1
J
]
J
J
!
I
I1IlSUf0f5 P.O. Box 2683 • 3701 W Waco Drive• Waco, Tx 76702-2683
UQeffillltJ Bonds• 800-933-7444 • P&C • 877-282-1625 • info@insurors.com l,ompany ______________________ _
BID BOND
Bond No. 505966
KNOWN ALL MEN BY THESE PRESENTS, that we STD, Ltd. dba Lone Star Dirt & Paving of11820 University Ave Lubbock,
TX 79423 as Principal, hereinafter called the Principal, and INSURORS INDEMNITY COMPANY, Waco, Texas, as Surety,
hereinafter called the Surety, are held and firmly bound unto the City of Lubbock as Obligee, hereinafter called the Obligee, in
the sum of 5% of the greatest amount bid not to exceed forty thousand and no/100 ($40,000.00) 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 2004 Secondary Streets Maintenance Program.
NOW, THEREFORE, If the contract be timely awarded to the Principal and the Principal shall within such time as specified in
the bid, enter into a contract in writing and give bond with good and sufficient surety, or, in the event of the failure of the
Principal to enter into such Contract and give such bond or bonds; if the Principal shall pay to the Obligee the difference not to
exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good
faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final
contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been
firmly committed to cover the entire cost of the project.
Signed and sealed this 17th day of December, 2003.
CBB 7/97
STD, Ltd. dba Lone Star Dirt & Paving
(Principal)
By, J/~ ,/~
(Seal)
Title: ~ / &_,, ---''--"C.."----""'='---,71<------------
INSUR ORS INDEMNITY COMP ANY
No Text
' !
' l
1
I
J
J
J
J
CERTIFICATE OF REINSURANCE
No:ERCCOOl
This certifies that, as of the date of this certificate. Everest Reinsurance Company has in force the
reinsurance agreement described below:
Name of Reinsured: lnsurors [ndemnity Company
Address: 3701 W. Waco Drive, Waco, Texas 75702-2683
Reinsurance Agreement: Surety Bond Surplus Share
Whereby a l 0096 share of the liability assumed by Jnsurors [ndemnity Company under the below-
described bond or bonds is reinsured by Everest Reinsurance Company.
PRINCIPAL: STD, Ltd. dba Lone Star Dirt & Paving
ADDRESS: 11820 University Ave, Lubbock, TX 79423
OBUGEE: City of Lubbock
BOND NUMBER: ..;:5=0=59:;.;:6=6------------------
BOND .AMOUNT: 5% of greatest amount bid
EFFECTJVEDATE:...:.1.;;;;2/~1.;..;7/..;;.0~3------------------
COVERING: 2004 Secondary Streets Maintenance Program, 1TB #: 216-30/RS
Subject to the terms of the reinsurance agreement
Everest Reinsurance Company has issued this Certificate this 17th day of December, 2003
' ; '
ATTEST: ·-----1M1 ti ( <.:1 rr;J.._
, . f< l .~''
J
[SSUANCE OF THE FOREGOING CERTIFICATE CREATES NO DIRECT OBLIGATION ON THE PART OF EVEREST
REINSURANCE COMPANY TO ANY THIRD PARTY, INCLUDING BUT NOT LIMITED TO THE OBUGEE OR
OBLIGEES UNDER THE ABOVE-DESCRIBED BONO OR BONDS. NOR DOES ISSUANCE OF SUCH CERTIFICATE
CREATE ANY DIRECT RIGHT OR ACTION BY ANY THIRD PARTY, INCLUDING BUT NOT UMITED TO THE
OBLIGEE OR OBL!GEES UNDER THE ABOVE-DESCRIBED BOND OR BONDS AGAINST EVEREST REINSURANCE
COMPANY.
·-1
I
;J
I
~I
J
l
J
J
J
1
I~n urors P.O. Box 2683 • 3701 w. Waco Drive• Waco, Tx 76702-2683
effilll_!:y Internet info@insurors.com • 800-933-7444 • Fax413-778-4722 on1pany-~~~~~~~~~~~~~~~~
IMPORTANT NOTICE -AVISO IMPORTANTE
To obtain information or make a complaint:
You may call Insurors Indemnity Company's toll-free
telephone number for information or to make a complaint
at:
1-800-933-7444
You may also write to Insurors Indemnity Company at:
P.O. Box 2683
Waco, TX 76702-2683
Or
3701 W. Waco Drive
Waco, TX 76710
You may contact the Texas Department oflnsurance to
obtain information on companies, coverages, rights or
complaints at
1-800-252-343 9
You may write the Texas Department oflnsurance at:
or fax at:
P.O. Box 149104
Austin, TX 78714-9104
1-512-475-1771
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or
about a claim, you should contact the agent or the
company first. If the dispute is not resolved, you may
contact the Texas Department oflnsurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a
part or condition of the attached document and is given to
comply with Section 2253 .021, Government Code, and
Section 53.202, Property Code, effective September 1,
2001.
iic/fonns/notice
Para obtener informacion o para someter una queja:
Usted puede llamar al numero de telefono gratis de
Insurors Indemnity Company's para infonnacion o para
someter una queja al
1-800-933-7444
Usted tanbien puede escribir a Insurors Indemnity
Company:
P.O. Box 2683
Waco, TX 76702-2683
0
3701 W. Waco Drive
Waco, TX 76710
Puede comunicarse con el Departamento de Seguros de
Texas para obtener informacion acerca de companias,
coberturas, derechos o quejas al
1-800-252-3439
Puede escribir al Departamento de Seguros de Texas:
or fax at:
P.O. Box 149104
Austin, TX 78714-9104
1-512-475-1771
DISPUT AS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concemiente a su prima o a un
reclamo, debe comunicarse con el agente o la compania
primero. Si no se resuelve la disputa, puede entonces
comunicarse con el departamento (TDI).
UNA ESTE A VISO A SU POLIZA:
Este aviso es solo para proposito de informacion y no se
convierte en parte o condicion del documento adjunto y
esta dado para acatar con Section 2253.021 Government
Code y Section 53.202, Property Code efectivo,
Septiembre 1, 2001.
·1
I
1 ~l
!
]
l
~
fil
J
J
]
J
J
J
I~UfOfS P.O. Box 2683 • 3701 W. Waco Drive • Waco, Tx 76702-2683 effilll_!:y Internet info@nsurors.com • 800-933-7444 • Fax 240-414-5500 oinpany-~~~~~~~~~~~~~~~-
RIDER
NOTICE OF DISCLOSURE
TO ALL BOND PRINCIPALS/POLICYHOLDERS/OBLIGEES
TERRORISM RISK INSURANCE ACT OF 2002
This notice is provided in accordance with the Terrorism Risk Insurance Act of 2002,
effective November 26, 2002 (the Act).
Under this Act, terrorism coverage must be made available in your bond or policy.
Pursuant to the Act, the United States will pay 90o/o of covered terrorism losses exceeding
the deductible established by the Act until total insured losses under the program exceed
$100 billion.
The premium for coverage for terrorist acts certified under the Act for this bond or policy
is Zero Dollars ($0.00).
With respect to any one or more "certified acts of terrorism" under the Terrorism Risk
Insurance Act of 2002, lnsurors Indemnity Company will not pay any amounts for which
we are not responsible under the terms of the Act (including subsequent action of
Congress pursuant to the Act) due to the application of any clause which results in a cap
on our liability for payments for terrorism losses.
l
PAYMENT BOND
BOND CHECK
BEST RATING_]3_++ __
UCEN~~ JN JEXAS 1'\iC'\
OA~ay ~c,,'-
___
-·,
' j
' l
FJ.
L
n
I
'. ··1 ' 1
L.
r.:·.J
l ._
EJ
~ .
.
u
u
!~l
Ll
r] F
i...;
0 . '
.
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021 (a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that STD, J.td
&Paving
dba Jone Star Di rtfhereinafter called the Principal{s), as
Principal(s), and
Insurors Indemnity Company, Waco, Texas
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount o ev n u dre Fo rte en nd One Dollars ($714,146. 70 ) lawful money of the
United States for the paymen wfiereo , e a1 rinc1pal ana urety 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 _8_th_ day of
January , 20..M:_, to perform 2004 Secondary Streets Maintenance Program,
ITB #: 216-30/BS
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021 (a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
28th day of January 20~ .
Insurors Indemnity Company
Surety
1
STD, Ltd. dba
leee Star Dirt & Paving
(Company Name)
By: Wesley Sanders
(Printed Name) W ley Sanders
President
(Title)
! I
I
~J}
)· .. \/.:• r ..... .
~ /' · .. ·
.·
1
l
l
I
'/
n
]
I
~J
J
,LJ
! [J
C j
_J
J
_J
J
J
8GND CHECK---:!2
8[ST RATING J:)-t'-1"
UCE~~ V,J Tf.XAS _ I'\,
OU~BY ~~
PERFORMANCE BOND
-1
']
0
[]
I
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
STD, Ltd.dba Lone Star Dirt & Paving
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal{sJ, as Principal(s), and
Insurors Tndemni ty Campany, Waco, Texas
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock {hereinafter called the
Obligee), in the amount of ev nH n red Fo rteen T d OnE()ollars ($ 714,146. 70) lawful money of the
United States for the payment whereof, t e ai rinc1pal ana urety 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 _B_t:flay of
January ,200~to perform 2004 Secondary Streets Maintenance Program,
ITB #: 216-30/RS
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;
~-J otherwise to remain in full force and effect.
r]
u
u
J
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021 (a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this -28th
day of January , 2~.
Insurors Indemnity Company
Surety
•s)"4.~~
(TiteAttorney In ~
Brent M. Blonigan
STD, Ltd. dba
Lone Star Dirt & Pa*ing
(Company Name)
By: Wesley Sanders
;ztedNa~
(Si~l
President
(Title)
' l
[J
I
. l
J
J
;-J
0
:J
J
:J
]
]
~J
CERTIFICATE OF INSURANCE
,-1
-1
I
I
l
··1
J
I
J
j
ACORQM CERTIFICATE OF LIABILITY INSURANCE I DATE(MM/DD/YYYY)
01/29/2004
PRODUCER (806)792-5564 FAX (806)792-9344 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Sanford Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 6303 Indiana ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. Box 64790
Lubbock, TX 79464 INSURERS AFFORDING COVERAGE NAIC#
INSURED Lone Star D1rt & Pav1ng INSURER A: Scottsdale Ins. Co./HS
Preston & Wesley Sanders dba INSURERS: Southern Co. Mutual/WS
11820 S. University INSURERC: Texas Mutual Insurance
Lubbock, TX 79423 INSURER 0:
INSURERE:
COVERAt::s:'S
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1~: ~'?:! TYPE OF INSURANCE POLICY NUMBER PR}.!.iY EFFECTIVE PQ~~,Y EXPIRATION LIMITS
GENERAL LIABILITY BCS0006004 06/02/2003 06/02/2004 EACH OCCURRENCE $ 1,000,000 -DAMAGE T<?)~ENTED X COMMERCIAL GENERAL LIABILITY $ 100,000
I CLAIMS MADE [!] OCCUR MEO EXP (Any one person) $ 5,000
A PERSONAL & ADV INJURY $ 1,000,000 -GENERAL AGGREGATE $ 2,000,000
1--
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS • COMP/OP AGG $ 2,000,000 n nPRO-POLICY JECT nLOC
AUTOMOBILE LIABILITY STC554893 05/30/2003 05/30/2004 COMBINED SINGLE LIMIT -(Ea accident) $
X ANY AUTO 1,000,00( -ALL OWNED AUTOS BODILY INJURY 1--$
SCHEDULED AUTOS (Per person)
B -HIRED AUTOS BODILY INJURY -$
NON-OWNED AUTOS (Per accident) --PROPERTY DAMAGE $ (Per accident)
GARAGE LIABILITY AUTO ONLY • EA ACCIDENT $
qANYAUTO OTHER THAN EAACC $
AUTO ONLY: AGG $
EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ ==i OCCUR D CLAIMS MADE AGGREGATE $
$
~ DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND TSF-0001140017 12/30/2003 12/30/2004 1-"Y.9.,~T~Jtc: I 1°w·
EMPLOYERS' LIABILITY 500,000 C ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? E.L DISEASE • EA EMPLOYE! $ 500,000
If yes, describe under
SPECIAL PROVISIONS below E.L DISEASE· POLICY LIMIT $ 500,00(]
OTHER
DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS CERTIFICATE HOLDER HAS WAIVER OF SUBROGATION ON AUTO, GL & WC AND IS NAMED AS ADDITIONAL
INSURED ON AUTO AND GLAS REQUIRED BY WRITTEN CONTRACT.
RE: ITB #217-03/RS -2004 SECONDARY STREETS MAINTENANCE PROGRAM
CITY OF LUBBOCK
ATTN: PURCHASING DEPT.
P.O. BOX 2000
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
_!2_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE INS
LUBBOCK, TX 79457
Dou las Sanford
ACORD 25 (2001/08)
·1
f
·1
l .I
I
I
.l
J
I
J
J
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08)
D
fl i ...
I
J
'"j ~ ..
r l
LJ
LJ
[J
u
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1)
(2)
(3)
--(4)
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;
provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
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;
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)
--(7)
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;
post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional words
or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF
INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN
ADDITIONAL INSURED AND PROVIDE A WAJVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR
IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT
THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
2
.. 1
I
r l
, I
I
I J
]
fl
!n 1
L
I
~J
r·J ' L~
u '
l
J
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."
--{8)
"Call the Texas Workers' Compensation Commission at {512)440-3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
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)
(D)
(E)
(F)
(G)
(H)
include in all contracts to provide services on the project the language in subsection (e) {3) of this
rule;
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;
obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
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
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
3
I
·'
r· J
_j
J
]
CONTRACT
1
I
J
]
J
]
J
J
J
]
J
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 8th day of January, 2004 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Lone Star Dirt & Paving of the City of Lubbock, County of Lubbock and the
State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #217-03/RS -2004 SECONDARY STREETS MAINTENANCE PROGRAM -$714,146.70
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract
documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
ATTEST:
&<~46 ~.;:=
City Sebretary
TO CONTENT:
Owner's
CONTRACTOR:
~~ ,()i-4~' ()~
By:~L
PRINTED NAME: Wes u,---=7 .)4A:1?9:s
TITLE: C€7) /J/f..f S~
COMPLETE ADDRESS:
Lone Star Dirt & Paving
11820 University Avenue
Lubbock, Texas 79423
ATTEST:
Corporate Secretary
n
. j
I
r--1
J
LJ
0
J
]
J
J
_J
J
GENERAL CONDITIONS OF THE AGREEMENT
l
,·-1
-·1
-· ,
·1.
-,
"l
j
J
I
·1
l
1.
2.
3.
4.
5.
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit LONE STAR DIRT & PAVING who has agreed to perform the work embraced in
this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative DON JENNINGS, STREETS SUPERINTENDENT, so
designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or
inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers,
supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not
directly supervise the Contractor or persons acting on behalf of the Contractor.
CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder
for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to
herein as the "contract'' or "contract documents".
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. WRITIEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
1
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or
work described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable -to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract
documents or the completion of the work contemplated by these contract documents. Whenever necessary,
Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but
such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore.
The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be
replaced by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the authority
to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under the contract documents, and shall determine all questions in relation to said work
and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
.. ,
. J
f1
Ll 16.
I
El w
~ <
<
< . ,~,
u
1u··. r.
; .
17.
r] L 1a.
J
]
J
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall
furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms
or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
3
G
19.
20.
21.
22.
CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
SANITATION
0
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public f.t
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.
OBSERVATION AND TESTING
The Owner or Owners Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any
observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the
time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any
such work found to be defective or not in accordance with the contract documents, regardless of the stage of its
completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has
previously accepted the work through oversight or otherwise. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
DEFECTS AND THEIR REMEDIES
I
I
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense. R
4
·i
-r
l I
1
I
" I
. I
ITT
Fl ..
I
n i .. J
f'''J
k·.
D J
£]
]
]
u
] L.,
· 1
~--
]
23.
24.
CHANGES AND AL TERA TIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A)
Method (B)
Method (C)
By agreed unit prices; or
By agreed lump sum; or
If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by
a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1 ), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and expense not
embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
mu~t be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
be included in the "actual field cost."
5
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of
any extra work, any claim for payment due to alleged extra work shall be deemed waived_
�J
25. DISCREPANCIES AND OMISSIONS 0
26.
27
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be Included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative before bidding
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It Is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
bids.
RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
I
I
I
6
·-1
· 1
·· 1
r-1
··1
r-]
j
ITT L]
r1 L.
I
lj
Fl I
I t.c.,
u
D
u
! J L
rJ t···
L
. u
;J
~-
J
28.
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE
CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A
STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR ·
PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS
COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
A. General Liability Insurance (Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, .i.Q Combined Single Limit This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance (Additional Insured and Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000.00 Combined Single Limit,
7
1}
a
E.
F.
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned 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.
Builder's Risk Insurance/installation Floater Insurance.
The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of
potential loss) naming the City of Lubbock as insured.
Umbrella Liability Insurance (Additional Insured and Waiver of Subrogation required)
The Contractor shall have Umbrella Liability Insurance in the amount of won all contracts with coverage
to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.00.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor' in Section 0406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
[f
0
C
I
71
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 n
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on LJ
the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract. 0
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity: t
8
--i
I
I
n u
[]
I
;---/ ' l
L ..
r-1
i;......
[l
lJ
n
tJ
rj-' i
L
rJ --
u
~ J u
6
7.
8.
9.
10.
(a)
(b)
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
no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a)
(b)
(c)
(d)
(e)
provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011 (44) for all of its employees providing services on the
project, for the duration of the project;
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;
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;
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;
retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) -(g), with the certificates of coverage to be provided to the person for
whom they are providing services.
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
9
e
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.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work an the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
r
I
I.
L
I I
0
10
·-1
r l
[)
I
u
D
u
f j
L
[J
LI
LJ
LJ
u
(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 1 O
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 Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee."
neat/ the Texas Workers' Compensation Commission at 512/440-3789 to receive
information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage;" and
{h) contractually require each person with whom it contracts to provide services on a project,
to:
{i)
(ii)
(iii)
(iv)
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;
provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
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.";
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;
11
L
29,
30.
31
(v) obtain from each other person with whom it contracts, and provide to the
�y
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and 0
(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;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter; 0
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
�j
0
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
a
required by paragraphs (I)-(viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS
OF MACHINERY. EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
and the project which is the subject matter of this contract, When Owner so desires, the Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
0
116
a
a
�I
JI
0
I
I
11
12
-i
--1
--i
,-·-1
i
:-J
~j
D
n
I
,-,
! .
L.~
r-1 ,· t_
[J
fJ
rJ .. _
u
u
u
u I.
Ll
32.
33.
34.
35.
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 affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors
perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $500 (FIVE HUNDRED) PER DAY,
not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every
working day that the Contractor shall be in default after the time stipulated for substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality .
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and
is expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS
OF THE ESSENCE OF THIS CONTRACT.
TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
13
e
k�
37.
38.
39.
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may
direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
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 shalt be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
PROTECTION OF ADJOINING PROPERTY
1'f
I
I
II
I
C
I
�i
C
I
j!
0,
0
I
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without
limiting, in anyway, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, i
14
l
-1
()
,-J t
EJ
rJ-~~
r I LJ
c-·1 ! L:
]
. ·· 1
~-
40.
41.
42.
43.
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing a!I materials and a!l labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
PAYMENTS
No payments made or certificates given sha!I be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
15
0
44.
M
46.
47
FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final
completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative,
said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the
Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the
acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and
constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's
Representative, by Contractor.
I
11
F
It
I �
0
D
7
�i
I
16
I
. l
c· 1
I
n
I
:..1
u
u
u
u
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should ( 1) abandon and fail or refuse to resume work within fifteen ( 15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety
on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no
further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are provided in this contract. In case of
any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which
would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
17
r.
49.
50.
51
52.
53
his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this
paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in
paragraph 34, hereinabove set forth.
LIMITATION ON CONTRACTOR'S REMEDY
r
i
I
I
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the u
project which is the subject matter of this contract.
BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
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.
LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
I
a'
�I
18
--1
J
8
I
r·-1 L
[J
D
u
J
]
J
54.
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 Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances {herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601 (14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii} are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
19
-J
rl
~-
I
' !
•• J
:J
Ll
ld
J
'J L ..
_]
J
J
J
CURRENT WAGE DETERMINATIONS
)
'l
!
--i
-1
-I
I
[)
I
]
]
Ll
Ll
]
iJ
RE: RESOLUTION NO. 2002-R0483, NOVEMBER 14, 2002
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer-Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer-Helper
Carpenter
Carpenter-Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician-Helper
Equipment Operator-Heavy
Equipment Operator-Light
Fire Sprinkler Fitter-Journey
Fire Sprinkler Fitter-Apprentice
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator-Helper
Iron Worker
Laborer-General
Mortar Mixer
Painter
Plumber
Plumber-Helper
Roofer
Roofer-Helper
Sheet Metal Worker
Sheet Metal Worker-Helper
Welder-Certified
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Hourly Rate
11.50
12.00
7.50
9.00
12.50
12.50
7.00
11.00
7.00
9.00
11.00
15.00
8.00
10.00
9.00
18.00
10.00
9.50
10.50
10.50
7.00
11.00
6.00
6.00
9.50
12.50
7.00
9.00
7.00
10.00
7.00
11.00
1
rJ
~j
]
n Ll
I
fl Ll
D.
.
.
rj
L.
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher-Helper
Electrical Repairer-Equipment
Flagger
Form Setter
Form Setter-Helper
Laborer-General
Laborer-Utility
Mechanic
Mechanic-Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor-Trailer
Truck Driver-Heavy
Truck Driver-Light
EXHIBITB
Paving and Highway Construction
Prevailing Wage Rates
Hourly Rate
2
9.00
7.50
9.00
7.50
12.50
6.50
8.00
6.50
6.00
6.75
9.00
7.00
9.00
9.00
9.00
9.00
9.00
8.00
10.25
7.00
7.50
8.50
8.00
7.00
-j
~l
)
r __ :_J L
[]
u
u
U--1
'
u
]
EXHIBITC
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBITD
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
3
SPECIFICATIONS
Page One
DIST. STREET
4 Akron Ave
4 Akron Ave
4 AveP *
3 AveQ
3 AveR
3 AveR
3 AveX
4 Belton Ave
4 Boston Ave
4 Canton Ave
5 Chicago Ave
5 Clinton Ave
5 Colton Ave
5 Dover Ave
5 Dover Ave
1,2 Erskine St
5 Fulton Ave
5 Fulton Ave
5 Fulton Ave
5 Fulton Ave
5 Gardner Ave
5 Gardner Ave
t".":""":,"·"1
~
2004 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
Single Course: Gr 5 Gravel, CRS Emulsion w / 3% Latex
' _.,,
EMULSION
FROM TO LENGTH WIDTH AREA RATE GALS
VG@ 108th St VG@110th St 454 29 1,463 0.35 512
VG@ 110th St Alley S of 110th St 115 29 371 0.35 130
SLL 84th St NLL 98th St 3,720 30 12,400 0.35 4,340
VG@78th St VG@79th St 252 29 812 0.35 284
VG @?8th St Alley N of 78th St 130 29 419 0.35 147
VG@79th Pl VG N of 79th St 280 29 902 0.35 316
VG @?8th St CDS N of 78th St 488 29 1,822 0.35 638
VG@ 110th St VG@ 108th St 455 29 1,466 0.35 513
VG@ 110th St Alley S of 110th St 115 29 371 0.35 130
VG@ 108th St Alley S of 110th St 620 29 1,998 0.35 699
Ally N of 100th St Alley S of 100th St 285 44 1,393 0.35 488
NLL 100th St Alley N of 100th St 106 29 342 0.35 120
VG@99th St CDS to North 286 29 1,172 0.35 410
VG@98th St VG @99th St 326 33 1,195 0.35 418
SLL 100th St Alley S of 100th St 142 29 458 0.35 160
E ER 1-27 Access Rd Concrete @ N Ash Ave 2,315 32 8,231 0.35 2,881
VG @89th St VG @90th St 260 29 838 0.35 293
SLL 91st St VG @90th St 262 29 844 0.35 295
VG@92nd St VG @93rd St 266 33 975 0.35 341
SLL 93rd St VG@94th St 250 29 806 0.35 282
SLL 90th St VG @91stSt 268 29 864 0.35 302
VG @93rd St CDS N of 93rd St 270 29 1,120 0.35 392 ___ ,.. ______ ---------
Page One TOTALS : 40,260 14,091
___j
ROCK
I
_j
Gr#4 Gr#5
RATE C.Y. RATE C.Y.
1:120 12
1 :120 3
1 :120 103
1:120 7
1:120 3
1:120 8
1 :120 15
1 :120 12
1:120 3 •.
1:120 17 '
1:120 12
1:120 3
1:120 10
1:120 10
1:120 4
1:120 69
1 :120 7
1 :120 7
1:120 8
1:120 7
1 :120 7
1 :120 9 -------
---336
f"".".":-:
'"----'
Page Two
DIST. STREET
5 Gardner Ave
4 Geneva Ave
4 Geneva Ave
5 Genoa Ave
4 Hartford Ave
4 Hartford Ave
FROM
r ,
L--.....;
VG@94th St
VG@ 105th St
VG@ 105th St
VG@Spur327
VG@ 104th St
VG@ 105th St
5 Homestead Ave-E 1/2 NLL 92nd St
4 Hudson Ave VG@ 105th St
[_J
2004 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
Single Course: Gr 5 Gravel, CRS Emulsion w / 3% Latex
EMULSION
TO LENGTH WIDTH AREA RATE GALS
VG @95th St 244 33 895 0.35 313
VG@ 104th St 255 29 822 0.35 288
CDS S of 105th St 308 29 1,242 0.35 435
VG @57th St 1,070 39 4,637 0.35 1,623
VG@ 103rd St 252 29 812 0.35 284
CDS S of 105th St 308 29 1,242 0.35 435
Alley N of 89th St 1,090 22 2,664 0.35 933
CDS S of 105th St 308 29 1,242 0.35 435
1 Jarvis Ave VG @ N Quaker Ave ELL N Salem Ave 1,200 34 4,533 0.35 1,587
6 Oakridge Ave SLL 4th St Alley S of 5th St 715 33 2,622 0.35 918
6 Oshkosh Ave NLL 5th St CDS N of 5th St 470 29 1,764 0.35 618
6 Pontiac Ave SLL 4th St NLL 5th St 532 29 1,714 0.35 600
6 Pontiac Ave VG@5th St Alley S of 5th St 144 29 464 0.35 162
6 Prentiss Ave NLL 5th St CDS N of 5th St 470 29 1,764 0.35 618
5 Prentiss Ave SLL 76th St NLL 79th St 1,105 22 2,701 0.35 945
6 Primrose Ave NLL 5th St CDS N of 5th St 470 29 1,764 0.35 618
5 Primrose Ave SLL 78th St NLL 79th St 490 22 1,198 0.35 419
5 Primrose Ave SLL 79th St VG@82nd St 630 22 1,540 0.35 539
5 Quincy Ave SLL 76th St NLL 78th St 870 22 2,127 0.35 744
5 Quincy Ave SLL 78th St CDS S of 78th St 650 22 1,839 0.35 644
3 Red Springs Ave VG@79th Pl CDS@ 81st St 600 29 2,058 0.35 720
5 Saratoga Ave SLL 78th St NLL 79th St 360 22 880 0.35 308 -------------------
Page Two TOTALS: 40,526 14,184
ROCK
Gr#4 Gr#5
RATE C.Y. RATE C.Y.
1 :120 7
1 :120 7
1 :120 10
1 :120 39
1 :120 7
1:120 10
1:120 22
1:120 10
1 :120 38
1:120 22 .
1:120 15
1:120 14
1:120 4
1:120 15
1 :120 23
1:120 15
1:120 10
1:120 13
1 :120 18
1 :120 15
1:120 17
1:120 7 -------
---338
'. ·1 1-..._;
Page Three
DIST. STREET
1,6 Ursuline St
5 Utica Dr
6 5th St
5 57th St - S 1/2
3 78th St
5 78th St
3 79th St
5 79th St
3 79th Pl
3 80th St
3 81st St
5 89th St
5 90th St
5 91st St
5 92nd St
5 93rd St
5 94th St
5 95th St
5 99th St
5 100th St
5 100th St
5 102nd St
r , ~ -r_· -
2004 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
Single Course: Gr 5 Gravel, CRS Emulsion w / 3% Latex
EMULSION
FROM TO LENGTH WIDTH AREA RATE GALS
Cone @ N Quaker Ave W ER Clovis Rd Access 1,020 22 2,493 0.35 873
Alley N of 102nd St Alley S of 102nd St 306 29 986 0.35 345
VG @ Oakridge Ave Alley W of Primrose Ave 1,305 33 4,785 0.35 1,675
240' W of Genoa Ave 240' E of Genoa Ave 522 19 1,102 0.35 386
CDSWofAve R E ERAveQ 724 29 '2,583 0.35 904
ELL Saratoga Ave WLL Prentiss Ave 1,226 22 2,997 0.35 1,049
CDSWofAveR E ERAveQ 730 29 2,602 0.35 911
CDS W of Saratoga Ave Saratoga Ave 324 22 1,042 0.35 365
VG@Ave P CDS W of Red Springs 1,160 29 3,988 0.35 1,396
VG @ Red Springs Ave CDS to West 380 29 1,474 0.35 516
ELL Ave S CDS @ Red Springs Ave 456 29 1,594 0.35 558
VG @ Frankford Ave W ER Fulton Ave 470 29 1,514 0.35 530
VG @ Frankford Ave VG @ Homestead Ave 1,400 29 4,511 0.35 1,579
VG @ Homestead Ave CDS E of Fulton Ave 1,400 29 4,761 0.35 1,666
VG @ Frankford Ave Alley W of Gardner Ave 810 43 4,070 0.35 1,425
CDS E of Fulton Ave 345' W of Gardner Ave 915 33 3,605 0.35 1,262
VG @ Frankford Ave 160' E of Gardner Ave 900 33 3,300 0.35 1,155
CDS E of Fulton Ave 160' E of Gardner Ave 784 33 3,125 0.35 1,094
W ER Clinton Ave 140' W of Dover Ave 602 33 2,207 0.35 773
WLL Chicago Ave 140' W of Dover Ave 1,012 33 3,711 0.35 1,299
ELL Chicago Ave CDS E of Chicago Ave 650 29 2,344 0.35 821
VG@ Utica Dr CDS E of Utica Dr 220 29 959 0.35 336
Page Three TOTALS : 59,755 20,914
--'
ROCK
Gr#4 Gr#5
RATE C.Y. RATE C.Y.
1 :120 21
1:120 8
1 :120 40
1:120 9
1 :120 22
1 :120 25
1 :120 22 ·
1:120 9
1:120 33 .
1 :120 12 ·
1 :120 13 .·
1 :120 13
1 :120 38
1:120 40
1 :120 34
1:120 30
1:120 28
1:120 26
1 :120 18
1 :120 31
1 :120 20
1 :120 8
---498
' '
Page Four
DIST. STREET
5 102nd St
4 103rd St
4 104th St
4 105th St
4 108th St
4 109th St
4 109th St
4 110th St
4 110th St
·_r --
2004 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
Single Course: Gr 5 Gravel, CRS Emulsion w / 3% Latex
EMULSION
FROM TO LENGTH WIDTH AREA RATE GALS
VG@Utica Dr VG @ Vicksburg Ave 762 29 2,455 0.35 859
ELL Indiana Ave 482' E of Geneva Ave 1,212 36 4,848 0.35 1,697
CDS W of Hartford Ave 270' E of Geneva Ave 844 29 2,970 0.35 1,039
ELL Indiana Ave Alley E of Geneva Ave 1,190 29 3,834 0.35 1,342
W ER Canton Ave E ER Akron Ave 1,000 33 3,667 0.35 1,283
ELL Akron Ave CDS to East 795 29 2,812 0.35 984
ELL Canton Ave VG @ Belton Ave 634 29 2,043 0.35 715
WLL University Ave W ER Akron Ave 944 29 3,042 0.35 1,065
ELL Canton Ave W ER Akron Ave 865 29 2,787 0.35 976
Page Four TOTALS: 28,458 9,960
TOTAL: RESIDENTIAL -Single Course 168,999 59,149
* After widening -92nd St to 98th St.
_ ___,
ROCK
Gr#4 Gr#5
RATE C.Y. RATE C.Y.
1:120 20
1:120 40
1 :120 25
1:120 32
1:120 31
1:120 23
1:120 17
1:120 25
1:120 23
---237
---1,408
[ I --1_·_1
Page Five
DIST. STREET
1,2 Ash Ave (edges)
1 AveU
3 Boston Ave
2 Caprock Dr
1 Cornell St
3 Gary Ave
5 Genoa Ave
5 Homestead Ave
1 Marshall St
1,6 Marshall St
4 Memphis Ave
2 Municipal Dr
3,6 Nashville Ave
L ... ·-., r~-· ··.-~ ___ ; -----
2004 SECONDARY STREETS MAINTENANCE PROGRAM
COLLECTOR STREETS
TWO COURSE: 1st Course -Gr 4 Gravel, CRS Emulsion w / 3% Latex
2nd Course -Gr 5 Gravel, CRS Emulsion w / 3% Latex
EMULSION
FROM TO LENGTH WIDTH AREA RATE GALS
Municipal Dr N Loop Access Rd 3,775 6 2,517 0.32 805
0.35 881
SLL 3rd St VG @ Clovis Rd 2,494 51 14,133 0.32 4,522
0.35 4,946
VG@ 19th St SLL 34th St 5,210 26 15,051 0.32 4,816
0.35 5,268
1-27 Access Road VG@65th Dr 905 20-34 2,817 0.32 901
0.35 986
ELL N University Ave VG @ Clovis Rd 709 32 2,521 0.32 807
0.35 882
SLL 5oth St NLL 54th St 1,236 54 7,416 0.32 2,373
0.35 2,596
NLL 63rd St VG @Spur327 660 39 2,860 0.32 915
0.35 1,001
NLL 66th St VG@Spur327 1,540 39 6,673 0.32 2,135
0.35 2,336
WLLNAveN Deadend W of Ave P 1,246 48 6,645 0.32 2,127
0.35 2,326
Cone @ N Quaker Ave VG @ N Utica Ave 2,562 38 10,817 0.32 3,462
0.35 3,786
VG @50th St NLL 60th St 3,228 38 13,629 0.32 4,361
0.35 4,770
Park Road 18 Ash Ave 2,000 6 1,333 0.32 427
0.35 467
SER 19th St VG @24th St 1,975 32 7,022 0.32 2,247
0.35 2,458 -------------------
29,899
32,702
-
Page Five TOTALS: 93,435 62,602
--· _j
ROCK
Gr#4 Gr#5
RATE C.Y. RATE C.Y.
1 :115 22
1 :130 19
1 :115 123
1 :130 109
1 :115 131
1 :130 116
1 :115 24
1:130 22
1 :115 22
1:130 19
1 :115 64
1:130 57
1 :115 25
1 :130 22
1 :115 58
1 :130 51
1 :115 58
1:130 51
1 :115 94
1 :130 83
1 :115 119
1 :130 105
1 :115 12
1 :130 10
1 :115 61
1 :130 54 --------------
812 719
Page Six
DIST. STREET
4 Utica Ave
4 Utica Ave
6 Utica Dr
5 Vicksburg Ave
6 17th St
3 26th St
3 26th St
3 26th St
5 26th St
5 27th St
3 42nd St
3 42nd St
3 42nd St
2004 SECONDARY STREETS MAINTENANCE PROGRAM
COLLECTOR STREETS
TWO COURSE: 1st Course -Gr 4 Gravel, CRS Emulsion w / 3% Latex
2nd Course -Gr 5 Gravel, CRS Emulsion w / 3% Latex
EMULSION
FROM TO LENGTH WIDTH AREA RATE GALS
NLL 52nd St VG@58th St 2,030 38 8,571 0.32 2,743
0.35 3,000
VG @ S Loop Access VG@ 74th St 1,950 38 8,233 0.32 2,635
0.35 2,882
17th St N ER 19th St 940 38 3,969 0.32 1,270
0.35 1,389
NLL 102nd St SER 103rd St 356 39 1,543 0.32 494
0.35 540
WLL Utica Ave Utica Dr 305 32 1,084 0.32 347
0.35 380
WLL University Ave ELL Boston Ave 1,344 26 3,883 0.32 1,242
0.35 1,359
WLL Boston Ave ELL Canton Ave 327 26 945 0.32 302
0.35 331
WLL Canton Ave ELL Elgin Ave 844 36 3,376 0.32 1,080
0.35 1,182
VG @ Slide Road ELL Chicago Ave 2,596 38 10,961 0.32 3,507
0.35 3,836
VG @ Slide Road ELL Chicago Ave 2,593 32 9,220 0.32 2,950
0.35 3,227
WLL Boston Ave WLL Canton Ave 632 26 1,826 0.32 584
0.35 639
WLL Canton Ave ELL Elgin Ave 662 38 2,795 0.32 894
0.35 978
WLL Elgin Ave ELL Flint Ave 629 32 2,236 0.32 716
0.35 783 -------------------
18,765
20,525 ------
Page Six TOTALS : 58,642 39,290
ROCK
Gr#4 Gr#5
RATE C.Y. RATE C.Y.
1 :115 75
1 :130 66
1 :115 72
1 :130 63
1 :115 35
1:130 31
1 :115 13
1 :130 12
1 :115 9
1:130 8
1 :115 34
1:130 30
1 :115 8
1 :130 7
1 :115 29
1 :130 26
1 :115 95
1 :130 84
1 :115 80
1:130 71
1 :115 16
1 :130 14
1 :115 24
1 :130 22
1 :115 19
1:130 17 --------------
510 451
' ' t___...; L-·
Page Seven
DIST. STREET
3 48th St
5 54th St
5 63rd St
2 65th Dr
2 66th St
3 66th St
3,4 66th St
4 66th St
4 71st St
5 73rd St
5 84th St
' ·1 "I.-' r;-·:;:,c)') _,
2004 SECONDARY STREETS MAINTENANCE PROGRAM
COLLECTOR STREETS
TWO COURSE: 1st Course -Gr 4 Gravel, CRS Emulsion w / 3% Latex
2nd Course -Gr 5 Gravel, CRS Emulsion w / 3% Latex
EMULSION
FROM TO LENGTH WIDTH AREA RATE GALS
VG @ University Ave ELL Akron Ave 576 32 2,048 0.32 655
0.35 717
WLL Slide Road VG @ Bangor Ave 1,446 38 6,105 0.32 1,954
0.35 2,137
VG @ Homestead Ave VG @ Frankford Ave 1,593 39 6,903 0.32 2,209
0.35 2,416
ELL Caprock Dr ELL Ave L 465 40 2,067 0.32 661
0.35 723
ELL Ave P Paving Joint W of 1-27 2,230 48 11,893 0.32 3,806
0.35 4,163
WERAveW VG @ University Ave 1,400 40 6,972 0.32 2,231
0.35 2,440
VG @ Elgin Ave Paving Joint 642' to W 642 44 3,139 0.32 1,004
0.35 1,099
WLL Quaker Ave ELL Utica Ave 2,000 38 8,444 0.32 2,702
0.35 2,956
VG @ Quaker Ave ELL Utica Ave 2,230 38 9,416 0.32 3,013
0.35 3,295
WLL Slide Road ELL Chicago Ave 2,775 42 12,950 0.32 4,144
0.35 4,533
ELL Quaker Ave WLL Memphis Ave 2,637 38 11,134 0.32 3,563
0.35 3,897 -----------------
25,943
28,375 ------
Page Seven TOTALS: 81,071 54,318
0.32 74,607
0.35 81,602 =---== ------
TOTALS: COLLECTOR Two Course 233,148 156,209
ROCK
Gr#4 Gr#5
RATE C.Y. RATE C.Y.
1 :115 18
1 :130 16
1 :115 53
1:130 47
1 :115 60
1 :130 53
1 :115 18
1 :130 16
1 :115 103
1 :130 91
1 :115 61 ':'
1 :130 54 .
1 :115 27
1:130 24
1 :115 73
1 :130 65
1 :115 82
1 :130 72
1 :115 113
1 :130 100
1 :115 97
1:130 86 ---------------
705 624
1 :115 1,322 1 :130 1,170
-----------------
2,027 1,793
LJ r-:--·· -1"'l
~ -~'
Page Eight 2004 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
TWO COURSE: 1st Course -Gr 4 Gravel, CRS Emulsion w / 3% Latex
2nd Course -Gr 5 Gravel, CRS Emulsion w / 3% Latex ROCK
EMULSION Gr#4 Gr#5
DIST. STREET FROM TO LENGTH WIDTH AREA RATE GALS RATE C.Y. RATE C.Y.
1 Jarvis St ELL N Utica Ave E ER N Salem Ave 1,450 36 5,800 0.32 1,856 1 :115 50
0.35 2,030 1 :130 45
6 Justice Ave Alley N of 9th St CDS S of 10th St 1,140 32 4,303 0.32 1,377 1 :115 37
0.35 1,506 1 :130 33
1 Kemper St ELL N Utica Ave WLL N Quaker Ave 2,650 36 10,600 0.32 3,392 1 :115 92
0.35 3,710 1 :130 82
6 Kewanee Ave SLL 9th St VG@ 11th Pl 998 32 3,548 0.32 1,136 1 :115 31
0.35 1,242 1:130 27
6 Kirby Ave SLL 9th St NLL 10th St 270 32 960 0.32 307 1 :115 8
0.35 336 1 :130 7
6 Kirby Ave NLL 10th St NLL 11th Pl 726 39 3,146 0.32 1,007 1 :115 27
0.35 1,101 1 :130 24
6 Kline Ave NLL 9th St Alley N of 9th St 148 32 526 0.32 168 1 :115 5 ·,
0.35 184 1 :130 4
6 Kline Ave VG @9th St VG@ 10th St 272 32 967 0.32 309 1 :115 8
0.35 338 1:130 7
1 Lehigh Ave ELL N Quinton Ave ELL N Utica Ave 1,800 36 7,200 0.32 2,304 1 :115 63
0.35 2,520 1 :130 55
1 N Salem Ave VG @ Jarvis St N ER Grinnell St 245 36 980 0.32 314 1 :115 9
0.35 343 1:130 8
1 N Salem Ave NLL Jarvis St VG @ Kemper St 292 36 1,168 0.32 374 1 :115 10
0.35 409 1 :130 9
6 9th St VG @ Justice Ave CDS W of Kline Ave 1,640 32 6,081 0.32 1,946 1 :115 53
0.35 2,128 1 :130 47
6 10th St ELL Justice Ave Alley to East 140 32 498 0.32 159 1 :115 4
0.35 174 1:130 4 ---------------------------------
14,649
16,022 ------
Page Eight TOTALS : 45,778 30,671 398 352
_l_
Page Nine
F , -, ..._ ;' ;,-:-,
'.......--:--.J'
2004 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
TWO COURSE: 1st Course -Gr 4 Gravel, CRS Emulsion w / 3% Latex
2nd Course -Gr 5 Gravel, CRS Emulsion w / 3% Latex
EMULSION
DIST. STREET FROM TO LENGTH WIDTH AREA RATE GALS
6 10th St VG @ Justice ave ELL Kewanee Ave 232 32 825 0.32 264
0.35 289
6 10th St VG @ Kewanee Ave ELL Kirby Ave 226 32 804 0.32 257
0.35 281
6 10th St WLL Kirby Ave E ER Milwaukee Ave 1,120 38 4,729 0.32 1,513
0.35 1,655
6 18th Pl VG @ Slide Road CDS to East 338 32 1,452 0.32 465
0.35 508
5 20th St VG @ Slide Road CDS to West 395 32 1,654 0.32 529
0.35 579 ----------------
3,028
3,312 ------
Page Nine TOTALS : 9,464 6,341
0.32 17,677
0.35 19,335 ------------
TOTALS: RESIDENTIAL Two Course 55,242 37,012
0.32 74,607
0.35 81,602
TOTALS: COLLECTOR Two Course 233,148 156,209
0.32 92,285
0.35 100,936
TOTALS: TWO COURSE 288,390 193,221
T O TA L S : RESIDENTIAL -Single Course 168,999 59,149
G RAN D TOT A LS : S E C O N D ARY ST R E ET S P R O G RA M 457,388 252,370
__ l
ROCK
Gr#4 Gr#5
RATE C.Y. RATE C.Y.
1 :115 7
1 :130 6
1 :115 7
1 :130 6
1 :115 41
1 :130 36
1 :115 13
1 :130 11
1 :115 14
1 :130 13 ---------------
82 73
' --------
480 425
2,027 1,793
2,508 2,218
---1,408
2,508 3,627
J
I
]
1··1
k.J
~-
.
. .
J
J
J
J
J
CITY OF LUBBOCK
STREET DEPARTMENT
STANDARD PAVING SPECIFICATIONS
1.1 GENERAL
The construction and materials for any City of Lubbock Street Department project shall conform to the following
specifications and associated plan sheets. Any construction or materials failing to meet the requirements of
these specifications or the plan sheets shall be removed and replaced at the Contractor's expense. No
consideration will be given to requests for reduced payments, except as specified, or extended warranties for
construction or materials not in conformance with these specifications or the plan sheets.
The Street Superintendent may require certificates from manufacturers certifying that materials or
equipment to be incorporated into the work meet these specifications. Material Safety Data Sheets
(MSDS) shall be required on all materials. All materials or equipment shall be subject to approval by the
Street Superintendent before being incorporated into any project. After approval, the source and/or
character of materials shall not be changed without written authorization by the Street Superintendent.
The term Street Superintendent used in these specifications may refer to the City of Lubbock Street
Superintendent or an individual designated by the Street Superintendent to administer these specifications and
associated plans.
1.2 SPECIFICATIONS
Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality
standards, or requirements which are included in these specifications or any associated plans shall be the latest
edition and revision thereof.
When information indicated on plan sheets is different from these specifications, the information on the plans shall
govern.
1.3 WARRANTY AND ACCEPTANCE
All equipment, materials, and construction incorporated into any project covered by these specifications shall be
guaranteed against defective material and workmanship. Prior to final acceptance, the contractor shall furnish to
the Street Superintendent, a written 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 or from such defects when such
defects appear within one year from the date of acceptance of the work. The determination of the necessity
during the warranty period for the contractor to repair or replace the work in whole or in part shall rest with the
Street Superintendent.
1.4 TESTING AND INSPECTION
All work shall be inspected and/or tested by a representative designated by the Street Superintendent, who shall
have the authority to halt construction when, in his opinion, construction is being performed contrary to these
specifications or associated plans. Whenever any portion of these specifications or associated plans is violated,
the Street Superintendent may order that portion of construction which is in violation to cease until such violation is
corrected.
Contractor shall cooperate with the Street Superintendent in providing for sampling and testing procedures. In the
event City tests indicate out of specification materials, additional tests may be provided by the contractor at his
expense. Conflicting test provided by the contractor will not automatically be considered as compliance with
specifications, but will be considered only as additional information to be used by the Street Superintendent to
determine the acceptance status of the material or construction in question.
Upon completion of construction, the contractor shall flood all paving improvements within the project. Any
improvements holding water one quarter inch or more in depth, or extending more than 1 O feet in length shall be
removed and replaced.
1
1.5 CLEANUP AND SITE RESTORATION
After any construction covered by these specifications is completed, the Contractor shall remove all
equipment, surplus materials, and rubbish from the site. The contractor shall restore all disturbed areas
to their original condition satisfactory to the Street Superintendent.
1.6 NOTIFICATION OF PROPERTY OWNERS
The contractor shall be responsible for maintaining positive communication with adjacent property owners. The
contractor shall notify all affected property owners with respect to pending construction, restricted access, and
driveway locations.
1.7 PROTECTION OF UTILITIES AND IRRIGATION SYSTEMS
The plans show only approximate locations of utilities as obtained from various utility companies. It is not implied
that all utilities or accurate locations are shown on the plans. It is the contractor's responsibility to familiarize
himself with all utilities and locations. The contractor shall comply with all laws, ordinances, and regulations with
respect to utility notification and protection, including Underground Facility Damage Prevention Notification Center
On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers,
water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The
contractor will be responsible during the construction period for damages to any utilities.
Irrigation systems affected by construction shall be properly repaired with materials equal the existing system. The
repairs shall be pressure tested to the satisfaction of the Street Superintendent prior to being covered.
1.8 WATER FOR CONSTRUCTION
The City will not furnish water at no charge for construction. To use City water for construction the contractor shall
acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of
water used.
The contractor shall contact Lubbock Power and Light Customer Service Department (775-2509) and establish a
utility account. The contractor must pay the current deposit for a fire hydrant meter. After the account is
established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600
Municipal Drive.
Fire hydrants shall be operated only by use an approved fire hydrant wrench. No pipe wrenches, or other
unapproved devices, shall be used to open and close a fire hydrant.
For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge
side of the meter. The backflow prevention assembly shall be in the form of two spring loaded ball check valves.
When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck
or container.
For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention
assembly. All Reduced Pressure Zone type back flow prevention assemblies must be tested, and the test results
approved by the City prior to use. The test results shall be sent to the City of Lubbock Water Utilities Department,
Meter and Customer Service Supervisor for approval.
In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", the City
representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and
correct backflow prevention devices are installed.
2.1 CONCRETE
These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters, alley paving,
sidewalks, street paving, drainage channels. The concrete shall be produced at a Ready -Mix Concrete Batch
Plant conforming to ASTM C 94.
I
0
0
e
0
E.
· 1
)
.J
]
I
]
J
,. J
·· 1
_J
J
The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be
placed within one hour of mixing time. The concrete shall be continuously mixed during transit.
No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage
occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small
cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Street
Superintendent.
All concrete shall have 5%, plus or minus 1-1/2%, air entrainment in conformance with ASTM C 260.
2.2 CLASSIFICATION
The following City of Lubbock classes of concrete shall be used:
Class A Curb and gutter, sidewalks, curb ramps, drainage channels
medians, inlet boxes, headwalls, junction boxes, driveways, and
retaining walls.
Class B Alley returns and alley paving.
Class CValley gutters, fillets, and concrete street pavement.
Class D Utility encasements
Class E Fast setting concrete pavement such as "Fast Track" Concrete
Pavement or, other special design.
2.3 MIX DESIGN
Twenty to thirty days prior to beginning any concrete construction the contractor shall submit the following to the
Street Superintendent for approval:
1. Test certificates from an approved commercial testing laboratory on all proposed aggregate.
Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate (not to
exceed 18%).
2. A mix design based on water-cement ratio.
3. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance
with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders
and/or 6 beams at curing times appropriate to the class of concrete.
The Street Superintendent will approve or reject the mix design and materials based on these submittals. This
approval shall be subject to additional testing during construction.
Mix designs for various classes of concrete shall conform to the following:
Minimum Sacks Maximum Gal Maximum Slump
Class Cement per CY Water per Sack Inches
A 5.0 6.5 5
B 5.5 5.5 5
C 6.0 6.0 3
D 4.5 6.5 5
E 7.0 5.0 As specified by
concrete batch plant
3
2.4 STRENGTH REQUIREMENTS
The various classes of concrete shall conform to the following strengths in psi as determined by the average of
two test cylinders or beams. If cores are subsequently used to prove compressive strength where test cylinders
indicate failures, the required compressive strength shall be increased by 10%.
COMPRESSIVE FLEXURAL
Class 1 Day 3 Day 7 Day 28 Da
A - 2100 3000 -
B - 2500 3000 - -
C - 2500 3600 600 (28 day)
D - - 2500 -
E 3000 Unless otherwise specified 500 (16 hr)
2.5 CEMENT
Cement shall be Type I, Type II, or Type III cements conforming to ASTM C 150 "Standard Specification for
Portland Cement". Air entrained cement shall be Type IA, Type IIA, or Type IIIA conforming to ASTM C 175
"Specification for Adding Air Entraining to Portland Cement" and ASTM C 226 "Standard Specification for Air -
Entraining Portland Cement'.
2.6 AGGREGATE
Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or
clean crushed stone conforming to ASTM C 33. The aggregates shall be well graded from coarse to fine with a
maximum size of 1-112 inches, and shall conform to ASTM C 136.
All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, or organic impurities.
Coarse aggregate for Class C or E concrete shall be crushed limestone ( Brownwood type or equivalent).
Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for
aggregate shall meet the following requirements by weight:
FINE AGGREGATE
COARSE AGGREGATE
Sieve
Percent Retained
Sieve
Percent Retained
318 inch
0
1-314 inch
0
No.4
0- 5
1-112 inch
0- 5
No.16
20-55
314inch
30-65
No. 30
45-75
318 inch
70-90
No. 50
70-90
No. 4
95-100
No. 100
98-100
Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of
impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall
conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142.
Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Street
Superintendent. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to
existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to
operate over the same lift repeatedly.
2.7 FLOWABLE FILL
Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 2 sacks per cubic
yard. Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as specified.
Utility ditches in existing paved streets shall be backfilled with Fowable fill from the bottom of the ditch to the
paving surface.
F
a
111
I
L
E
U
I
I
4
l
"']
]
CJ
[_-]
l,',
~
f ·1
;. I u
fJ '"'
n u
FJ L
D
f ·1 I
l:.
2.8 WATER
Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or
other chemicals and shall conform to AASHTO T26.
2.9 ADMIXTURES
Admixtures may be applied to the concrete mix design when approved by the Street Superintendent to achieve
any desired special properties. Chemical admixtures shall conform to ASTM C 494. Chemical admixtures shall
not be used as a substitute for Cement.
Mineral admixtures such as Fly Ash and Natural Pozzolans in conformance with ASTM C 618 may not be used
with Types I, II, and Ill Portland Cement unless specifically approved by the Street Superintendent. If
approved only Class C or Class F fly ash may be used.
When fly ash is used, "cement" in relation to mix design shall be defined as "cement plus fly ash". Fly ash may
constitute no more than 15% by absolute volume of the cement as approved by the Street Superintendent.
2.10 REINFORCING MATERIALS
GENERAL -All concrete, except for curb and gutter, shall incorporate wire mesh or fiber reinforcement, and/or
other reinforcement as indicated on plan sheets. Metal reinforcement shall be grade 40 (40KSI) unless indicated
otherwise on plan sheets.
All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of
reinforcement used, subject to approval by the Street Superintendent.
STEEL -Wire mesh shall conform to ASTM A 185, and shall be 6"x 6"-10 gauge welded wire fabric, or size as _
indicated on plan sheets. Reinforcing bars shall be open-hearth basic oxygen or electric furnace new billet steel
manufactured in accordance with ASTM A 615 and ASTM A 305. Steel reinforcing materials stored at any
location shall be protected from accumulations of grease, mud or other foreign matter, and rust producing
materials. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and
structural defects.
Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Sleeves
or wrapping shall be as indicated on plan sheets.
Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs
shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing
materials in position.
FIBER -Fiber reinforcement may be used in place of wire mesh only if approved by the Street Superintendent.
Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured
for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers equivalent to
Novocon Xorex. The quantity of fiber reinforcement used shall be in conformance with the manufacturer's
recommendation or as directed by the Street Superintendent.
The minimum physical characteristics on the fiber shall be as follows:
Specific Gravity 0.91
Tensile Strength
Length
2.11 JOINTS
70,000 psi to 110,000 psi
3/4"
Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent point of each return
at intersections and at intervals not more than 40 feet between the intersections. The 40 foot intervals may be
omitted for machine placed curb and gutter. Construction joints formed by removable metal templates accurately
shaped to the cross-section of the curb and gutter shall be located at the midpoint of each section between
5
expansion joints, or as directed by the Street Superintendent. Tooled contraction joints, cut at least one quarter
the concrete depth, shall be placed at 10 foot intervals.
Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint and at intervals of
39 feet. Tooled contraction joints, cut 112 inch wide 2 inches deep, shall be placed at 13 foot intervals. Alley
paving contraction joints shall be sealed with an asphaltic sealer.
Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on
plan and detail sheets. Unless otherwise specified, the joints shall be sawed 112 inch wide and to depth equal to
114 of the pavement thickness plus one half inch. Joints shall be saw cut within 12 hours of placement of the
concrete paving. The joints shall be sealed with an elastomeric system as specified in section 2.12.
Valley gutters and fillets shall be constructed with tooled construction and construction joints. The joints shall be
sealed with an elastomeric system as indicated in section 2.12.
2.12 JOINT SEALING MATERIALS
Bituminous premolded expansion joint material shall conform to ASTM D 1751, and shall be placed as indicated
on plan sheets or elsewhere in these specifications.
Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOF-SEAL" or
"GARDOX' as required by plan sheets. Mot poured sealant for joints between Portland cement concrete and
Bituminous concrete shall conform to ASTM D 3405. Hot poured joint sealant for all other joints in Portland
cement concrete pavement, shall conform to ASTM D 3406. Cold poured joint sealant shall conform to ASTM C
920.
Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations.
Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to
the surfaces to form an effective seal against moisture and solid particles. The sealant shall be a soft, highly {
flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold
temperature extremes typical of local conditions.
Backer rod used with elastomeric sealant shall be 25% greater in diameter than the joint width. It shall be made of
polyethylene foam or other material as recommended by the sealant manufacturer. Compression of the backer
rod material shall be approximately 25% shrinkage at 8 psi applied stress. The material shall not melt, shrink,
evaporate, or absorb water, and shall be compatible with the application of the sealant to be used.
2.13 CURING COMPOUNDS
Ail fresh concrete surfaces shall be completely covered with a liquid membrane forming curing compound and the
application shall conform to ASTM C 309 and TxDOT Item "Membrane Curing".
No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Street` 0 Superintendent.
2.14 FORMS FOR CONCRETE
Forms for concrete construction shall be set to the lines and grades established by the Street Superintendent after
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 placing
concrete. Face forms and construction joints (removable metal plates) shall be set to hold the concrete in place
until it is to be finished.
Forms that are warped or damaged in any manner so as to make them unacceptable to the Street Superintendent
shall not be used.
Forms for radii shall be set in the same manner as straight forms, and shall be set to produce curves true to the
plans. Face forms will not be required for curb and gutter on radii if a true section can be obtained by other
methods acceptable to the Street Superintendent.
c
n
6
-1
rJ L_
I
Fl u
.
r ___ ·_·_-J·_ : :
~
r]-... --_ r
i
2.15 PLACING AND FINISHING CONCRETE
Concrete shall be placed as close to its proper location as practical. Sufficient concrete shall be placed to allow
for shrinkage and extra material for finishing. The concrete shall be floated and troweled to the approximate
section. No water shall be added during placement or finishing of any concrete, unless specifically
authorized by the Street Superintendent.
For curb and gutter removal of face forms and finishing shall be started after a partial set occurs. For all
concrete construction approved forms, templates, and tools shall be used to form the cross-sections
indicated on plan or detail sheets.
Concrete shall not be placed when the ambient temperature is below 40 degrees F as determined by the National
Weather Service continuous broadcast. Concrete shall not be placed on frozen subgrade. The contractor shall
have available sufficient covering material, approved by the Street Superintendent, to immediately protect concrete
placed less than 6 hours should the air temperature fall below 33 degrees F. This protection shall remain in place
as long as the temperature continues below 32 degrees, to a maximum of 5 days. No salt or other chemical
admixtures shall be added to the concrete to prevent freezing.
All concrete placed for pavement sh.all be consolidated by use of mechanical vibrators approved by the Street
Superintendent and designed to vibrate the concrete internally. Vibrators shall be operated in a manner not to
interfere with joints, and shall not come in contact with forms. The surface of concrete street paving shall
incorporate a heavy broom finish, or tined finish if indicated on plans. All other concrete surfaces shall be
completed with a light broom finish.
Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot
straightedge. Prior to acceptance, the contractor shall apply sufficient water to all concrete and paving to
determine locations of ponding. Ponded areas shall be removed and replaced. Any concrete construction
damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's expense.
3.1 SUBGRADE
Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from
vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the
subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment
and shall meet the following requirements:
Liquid Limit
Plasticity Index
Linear Shrinkage
45 maximum
15 maximum
2min-10max
Subgrade material which does not meet the above requirements may be conditioned with lime or caliche
screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified
subgrade requirements
Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the
Street Superintendent, by scarifying and compacting to a minimum of 95% of Standard Proctor Density at
optimum moisture content plus or minus 2%. Subgrade shall be constructed in maximum of 6 inch lifts. The total
thickness of the subgrade shall be 6 inches minimum for streets 36 feet wide or less, 12 inches minimum for
streets greater than 36 feet wide, or as indicated on plan sheets.
The compaction method for subgrade shall provide for each lift to be compacted to the specified density using
appropriate equipment. After each section of subgrade is complete, tests as determined necessary by the Street
Superintendent will be made by the City of Lubbock Testing Lab with respect to moisture and density using
nuclear testing equipment. At any time the Street Superintendent may require proof rolling on streets or alleys with
a 25 ton pneumatic roller, or equivalent, to test the uniformity of compaction.
All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch.
7
Any fill placed within existing or proposed street right of way in execution of an approved cut and fill plan shall
meet these specifications for materials and construction. Cut and fill operations shall comply with Chapter 25 of
the City of Lubbock Code of Ordinances.
Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and
reprocessing as determined by the Street Superintendent.
4.1 FLEXIBLE BASE (CALICHE)
The material for flexible base shall consist of crushed caliche, limestone, calcareous clay particles, conglomerate,
gravel, sand, or other approved granular materials produced from oversize quarried aggregate, sized by crushing
"
and produced from a naturally occurring single source. Blending of sources shall be allowed only if both sources
individually meet the requirements of these specifications. If material characteristics within the approved source
change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not
change material sources without approval by the Street Superintendent.
All base material sources are subject to approval by the Street Superintendent. Approved sources that do not test
consistently within the limits of these specifications during construction may be rejected by the Street
Superintendent.
Flexible base material may conditioned by addition of crushed concrete (Class A Concrete minimum). Blending of
crushed concrete and caliche shall be performed at the contractor's production site. The concrete shall be
processed to remove wood, steel, and other contaminants before blending. The final blended material shall meet
these material and performance specifications as stated herein.
4.2 MATERIAL TESTS
Flexible base material shall conform to the following test requirements:
Sieve Analysis
Sieve Size 2-112" 1-314" 718" 112" #4 #40
%Retained 0 0-10 10-35 30-50 45-65 70-85
Atterberg Limits
Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements:
Liquid Limit 45 maximum
Plasticity Index 15 maximum and 3 minimum
i
Linear Shrinkage 10 maximum
t
Wet Ball Mill
When tested in accordance with Tex-116-E (Wet Ball Mill) the material shall have a value not to exceed 55. The
a
percent of material passing the 940 sieve shall not increase by more than 25 during the test.
4.3 FLEXIBLE BASE CONSTRUCTION
Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing
base material. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly
along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3
inches compacted thickness. Each course shall be wetted and rolled with a pneumatic roller as required to
produce a uniform compaction of 95% minimum of Standard Proctor Density at a moisture content 1% to 2%
below optimum. At any time the Street Superintendent may require proof rolling with a 25 ton pneumatic roller to
ensure uniform compaction of base. Processing for compaction of caliche base with a sheeps foot type roller will
not be permitted.
The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. Windrow
caliche shall not be removed until the base has passed finish inspection. Base which becomes wet, or other wise
altered, may be subject to retesting and reprocessing as determined by the Street Superintendent.
8
Q'j L
r .. J r·
/,'
L.
I
.
r.•· ..•. ·.J !
...,_,,
0
fJ
L.J
r .. ··1 !
L
The compacted flexible base shall be finished and shaped immediately proceeding 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, depressions, or weak spots which develop shall be corrected by scarifying,
adding or removing material as required, reshaping, and recompacting, or other methods approved by the Street
Superintendent.
Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-
section, using a 1 O foot long straight edge, shall be corrected as provided above.
5.1 ASPHALT STABILIZED BASE (ASB)
Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate and asphalt cement
mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and
construction shall conform to TxDOT Item "Asphalt Stabilized Base" (Plant Mix). The contractor's plant and
equipment are subject to approval by the Street Superintendent, and shall be appropriate and in suitable condition
to produce the base material consistently in compliance with these specifications.
Samples of the compacted ASB will be removed by City personnel from locations designated by the Street
Superintendent to determine composition, compaction, thickness, and density. The contractor shall replace the
pavement removed from core holes at no cost to the City. ASB found to be deficient in composition, compaction,
thickness, or density shall be corrected at the contractor's expense as directed by the Street Superintendent.
5.2 ASB MIX DESIGN
The contractor shall provide a current mix design using the approved materials indicating gradation and optimum
asphalt content. The aggregate mixture shall conform to the following master gradation:
Sieve Size 1-1 /2" 3/4" 1/2"#4 #40
Percent Retained by Weight 0 8-30 30-55 50-70 70-90
Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements:
Liquid Limit shall not exceed
Plasticity Index shall not exceed 15
Linear Shrinkage shall not exceed
45
5
The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with
asphalt.
The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral
aggregate shall conform to the gradation requirements specified. The percent asphaltic material shall be
determined in accordance with Test Method Tex.-126-E or Test Method Tex.-204-F and procedures outlined in
TxDOT Bulletin C-14. In no case shall the asphalt content be less than 4% or more than 9% by weight. Asphalt
for the mixture shall meet the requirments of TxDOT Item "Asphalt, Oils, and Emulsions". The grade of asphalt
and source must be approved by the Street Superintendent prior to use.
The contractor shall submit the mix design prepared by a qualified lab for approval by the Street Superintendent.
The Street Superintendent will approve the asphalt content to be used in the mixture after design tests have been
made with the aggregate to be used. The asphalt content of the production mixture shall not vary from the design
more than 0.2% dry weight based on total mixture.
5.3 PLACING ASB
ASB shall be placed and compacted in 3 inch lifts, unless otherwise directed by the Street Superintendent. Prior
to placing ASB, the subgrade shall be prepared as previously specified The cross-section shall be constructed to
form the specified crown on the HMAC surface at the centerline of the street, or as indicated on the plans.
ASB shall not be placed when the air temperature as reported by the National Weather Service is below 45
degrees F and falling. During June, July, and August ASB shall be placed at a temperature between 255 and 285
degrees F. During other months ASB shall be placed at a temperature between 275 and 325 degrees F. Any
9
ASB material that is above, or below the specified temperature range may be rejected by the Street
Superintendent. No payment will be made for any rejected material.
The ASB material shall be spread on the approved prepared surface using an approved spreading machine. The
material shall be placed in such a manner that when properly compacted the finished course is smooth, of
uniform density, and in conformance with the cross -sections and grades shown on the associated plans.
5.4 ASB COMPACTION
The ASB shall be compacted thoroughly and uniformly with approved rollers to a density of 93% to 96% of
Marshall density, molded at 275 degrees F. Rolling shall be continued until no further increase in density can be
obtained and all roller marks are eliminated. Compaction shall be completed before the ASB mixture cools below
185 degrees F.
The compacted ASB shall conform the cross -sections, lines, and grades shown on the plans or as directed by the
Street Superintendent. The surface shall be smooth and have a uniform texture acceptable to the Street
Superintendent.
6.1 HOT MIX ASPHALT CONCRETE SURFACE HMAC
Hot mixed asphalt concrete surface shall consist of a compacted mixture of coarse aggregate, fine aggregate,
mineral filler (if required), and asphalt cement mixed hot in a mixing plant in accordance with these specifications.
Unless otherwise specified, the materials and construction shall conform to TxDOT Item "Hot Mix Asphalt
Pavement". The contractor's plant and equipment are subject to approval by the Street Superintendent, and shall
be appropriate and in suitable condition to produce the HMAC surface consistently in compliance with these
specifications. Approval of the source and character of the materials shall be obtained from the Street
Superintendent prior to use.
The combined mineral aggregate , after final processing by the mixing plant and prior to addition of asphalt and
mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method
Tex 203-F. The percent of flat of elongated slivers of stone for any aggregate shall not exceed 25% when tested
in accordance with Test Method Tex 224-F.
Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime or
liquid anti -stripping agent approved by the Street Superintendent. Anti -stripping agents shall meet requirements of
TxDOT Item "Asphalt Anti -stripping Agents", and shall be added at the manufacturer's recommended dosage and
temperature range.
Core samples of the HMAC surface will be removed by City personnel from locations designated by the Engineer
(minimum of 2 cores per 600 foot block) to determine composition, compaction, thickness, and density. HMAC
surface found to be deficient in composition, compaction, thickness, or density shall be corrected at the
contractor's expense as directed by the Street Superintendent. The contractor shall replace the pavement
removed from core holes at no cost to the City.
6.2 THICKNESS OF HMAC SURFACE
The thickness of HMAC surface shall be one and one half (1-112) inches, unless otherwise indicated on plans. If
only one core measures zero to 114 inch less than required thickness no corrective action shall be required. if two
or more cores measure at least 114 inch less than the specified thickness, the HMAC surface shall be considered
deficient with respect to thickness. Additional cores will be taken at 25 foot spacing to define the limits of
deficiency.
No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified.
6.3 MIX DESIGN
Type "D" HMAC shall be used on streets 36 feet or less in width. Type "C" HMAC shall be used on streets greater
than 36 feet in width, and strip paving (no curb and gutter). The contractor shall provide a current HMAC mix
design using the approved materials indicating gradation and optimum asphalt content. if the contractor elects to
use Type "C" where Type "D" is specified, the material must meet the Type "C" specifications.
C
10 0
CJ
0
i
J
J
J
J,.
...
The aggregate mixture shall conform to the following master gradation:
Type "C" (Coarse Graded Surface Course -Streets greater than 36 feet wide)
Percent passing 7/8" 100
Percent passing 5/8" 98-100
Percent retained on 3/8" 12-25
Percent retained on No. 4 15-30
Percent retained on No.10 12-30
Total percent retained on No. 10 53-65
Percent retained on No. 40
Percent retained on No. 80
Percent retained on No. 200
Percent passing No. 200
10-20
5-15
5-15
1-6
Type "D" (Fine Graded Surface Course -Streets 36 feet or less wide)
Percent passing 5/8" 100
Percent retained on 3/8" 0-15
Percent retained on No. 4 30-50
Percent retained on No.10 12-30
Total Retained on No. 10 53-65
Percent retained on No.40
Percent retained on No. 80
Percent retained on No. 200
Percent passing No. 200
10-20
5-15
5-15
1-6
Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements:
Liquid Limit shall not exceed
Plasticity Index shall not exceed
Linear Shrinkage shall not exceed
45
15
5
The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with
asphalt.
The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The percent
asphalt in the mixture shall be determined to meet the Marshall Stability criteria as follows:
Marshall Criteria
No. Blows (each end of specimen)
Stability {Lb.)
Flow (units of 0.01 inch)
Percent Air Voids
Type "C"
75
1500
8 min-16 max
2 min-5 max
Type "D"
50
1200
8 min-18 max
3 min-6 max
If approved by the Street Superintendent, the contractor may provide an alternate mix design based on his
proposed materials. The contractor's materials and mix design shall meet the performance criteria addressed in
these specifications.
6.4 COARSE AGGREGATE
The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, tough, durable
fragments of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not
be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 50% crushed faces
for Type "D" HMAC, and 55% crushed faces for Type "C" HMAC, when tested in accordance with Test Method
Tex 413-A.
11
Coarse aggregate shall have a maximum loss of 15% when subjected to 4 cycles of the Magnesium Sulfate
Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other
undesirable materials shall not exceed 2 percent. When subjected to the Los Angeles Abrasion Test, the coarse
aggregate shall not have a loss greater than 40 percent by weight.
Coarse aggregate may be enhanced by addition of crushed concrete (Class A minimum). The crushed concrete
shall be processed and blended at the contractor's batch plant. The material shall be processed to remove wood,
steel, and other objectionable materials so as to produce a crushed aggregate in confromance with these
specifications.
6.5 FINE AGGREGATE
The fine aggregate shall be that part of the material passing the No. 4 sieve and shall consist of sand and/or
screenings. The plasticity index of that part of the sand passing the 40 sieve shall not exceed 6. The plasticity
index of the screenings shall not exceed 9.
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.
Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved
by the Street Superintendent. The mineral filler shall be free of foreign and other injurious matter and shall meet
the following gradation:
Percent by Weight Retained on No. 30 Sieve 0
Percent by Weight Retained on No. 80 Sieve 10 maximum
Percent by Weight Retained on No. 200 Sieve 35 maximum
6.6 ASPHALT
Asphalt shall be AC 10 with Latex (3% by weight of asphalt), or performance grade 64-28 S or L. The contractor
shall notify the Street Superintendent of the source of asphaltic material for approval prior to production of the
asphaltic mixture. The optimum asphalt content shall be determined by the Marshall Stability method. The
percent asphalt content in HMAC surface shall be optimum plus 0.25% as indicated by Marshall Stability for
streets for Type "C" HMAC, and optimum plus 0.5% for Type "D" HMAC. The asphalt content of the paving
mixture shall not be below optimum, or vary from the specified design asphalt content by more than plus 0.3
percent dry weight, based on total mixture.
6.7 PRIME AND TACK COATS
Prior to placing HMAC on flexible base, the surface shall be primed using an application of 0.20 gallons of MC-30
asphalt per square yard of surface.
Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned to
the satisfaction of the Street Superintendent. The surfaces shall be given a uniform application of tack coat using
asphaltic materials of this specification. The tack coat shall be applied as directed by the Street Superintendent
with an approved sprayer. Where the pavement mixture will adhere, as determined by the Street Superintendent,
to the surfaces on which it is to be placed without the use of a tack coat, the Street Superintendent may waive the
requirement for the tack coat. All contact surfaces of curbs, structures, and joints shall be painted with a thin
uniform tack coat. The tack coat shall be rolled with a pneumatic tire roller as directed by the Street
Superintendent.
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 paving
mixture with 50 to 30 percent by volume of gasoline and/or kerosene. If RC-2 Cut -Back Asphalt is used, it may,
upon direction from the Street Superintendent, be diluted by addition of an approved grade of gasoline and/or
kerosene, not to exceed 15 percent by volume.
12
·-i
,--1
· 1
I
f' f
,,,
;J
~ .
.
.
.
u
u
6.8 PLACING HMAC
HMAC surface shall be constructed to a minimum compacted thickness of 1-1/2 inches. The pavement shall be
constructed on the previously approved base. Laying of HMAC shall not start until sunrise, and must stop one
hour before sunset. HMAC sruface shall not be layed until at least 48 hours after the application of the prime coat.
Air temperature requirements for placing HMAC shall be as follows:
November 1 to April 1
HMAC shall not be placed when the air temperature is below 55 degrees F and falling.
HMAC may be placed when the air temperature is above 50 degrees F and rising.
April 1 to November 1
HMAC shall not be placed when the air temperature is below 50 degrees F and falling.
HMAC may be placed when the air temperature is above 45 degrees and rising.
Air temperature shall be determined by the National Weather Service hourly report. If the temperature of any
HMAC, measured while passing through the lay down machine, is 25 degrees F more or less than the mixing
temperature, the load shall be rejected. No payment will be made for rejected material.
The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved
spreading and finishing machine. The material shall be placed in such a manner that when properly compacted
the finished course is smooth, of uniform density, and in conformance with the cross-sections and grades shown
on the associated plans. Raking loose material back across the HMAC mat will not be permitted. Wings of the
laydown machine may not be dumped unless they are dumped after every load.
A level up course, 1/2 inch or more in thickness, shall require the use of ASB or a coarse grade of HMAC
approved by the Street Superintendent.
When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the
contractor may use other methods approved by the Street Superintendent provided a satisfactory surface can be
obtained.
Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when
compacted it will be 1/4 inch above the curb or 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 made to insure a continuous bond
between the old and new sections of the course. The transverse edges of old pavement and, if required by the
Street Superintendent, the successive day's pavement shall be cut with an approved concrete saw to expose an
even vertical surface for the full thickness of the course. 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.
6.9 COMPACTION
HMAC surface compaction shall be as follows:
Type C -95% to 98% of Marshall density (2% to 5% air voids)
Type 0-94% to 97% of Marshall density (3% to 6% air voids)
Using appropriate rollers approved by the Street Superintendent, the pavement shall be compacted thoroughly
and uniformly to a density consistent with the density developed in the laboratory Marshall test method of molding
stability specimens. At a minimum one tandem roller weighing not less than 8 tons, two pneumatic rollers with a
weight capable of being uniformly varied from 275 to 550 psi per inch width of tire tread, and one three wheel roller
weighing not less than 10 tons shall be provided for each job. Additional rollers shall be provided by the contractor
if needed.
Rolling with 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. 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.
13
Rolling with pneumatic rollers shall be done as directed by the Street Superintendent and shall be continued until
required compaction is obtained and all roller marks are eliminated.
The motion of the rollers shall be slow enough to avoid displacement of the mixture. Rollers shall not be permitted
to stand on pavement which has not been fully compacted. Any displacement of the mixture shall be corrected
immediately by the use of rakes and fresh mixture where required.
Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers
are in operation or standing.
Places inaccessible to the rollers may be compacted using lightly oiled tamps. Trenches and other limited areas
where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type
roller.
The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-
section. When tested with a 10 foot straight edge placed parallel to the centerline of the roadway, or other means
acceptable to the Street Superintendent, the maximum deviation shall be not exceed 118 inch in 10 feet. An
acceptable 10 foot straight edge shall be provided by the contractor. Any point in the surface not meeting this
requirement shall be corrected as directed by the Street Superintendent. When placed on existing surfaces, the
118 inch maximum deviation requirement may be waived by the Street Superintendent.
6.10 EMULSIFIED ASPHALT SEALER
All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15185 mixture
of an MS-2, or 20180 SS-1, liquid anionic asphalt and distilled water. The emulsified asphalt sealer shall be
applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to
0.12 gallons per square yard of surface.
7.1 STORM SEWER
Storm sewer shall include installation of pipe, manholes, inlet structures and outlet structures. Contractor shall
use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and
approved by the Street Superintendent. Grade and horizontal alignment shall be maintained using a laser or
batter boards.
7.2 REINFORCED CONCRETE PIPE
Storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. The pipe shall
conform to the requirements of AASHTO M-170 or ASTM C-76. Pipe shall be Class III unless otherwise noted on
plan sheets.
7.3 MORTAR
Mortar shall be used for caulking and filling between pipe and drainage structures.
Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. The Portland
cement shall conform to the requirements of ASTM C-150, Type I.
The sand shall conform to the requirements of ASTM C-144. Hydrated lime may be added to the mixture of sand
and cement in an amount equal to 15% of the weight of cement used. The hydrated lime shall meet the
requirements of ASTM C-6.
Mortar which has not been used after 45 minutes of having water added shall be discarded. Mortar may not be
retempered by having water added.
G
F11
G
0
Vi
14
0 . .
I
fl
'.· .·.1 ' ;
i ...
[J
~ . .
fj
t..~
~J
J
]
7.4 PREFORMED BITUMINUS GASKET JOINTS
Preformed bituminous gaskets for concrete non-pressure pipe shall conform to the requirements of Fed. Spec.
SS-S-00210 (GSA-FSS), and shall be Ram-Nek or approved equal. Gaskets shall be installed in accordance with
manufacturer's recommendations and shall form a water-tight joint.
7.5 MANHOLES
Manhole barrel, cone and extension sections shall be constructed of precast concrete. A plant inspection may be
required for production facility inspection and to review record-keeping for material certification.
The manufacturer must provide certification that all materials used for manufacturing meet with the following
ASTM Specifications.
Aggregates
Cement
Sampling Specimens
Reinforcing
Sand and Mortar
ASTM C-33
ASTM C-150
ASTM C-39
ASTM C-185
ASTM C-144
Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive strength test
results must verify concrete strengths meet or exceed 4,000 psi. Aggregate shall be crushed limestone and shall
conform to ASTM C-33 specifications.
Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved
by the Street Superintendent. All joints shall be effectively jointed to prevent leakage and infiltration. All
connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a .
watertight manhole. This sealant will be provided by supplier and will be considered an essential part of each :·
shipment.
All cones and adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be reinforced with the same
percentage of steel as risers and tops and will also meet ASTM C-478 specifications. Adjusting rings, as well as
all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in
components throughout and free of voids or honeycombs .
All manholes shall be designed to withstand H-20 AASHTO loading. They shall also have lifting holes that do not
protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside wall
of manhole.
Manhole barrels shall be assembled of precast riser section. Riser sections and top cone sections shall be placed
vertically with tongues and grooves properly keyed .
Invert channels shall be smooth and semi-circular in shape conforming to the inside of the adjacent pipe section.
Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole
with permit. Changes in size and grade of the channels shall be made gradually and evenly. The invert channels
may be formed directly in the concrete of the manhole base or may be half-pipe laid in concrete. The floor of the
manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot,
nor more than two inches per foot.
All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to
make the manholes watertight. Preformed rubber waterstop gaskets cast into the riser or base section are
acceptable. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used
provided a watertight seal is achieved.
Adjusting rings may be used for adjusting the top elevation, except that the total height of the adjusting rings shall
not exceed 12 inches at any manhole. Concrete shall be placed around and under the rings to provide a seal and
seat the ring at the proper elevation. Each manhole shall have a minimum of 6 inches of grade adjustment.
15
lid
7.6 MANHOLE FRAMES AND COVERS
Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A-48, having
a clear opening of not less than 22 inches. The casting shall be designed with a full bearing ring so as to
provide a continuous seat between frame and cover. The cover shall be furnished with lifting ring cast
into the cover in such manner as to prevent water leaking through. Frame and cover shall have a weight
of not less than 275 pounds. The manhole ring and cover shall be Western Iron Works #40 or approved
equal.
7.7 CONSTRUCTION METHODS
All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be
on the project, in first-class working condition, and approved by the Street Superintendent before construction is
permitted to start. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate
hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage
to the pipe.
The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe
bed, the manhole bed and the backfill, as specified.
7.8 EXCAVATION
The Contractor shall do all excavation to the depth shown on the plans. Where rock, or soil containing rocks or
gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be
bedded in accordance with the requirements of one of the classes of bedding, and the hard unyielding material
shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 112
inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nominal
diameter of the pipe. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly
compacted, and shaped as required for the specified class of bedding. The cost of furnishing and placing the
cushion material shall be included in the bid price per linear foot of pipe in place. The bottom of the trench shall be
excavated to a horizontal section as far as practicable. Excavated material not required or acceptable for backfill
shall be disposed of by the Contractor as directed by the Street Superintendent. Excavation shall not be carried
below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material
approved by the Street Superintendent and compacted to the density of the surrounding earth material as
determined by AASHTO T-180.
When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with
approved granular material. The Street Superintendent shall determine the depth of removal of unstable soil and
the amount of backfill necessary. The backfill shall be compacted and shaped to a firm but slightly yielding
condition to form the bed for the pipe.
Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the
Street Superintendent.
The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper
construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless
otherwise approved by the Street Superintendent. The maximum allowable width of the trench shall not exceed
the widths shown below unless otherwise approved by the Street Superintendent.
NOMINAL PIPE MINIMUM TRENCH MAXIMUM TRENCH
SIZE WIDTH AT SPRINGLINE WIDTH AT TOP OF PIPE
Less than 18" Pipe O.D. + 12" Pipe O.D. + 18"
18" thru 36" Pipe O.D. + 18" Pipe O.D. + 24"
37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30"
The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper
installation of the pipe. Excavation in paved areas shall be confined to a minimum practical width. The bed for
pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact
with the bottom of the trench.
11
C
0
I
0
2
u
I
16
:J
J
f'_._:J. f0
L,,
F'l '. L ..•
I
fJ
0 .
.
.
]
]
J
The excavation for manholes shall be essentially the same as that for the piping. The sides of the excavation shall
be vertical unless otherwise approved by the Street Superintendent. The Contractor shall do such trench bracing,
sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to
applicable laws and regulations. The bracing, sheathing, or shoring shall not be removed in one operation but
shall be done in successive stages to prevent overloading of the pipe during backfilling operations. The cost of the
bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe.
Surface water shall be prevented from entering the excavation. Heavy equipment, except for excavating
equipment, shall not be operated within 20 feet of the edge of the excavation. Excavated materials shall be
stockpiled no closer than 3 feet from the edge of the excavation.
7.9 PIPE INSTALLATION
The Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade,
as shown on the drawings. The Contractor's facilities for lowering precast pipe into the trench shall be such that
neither the pipe nor the trench will be damaged or disturbed.
The Street Superintendent shall inspect all precast pipe before it is placed. Any section that is damaged by
handling or is defective to a degree which in the opinion of the Street Superintendent will materially affect the
function and service of the pipe shall be rejected and removed from the job site.
Installing the precast pipe in the finished trench shall be started at the lowest point and is laid upgrade. For tongue
and groove precast pipe, the grooved end shall be laid upgrade.
The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform.
The pipe shall be protected from water during placing and until the concrete, in cast-in-place pipe, or the mortar, in
the joints of precast or cast in place pipe, has thoroughly set. The contractor shall provide temporary diversions as
necessary to prevent surface water flow into the excavation. ;·
Pipe shall not be laid or installed on frozen ground.
Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up
and re-laid or re-installed without extra compensation.
Mortar shall be used for caulking and filling between the pipe and the drainage structures. Mortar that is
not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall
not be permitted. Pipe joints for precast concrete pipe shall be of the tongue and groove type. The joints
shall be of a water tight joint. Each joint shall be sealed with a preformed bituminous gasket as specified.
The gasket shall be installed as recommended by the pipe manufacturer.
Field poured concrete bases shall be at least 12 inches thick and not less than 1 (one) foot greater diameter than
the outside diameter of the manhole riser section. Concrete shall be Class A at a minimum 3000 psi 28 day
compressive strength. Concrete placement shall conform to ACI and good construction practices. Concrete shall
be consolidated and struck-off to a horizontal surface within the forms or pouring rings.
Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. The
manhole shall be constructed to ASTM C-891 standards .
Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the
Standard Details.
7.10 BACKFILLING
All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed
by the Street Superintendent. Outside of street right of way the backfill material shall be selected granular material
from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top
shall be material which can be readily compacted. It shall not contain stones retained on a 2-inch sieve, frozen
lumps, chunks of highly plastic clay, or any other material which is objectionable to the Street Superintendent. The
17
material shall be moistened or dried, if necessary, to be compacted by the method in use. Backfill material shall
be approved by the Street Superintendent.
The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and
manhole. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the
pipe and manhole. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot
over the top of the pipe, or such greater elevation as directed by the Street Superintendent.
Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe and manhole. Backfill
shall be compacted to 95% (min.) Standard Proctor Density.
Unless otherwise directed by the Street Superintendent or plans, excavation within street right of way shall be
backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 1-112 inches below the
asphalt surface. The pipe shall be restrained so that during the pour the pipe shall not be displaced.
Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. Any
damaged construction shall be removed and replaced at the expense of the Contractor.
7.11 TRENCH PROTECTION
Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state,
and local requirements. Trench excavations greater than five feet in depth shall be protected in accordance with
the following specifications. All work performed under this section shall also comply with OSHA Part 1926,
Subpart P and all State and Local codes. The Contractor shall be responsible for complying with all trench safety
requirements, the requirements of the specifications, drawings and all applicable codes.
Trench protection shall be performed by forces having at least two years experience with similar types of trench
safety systems. The manufacturer of prefabricated items used in trench safety systems shall have at least two
years of experience in fabricating the items.
The contractor shall provide detailed drawings for proposed trench safety systems. The drawings shall identify
where each system is proposed for use and type of system to be used. Trench excavations shall not be started
until trench safety systems have been submitted and approved by the Street Superintendent.
If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of
compliance stating the maximum allowable depth for the given design pressure for each type of trench box
proposed for use.
If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the
contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary
trench protection.
Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections.
Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following:
Steel — Steel shall be of type and thickness as required and shall have a minimum
yield stress of 36 ksi.
Aluminum — Type 6061-T6, thickness as required.
Wood in Contact with Earth — Pressure treated woods.
Wood not in Contact with Earth — Soft or hardwood as required.
8.1 FENCES
Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed
using the same or equivalent materials, height, and construction in the proper location. The contractor shall
remove existing fence and either store for reuse or legally dispose of the fence materials, whichever is
appropriate.
18
J
]
]
;]
m
0
I
(1 l.:.J
f J [
LJ
lJ
]
J
J
New fence construction shall be in accordance with specifications and details included on plan sheets.
9.1 SALVAGE OF ASPHALT PAVING
All salvage asphalt material shall be broken into pieces not more than 2 inches in size and stockpiled at a location
indicated in the plans. Any non-asphaltic materials, such as flexible base and soil, shall be kept separated from
the salvaged asphalt.
10.1 BARRICADES
Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control
Plan for approval by the Street Superintendent. The contractor shall have the sole responsibility for providing,
installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control
devices. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic
Control Devices (MUTCD) and the 1993 National Cooperative Highway Research Program Report 350 (NCHRP
350).
The Traffic Control Plan approved by the Street Superintendent shall be considered the minimum requirement for
the project. The contractor shall provide additional devices as determined to be necessary during the project. If at
any time during construction the approved plan does not accomplish the intended purpose, due to weather or
other conditions affecting the safe handling of traffic, the contractor shall immediately make necessary changes to
correct the unsatisfactory conditions.
The contractor shall maintain ingress and egress to private property at all times.
All signing and barricading shall be in place before construction operations are started and during all times .
construction is in progress. All hazards shall be clearly marked and adequately protected. If pedestrian walkw~ys
are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb-Lane Closure for Pedestrian Control"
as indicated in Texas MUTCD. ·
No separate payment will be made for traffic control. The required plan and devices shall be considered to be
subsidiary to pay items.
11.1 PROSECUTION OF THE WORK AND WORKING DAYS
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 is placed thereon.
At no time during the period of construction shall driveways and/or alleys be left impassable between the night
hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or
alley's shall remain closed not more than 4 days.
No work will be performed after dark or before daylight.
11.2 WORKING DAYS DEFINITION
City contracted paving projects will be based on working days allowed. No requests for extensions of time will be
considered. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock
designated holidays, in which weather or other conditions beyond control of the contractor will permit the
performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and
6:00 pm.
Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Street
Superintendent (see item 11.3). For each Saturday, Sunday, or City of Lubbock designated holiday on which the
Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the
contract working time when conditions will permit at least 7 hours of work as described above. Work on Sunday
will not be authorized except in cases of extreme emergency, as determined by the Street Superintendent.
19
Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the
contractor is unable to begin work on that date due to factors beyond his control as determined by the Street
Superintendent. In that event, time charged against the project will begin on the date the contractor could first
work a minimum of 7 hours as described above.
The Street Superintendent will furnish the contractor a monthly statement showing the number of working days
used and the working days remaining. The contractor shall be allowed 10 calendar days in which to protest the
correctness of each statement. The protest shall be in writing, addressed to the Street Superintendent, and shall
indicate basis of the protest. The Street Superintendent shall respond to the protest within 10 calendar days of
receiving the protest. Failure to file a protest within the allotted 10 days for any statement shall indicate the
contractor's approval of the time charges as shown on that period's time statement, and future consideration of
that time statement will not be permitted.
11.3 WORK BETWEEN NOVEMBER 1 AND JANUARY 2
If conditions are such that, in the opinion of the Street Superintendent, construction will negatively affect local
businesses during holiday periods, the Street Superintendent may suspend construction operations from
November 1 to January 2.
The City Of Lubbock observes specific holidays, and City staff are not required to work those days. As standard
procedure, construction operations that require testing/!nspection may not be performed on those holidays. If the
contractor needs to perform construction operations that require City personnel on holidays, the contractor shall
make a written request for authorization to work from the Street Superintendent. The request shall state the
reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel
expenses including salary, overtime, and benefits. If City personnel are available, the Street superintendent may
appove the request.
12.1 MEASUREMENT AND PAYMENT
The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence,
machinery, equipment, and materials, except as otherwise specified, necessary or incidental to complete the
various items of work in accordance with the plans and specifications. Cost of work or materials shown on the
plans or called for in the specifications and on which no separate payment is made shall be included in the bid
prices on the various pay items.
Payment will not be made for any item that is not complete, including all associated incidental work. All of the
items covered by these standard specifications may not be included in a particular project. Only those items
indicated on bid documents and plan sheets shall be included for construction and payment.
12.2 CURB AND GUTTER
Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter will be paid
for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials,
excavation, filling, backfilling, forming, finishing, and all incidentals necessary to complete the work.
12.3 CONCRETE FLAT SLABS - SIDEWALK, DRIVEWAY, ALLEY RETURN, ALLEY PAVING, AND VALLEY
GUTTER
Measurement will be made of the area, in square feet, of flat slab actually constructed. Flat slabs will be paid for
at the unit price bid per square foot for each specific type of slab. Curb on alley returns shall be included in the
area measured for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and
installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cuffing, joint sealing,
and all incidentals necessary to complete the work.
12.4 CURB RAMPS (HANDICAP RAMPS)
Measurement will be made of the area, in square feet, of curb ramp actually constructed, including top surface
area of any retaining wall or curb. Curb ramps will be paid for at the unit price bid per square foot. The unit price
bid shall include furnishing and installing all materials, excavation and filling within two feet of the ramp, back
filling, reinforcement, forming, finishing, and all incidentals necessary to complete the work.
L
I
0
0
III
I
I
u1
r.
I
20
FJ '>,-~
I
r-·1 !
\.,,_,_
r_·J_·
' ....
Cl ILl
]
]
fl u
r·1 L
r_-·J [·
~
12.5 CONCRETE DRAINAGE CHANNEL
Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top
surface area of any retaining wall or curb. Drainage channel will be paid for at the unit price bid per square foot.
The unit price bid shall include furnishing and installing all materials, excavation and filling within two feet of the
channel, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work.
12.6 RETAINING WALL OR CURB ON DRAINAGE CHANNELS AND CURB RAMPS
Measurement will be made of the height and linear feet of wall or curb actually constructed. Retaining wall or curb
will be paid for at the unit price bid per linear foot multiplied by the height of the wall or curb in inches above the top
of the slab (per linear foot per inch height).
The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement,
forming, finishing, and all incidentals necessary to complete the work.
12.7 CONCRETE MEDIAN
Measurement will be made of the area, in square feet, of median actually constructed. Median will be paid for at
the unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation,
filling, reinforcement, forming, finishing, and all incidentals necessary to complete the work.
12.8 CONCRETE STREET PAVING
Measurement will be made of the area, in square yards, of concrete street paving actually constructed. Concrete
street paving will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and
installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, and all incidentals
necessary to complete the work.
Sawing and sealing of joints shall not be included and will be paid for as a separate bid item.
12.9 SAWING AND SEALING OF JOINTS IN CONCRETE STREET PAVING
Measurement will be made of the linear feet of sawed and sealed joints actually constructed. Sawing and sealing
of joints will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing
all materials, equipment, sawing, cleaning, seal components, and all incidentals necessary to complete the work.
12.10 STORM SEWER INLET BOX AND MANHOLES
Storm sewer inlet boxes and manholes will be paid for at the unit price bid per each. The unit price bid shall
include furnishing and installing all materials, excavation, filling (except flowable fill), floor, connection to pipes,
reinforcement, forming, finishing, manhole rings and covers, and all incidentals necessary to complete the work.
12.11 HEADWALLS
Storm sewer headwalls will be paid for at the unit price bid per each. The unit price bid shall include furnishing
and installing all materials, excavation, filling, reinforcement, forming, finishing, grates, and all incidentals
necessary to complete the work.
12.12 STORM SEWER PIPE
Measurement along the centerline of the pipe will be made of the actual length of pipe constructed, from face of
structure to face of structure or to centerline of manhole, and will be paid for at the unit price bid for Storm Sewer.
Depth of cut shall be considered to be from the top of the adjacent grade stake to the flowline of the pipe. The unit
price bid shall include furnishing and installing all materials, pavement removal, excavation, filling, backfilling with
compacted soil where applicable, and all incidentals necessary to complete the work. Flowable fill will be paid for
as a separate pay item.
21
12.13 EXTRA VERTICAL FEET OF MANHOLE
The actual constructed manhole will be measured from the top of the base to the top of the ring and cover. Any
depth of manhole exceeding 6 feet in depth will be paid for at the unit price bid for extra vertical feet of manhole.
The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the
work.
12.14 CURB AND GUTTER REMOVAL
Measurement will be made of the linear feet of curb and gutter actually removed. Payment will be made at the unit
price bid per linear foot of curb and gutter removed. The contractor shall ensure that the Engineer has the
opportunity to measure the linear feet of curb and gutter prior to removal. If curb and gutter is removed without
measurement by the Engineer, no payment will be made for that removal. The unit price bid shall include sawing,
hauling, labor and equipment, and legal disposal for removal of the curb and gutter.
12.15 CONCRETE SLAB REMOVAL
Measurement will be made of the area in square feet of concrete slab actually removed. Payment will be made at
the unit price bid per square foot of concrete slab removed. The contractor shall ensure that the Street
Superintendent has the opportunity to measure the area of concrete slab prior to removal. if concrete slab is
removed without measurement by the Street Superintendent, no payment will be made for that removal. The unit
price bid shall include sawing, breaking, hauling, labor and equipment, and legal disposal for removal of the
concrete slab.
12.16 2 SACK FLOWABLE FILL
Quantities of 2 sack flowable fill will be determined from tickets provided by the drivers of the delivery trucks.
Payment will be made at the unit price bid per cubic yard of in place 2 sack flowable fill. The unit price bid shall
include furnishing and placing the material and all incidentals necessary to complete the work.
12.17 ASPHALT PAVING
Measurement will be made of the area, in square yards, of asphalt paving actually constructed. Payment will be
made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials,
subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and
prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work.
12.18 ASPHALT PAVING REPAIR
Measurement will be made of the area, in square yards, of in place asphalt paving repair. Payment will be made
at the unit price bid per square yard of paving repair. The unit price bid shall include furnishing and placing all
asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, flowable fill if
required, tack and prime coats, compaction, and all incidentals necessary to complete the work.
12.19 EXCAVATION AND GRADING (OUTSIDE LIMITS OF CONSTRUCTION)
Volume of excavation or fill, in cubic yards, will be determined by average end area method. Payment will be
made at the unit price bid per cubic yard of completed excavation or fill. The unit price bid shall include all labor,
equipment, and incidentals necessary to excavate or fill the site to the grades established by Street
Superintendent. No separate payment will be made for disposing of excess material.
12.20 DITCH GRADING AND UNPAVED STREET SURFACE GRADING
The volume of ditch grading, in cubic yards, will be determined by average end area method.
Measurement will be made of the area, in square yards, of completed surface grading of unpaved streets.
Payment will be made at the unit price bid per cubic yard of completed ditch grading per cubic yard, or
surface grading per square yard. The unit price bid shall include all labor, equipment, and incidentals
necessary to grade ditches or surface grade unpaved streets to the grades established by the Engineer.
No separate payment will be made for disposing of excess material.
0
0
u
0
L
11,
0
L
I �
IS
22
j
I
r.:.'j fr ~
]
J
J
u
. U
.
13.1 STANDARD DETAILS
Construction shall be in accordance with the following standard details unless otherwise indicated on
plans, or directed by the Street Superintendent. The 24 inch curb and gutter details shall be considered to
be standard. 30 inch curb and gutter details shall apply only if specifically indicated on plans or bid
documents.
PAVEMENT WIDTH
CURB FACE TO CURB FACE
24 feet
26 feet
28 feet
30 feet
32 feet
36 feet
42 feet
46 feet
52 feet
64 feet
66 feet
86 feet
88 feet
STREET CROWN ELEVATIONS
FINISHED PAVING SURFACE
ABOVE GUTTER
0.35 feet
0.37 feet
0.40 feet
0.42 feet
0.45 feet
0.50 feet
0.57 feet
0.62 feet
0.69 feet
0.85 feet
0.86 feet
1.14 feet
1.15 feet
All street paving shall incorporate a centerline crown at the listed elevation unless otherwise indicated on plans, or
as directed by the Street Superintendent. The widths listed above refer to the total proposed future full width oJ
street.
14.1 SEAL COAT AND TWO-COURSE MAINTENANCE
The following paragraphs give the specifications on the various materials and applications to be used in seal coat
and two-course maintenance projects. All materials shall be subject to the approval of the Street Superintendent
before use.
14.11 PREPARATION OF SURFACE
Before the seal coat operation is started, the Contractor will be required to patch all areas that have failed or
raveled as marked by the Street Superintendent. The City of Lubbock Street Department will sweep the streets
before the sealing and two-course operation is started.
14.2 ASPHALTS
Asphalts for use on this project shall comply with Texas State Highway Department Specifications, Item 300
including revisions, and a certified copy of the test results will be furnished to the City.
14.21 ASPHALT HEATERS
Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material required to the
desired temperature. Asphaltic material may be heated by steam coils which shall be absolutely tight. Direct fire
heating of asphaltic materials will be permitted, provided the heater used is manufactured by a reputable concern
and there is positive circulation of the asphalt throughout the heater. Agitation with steam or air will not be
permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour chart that will
record the temperature of the asphaltic material where it is the highest temperature.
All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt sha!I 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 200° F at any time. The
23
Street Superintendent will select the temperature of application, and the Contractor shall apply the asphalt at a
temperature within 15 degrees of the temperature selected. Ail asphalt material heated above 2000 F will be
rejected. Recirculating tank car heating equipment shall be equipped with an approved type recording
thermometer.
14.22 ASPHALT APPLICATION
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. 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 seal coat and two -course application shall not be applied unless covering with
aggregate is assured within ten (10) minutes. No asphalt shall be applied when wind velocity is 25 M.P.H. or
more. Asphalt shall not be applied if the ambient temperature is below 650F. Any block or blocks that receives a
seal coat or two -course asphalt application that exceeds the rate set by the Street Superintendent 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 Street Superintendent. In areas regarded by the Street Superintendent as inaccessible to the distributor, use
of the hand hose will be permitted, as directed by the Street Superintendent. 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
of aggregate.
RATE OF APPLICATION OF MATERIALS
TxDOT Gals Spread
Grade No. of ASphaltIS.Y. Ratio
1. SINGLE COURSE
#5 0.35 1:120
2. TWO -COURSE
THOROUGHFARES
1 st Course #4 0.32 1:115
2nd Course #5 0.35 1:130
COLLECTORS
1st Course #4 0.32 1:115
2"d Course #5 0.35 1:130
14.3 AGGREGATE FOR SINGLE COURSE AND TWO -COURSE MAINTENANCE
All gravel or crushed stone shall not exceed fifteen percent (15%) loss when tested by the four (4) cycle
magnesium sulfate soundness test, A.S.T.M. C-88. Crushed gravel shall have a minimum of 75 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.
0
0
u
0
0
24
t01 tiJ
r.·j '
L
fl w
J
~I
]
The amount of organic matter, clays, loams, or particles coated therewith or other undesirable materials, when
washed over the #10 sieve, shall not exceed 2 percent.
The City of Lubbock Pavement Management 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.
SINGLE COURSE
Aggregate grading (TxDOT #5 Crushed Gravel, or Crushed Stone).
Percent by Weight
Retained on 1/2" sieve ..................................................................................... O
Retained on 3/8" sieve ............................................................................. O - 5
Retained on #4 sieve ............................................................................ 40 -85
Retained on #20 sieve ........................................................................... 99 -100
TWO COURSE
Aggregate Grading (Tx DOT #4 Crushed Gravel, or Crushed Stone).
Percent by Weight
Retained on 5/8" sieve .................................................................................... O
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
Aggregate grading (TxDOT #5 Crushed Gravel, or Crushed Stone}.
Percent by Weight
Retained on 1/2" sieve ..................................................................................... O
Retained on 3/8" sieve ............................................................................. 0 - 5
Retained on #4 sieve ............................................................................. 40 -85
Retained on #20 sieve ........................................................................... 99 -100
14.31 STOCKPILES
The location of all stockpiles of aggregate shall be approved by the Street Superintendent 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 Street Superintendent, when sandstorms possibilities exist. Care will be taken to prevent dusty conditions in
the stockpiles area from any sources.
14.32 APPLICATION OF ROCK
Immediately after making the first application of asphalt, 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 Street Superintendent. After the aggregate has been spread, it shall be bladed with an approved blade
grader and "bullwheeled" with an approved three-wheeled roller weighing not less than ten (10) tons. If necessary
to obtain a uniform distribution of aggregate or to fill low areas, hand spotting and hand brooming of the aggregate
shall be required. Care shall be taken in dip sections to maintain an accurate flow line. Considerable hand work
25
may be required at intersections and at joints in order to maintain a uniform distribution of the aggregate,and to
prevent the incorporation of foreign materials such as caliche and dirt.
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 roiled 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 but if placed back on the surface area shall be well scattered. There should be a
slight excess of aggregate on the surface after completion of the work specified above.
Care shall be taken in loading aggregate from the stockpiles to prevent petting dirt and other foreign matter into
aggregates. Loads of aggregate_ containing dirt will be rejected.
14.33 REQUIRED ROLLING
The completed asphalt surface shall be broomed and rolled with pneumatic rollers immediately after the asphalt is
covered with aggregate. The entire surface that is sealed will receive one hour rolling for each 1000 S.Y., the
same day that the asphalt is applied. No back rolling will be permitted (unless a rain storm occurs during the day
then that surface may be rolled the next day). The City will assume maintenance on these streets the following
day after the rolling has been completed.
14.4 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 dark 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 Street
Superintendent.
15.1 PATCHING AHEAD OF SEAL COAT OR TWO -COURSE MAINTENANCE
The black base, two sack flowable fill, and hot mix material to be used in patching ahead of the seal coat or two -
course maintenance shall be used at locations as directed by the Street Superintendent. No substitutions shall be
permitted without prior approval from the Street Superintendent. The areas to be patched shall be marked and
measured by the Street Superintendent. The area to be patched shall be barricaded, according to Texas Manuel
for Uniform Control Devices, at all times during patching operations; however, if the Street Superintendent 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.
15.11 PATCHING WITH BLACK BASE
Patching shall include removing the existing surfacing, either three (3), six (6), or nine (9) inches of the existing
base and subgrade (as the Street Superintendent 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 Street Superintendent, and compacted to 95% of design
density. The surface course, 1 112" of 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 1-112 inches of
hot -mix.
All hot -mix edges will meet the grade of the existing surface.
15.12 PATCHING WITH 6" OF TWO SACK CEMENT FLOWABLE FILL
Same as above except six (6) inches of two (2) sack cement flowable fill will be used in lieu of six (6) inches of
black base.
i' J
C
I
I
0
C
I
26
·-1
I
)
-J
I
]
]
J
J
J
-,
At all times the patching area will be barricaded according to Texas MUTCD. If open to traffic before the hot mix is
placed, the edges of the patch will be leveled up with mix to minimize bumps.
NOTE: Both black base and two sack flowable fill are anticipated being used, with locations of each type
of material to be directed by the Street Superintendent.
15.13 PATCHING WITH 1-1/2" OF HOT-MIX
Same as "Patching with Black Base" except only the existing asphalt surface will be removed.
15.2 ASPHALTIC CONCRETE MILLING
This item consists of removing 1" -2" ( or as the Street Superintendent 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 Street
Superintendent directs). The material removed from the milled surface will remain remain the property of the City
of Lubbock and shall be stockpiled at a location as directed by the Street Superintendent.
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.
16.1 HERBICIDES
Prior to the sealing operation, a herbicide shall be applied to the areas of the streets to be sealed where weeds
and grass are growing. This application shall be done far enough in advance, and at a rate, to insure the
vegetation has carried the herbicide to the roots of the plants before the application of the asphalt and rock.
Locations shall be as directed by the Street Superintendent.
The herbicide to be applied shall be a biodegradable surface acting liquid, such as "Roundup" or an approved .
equivalent. Unless otherwise directed by the Street Superintendent, a soil sterilent shall not be used. ·
17.1 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.
27
· 1
· 1
· 1
SPECIAL CONDITIONS
,-]
r1 ~-'
I
Fl LJ
n ""-•
J
r-1
L
1.
2.
3.
4.
SPECIAL CONDITIONS
TIME AND ORDER FOR COMPLETION
The seal coat process covered by the contract documents shall be fully completed within 120 (ONE
HUNDRED TWENTY) working 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, and proceed until all designated locations are
completed.
B. The sealing and two-course application shall not begin until May 15, 2004, and shall be completed by
September 15, 2004. The Contractor shall pay to the owner $500.00 per day for each calendar day after
September 15, 2004, until completion of the sealing and two course application, as liquidated damages.
No credit will be given for bad weather days or other delays occuring before September 15, 2004. In the
event it is determined by the City that the progress of the work is not satisfactory, 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.
CHANGES IN THE WORK
The Street Department may make changes in the scope of the work required to be performed by the
Contractor under the Contract or making additions thereto, or by omitting work therefrom, without involving
the Contract, and without relieving or releasing the Contractor from any of his obligations under the contract
or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the
guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall
be executed under the terms of the original Contract unless it is expressly provided otherwise
Except for the purpose of affording protection against any emergency endangering health, life, limb or
property, the Contractor shall make no change in the materials used or in the specified manner of
constructing and/or installing the improvements or supply additional labor, services or materials beyond that
actually required for the execution of the contract, unless in pursuance of a written order from the local
Public Agency authorizing the Contractor to proceed with the change. No claim for an adjustment of the
contract price will be valid unless so ordered.
If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a
Supplement Schedule of Unit Prices) the Street Department may order the Contractor to proceed with
desired changes in the work, the value of such changes to be determined by the measured quantities
involved and the applicable unit prices specified in the contract; provided that in case of a unit price contract
the net value of all changes does not increase or decrease the original total amount shown in the
Agreement by more than twenty-five (25%) percent.
SUPERINTENDENCE
The Superintendent and/or his assistants will not be allowed to serve two functions simultaneously, such
operating machinery and acting as Superintendent at the same time. The Superintendent must be free of
individual responsibilities to enable him to give the entire project his constant attention to facilitate the
progress thereof.
PROSECUTION OF WORK
The Contractor will, before starting any work on any street, erect barricades and signs, or provide sufficient
flagmen, as approved by the Street Superintendent, to give notice to vehicular traffic.During the construction
the Contractor is to close to traffic streets, as approved by the Street Superintendent.
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.
1
F
5.
11
The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such
barricades and warnings, as approved by the Street Superintendent, 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 the concrete is curing in the alleys and
until it can be opened to traffic, the Contractor shall maintain warning signs on barricades with lights at each
end of the block until the 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 application of asphalt, re -construction or black base construction the Contractor
shall clean, remove paper, surplus aggregate or paving materials from gutters, rubbish and temporary
structures from the street, restore in an acceptable manner all property, both public and private which has
been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable
condition throughout. The cost of the "cleanup" shall be included as part of the cost of the various items of
the work involved, and no direct compensation will be made for this work.
The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL_
DEVICES for Streets and Highways. Part VI.
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
Street Superintendent. 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 Street
Superintendent.
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.
MAINTENANCE OF DETOURS
The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public
travel in accordance with the Traffic Control Plan and these specifications. There shall be maintained in
passable condition, such temporary roads and structures as may be necessary to accommodate public
travel. Temporary approaches and crossings of intersecting highways shall be provided and maintained in
a safe and passable condition by the Contractor at his entire expense.
i�
11
I
0
I
r
B
I
I
LJ
m
L?
.-l
F'l
Ll
u
LJ
.
'
'. ·]. ~
L
rJ l'
L
lJ
7.
8.
9.
PUBLIC SAFETY AND CONVENIENCE
Ingress and egress to private property shall be provided as specified in the plans or as directed by the
Street Superintendent.
The Contractor shall plan and execute his operations in a manner that will cause the minimum interference
with traffic.
The Contractor shall secure the Street Superintendent's approval of his proposed plan of operation,
sequence of work, and methods of providing for the safe passage of traffic before it is placed into operation.
If at any time during construction the approved plan does not accomplish the intended purpose, due to
weather or other conditions affecting the safe handling of traffic, the Contractor shall immediately make
necessary changes therein to correct the unsatisfactory conditions.
At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as not
to interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such
points an for such periods of time as may be required to provide for the safety and convenience of public
travel and Contractor's personnel, and as directed by the Street Superintendent. 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.
REMOVING OBSTRUCTIONS
The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc.,
prior to building. It shall be the Contractor's responsibility to remove these obstructions at the direction of the
Street Superintendent, 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.
TEST OF MATERIALS
The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for
approval of materials, mix designs, adequacy of procedures, etc. The results of such testing shall be
evaluated and final approval given by the Street Superintendent. '
A. CALICHE BASE MATERIALS
Before caliche materials can be used on any street, current (not older than 30 days) test reports will
submitted to the Street Superintendent for approval. Test reports will be required every 30 days as this
material is used on City Streets. During the construction period, tests that fail will require re-testing.
B. ASPHALT STABILIZED BASE
The Contractor, or supplier of such materials, shall submit to the City Pavement Management Lab, as
soon as possible after the Notice to Proceed is issued, a sample of the aggregate to be used, for
gradation testing and magnesium sulfate testing. The gradation requirements shall meet those
established in Item 5.2 of the Standard Paving Specifications. The maximum loss from Magnesium
Sulfate testing, when tested in accordance with ASTM C-88 (4 cycle}, shall not exceed fifteen (15)
percent.
C. HOT MIX AND SEAL COAT AGGREGATE
The Contractor, or supplier of such materials, shall submit to the City Pavement Management Lab, at
least ninety (90) days prior to the beginning of the sealing operations, samples of the various grades of
aggregate to be used in the reconstruction hot mix and the seal coat operations for gradation testing,
crushed face counts, Flakiness Index tests, and magnesium sulfate tests. The gradation requirements
shall be that as necessary to meet the gradation requirements of Item 6.3 (HMAC Mix Design
Requirements) and Item 14.3 (Aggregate for Single Course and Two Course Seal Coat Maintenance).
The crushed face count, Flakiness Index, and Magnesium Sulfate require ments shall meet those
established in City of Lubbock Standard Paving Specifications, Item number 6.4.
3
12
13.
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.
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.
C
The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to n
bind subcontractors to the Contractor by the terms of the General Conditions and other contract documents i
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.
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
2-sack flowable fill. 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 Street
Superintendent's option, to repair the cut with 2-sack flowable fill at the unit price bid.
14. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an
application for partial payment. Owner's Representative shall review said application for partial payment
and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate
for partial payment showing as completely as practical the total value of the work done by the Contractor up
to and including the last day of the preceding month.
15. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy and defects due thereto and pay for
any damage to other work resulting therefrom, which shall appear within a period of one (1) year from date
of final acceptance of the project. The Owner or the Owner's Representative shall give notice of observed
defects with reasonable promptness.
I
I
0
r l
r.] le
k L:.
0
I
rl ,_
rJ b
Cl u
0
fl
Ll
fJ· I,
D
16. LABOR
The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of
Labor, and must not pay less than the rate legally prescribed or as set forth herein, whichever is higher.
Payment for time worked over forty-hours per week shall be made at one and one-half ( 1-1 /2) times the
above prevailing rates. Payment for time worked on legal holidays shall be paid at one and one-half (1-1/2)
times the regular governing per diem wage rates.
Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar
day, under the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No. 201
of the 47th Legislature shall be paid on the basis of eight (8) hours constituting a day's work.
5