Loading...
HomeMy WebLinkAboutResolution - 5968 - Contract - Saunders Construction - ADA Curb Ramps - 08_13_1998Resolution No. 5968 Item No. 35 August 13, 1998 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a contract with Saunders Construction of Lubbock, TX to install and furnish all materials and services as bid for the ADA Curb Ramps at various locations, and all 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 Council. Passed by the City Council this 13th day of August , 1998. ATTEST: 61b -L-u koaL" 11-rayloo Darnell, City Secretary APPROVED AS TO CONTENT: Victor Kilm Purchasing Manager APPROVED AS TO FORM: /& "O/V4� William de Haas Competition and Contracts Manager Wd:dk/Saunders Const.RES.doc ccdocs/ August 4, 1998 CITY OF LUBBOCK SPECIFICATIONS FOR ADA CURB RAMPS (PHASE 5) AT VARIOUS LOCATIONS BID #98137 CITY OF LUBBOCK Lubbock, Texas r a. P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2167 • Fax (806) 775-2164 F MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: Is — ITB #98137, Addendum #1 Office of Purchasing ADDENDUM 0 ITB #98137 ADA Curb Ramps (Phase 5) at Various Locations July 1, 1998 July 9, 1998 Ca, 2:00 P.M. July 23, 1998 @ 3:00 p.m. ! The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not r~ affected by this addendum, shall remain in effect. 1. Item #19, of the Special Conditions shall be changed to read as follows: 'If the Contractor of Subcontractor(s) should fall, neglect, or refuse to complete the work within the f time herein specified, or any proper time extension thereof granted by the Owner, then the Owner shall permanently withhold from the Contractor's total compensation the sum of $200 (TWO HUNDRED DOLLARS) per each working day after the stipulated completion date of this project as liquidated damages for the breach of this contract.' 2. Item #5, Time and Order for Completion, of the General Instructions to Bidders, first paragraph shall be change to read as follows: r "The construction covered by the contract documents shall be fully completed within 200 (TWO HUNDRED) working days from the date specified In the Notice to Proceed Issued by the City of Lubbock to the successful bidder.' 3. Please submit your bid on the enclosed revised Bid Submittal form, noting the change in Item #2. I 4. The Close Date has changed: From: July 9, 1998 @ 2:00 p.m. To: July 23, 1998 @ 3:00 p.m. i All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: Or Email to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2164 Lritchie@mall.cl.lubboc*,.tx.us 98137ad 1.doe ITB #98137, Addendum #1 THANK YOU, ('�'r' r1 i- auraCRitchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH. YOUR BID 98137ad 1.doc f•'" 7 BID SUBMITTAL UNIT PRICE BID CONTRACT ., PLACE: DATE: PROJECT NUMBER: #98137 - ADA CURB RAMPS (PHASE 5) AT VARIOUS LOCATIONS Bid of _ (hereinafter called Bidder) I To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) 4 Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated in Exhibit "A". The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this bid. r 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 200 (TWO HUNDRED) working 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 $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. r` The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. E r The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) 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 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. i (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: Fax: r �. EXH1131T "A" ` A.D.A. CURB RAMPS AT VARIOUS LOCATIONS PHASE V ESTIMATED TOTAL ITEM QUANTITIES NO. AND UNITS ITEM DESCRIPTION UNIT PRICE AMOUNT BID i 1. 3,600 Removal and replacement of existing concrete curb, Lin. Ft. including saw cutting, disposal and jointing, 7 complete per lin. ft. SERVICES: ($ ) ($ ) ' MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) 2. 20.100 Concrete slab removal and disposal, including Sq. Ft. walks, fillets, drainage slabs, valley gutters, etc., r„ t complete per sq. ft. SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) i. 3. 2,200 Sawing of contraction and longitudinal joints, to rLin. Ft. include sealing joints with W.R. Meadows "Sof- (. Seal", complete per lin.ft. r SERVICES: ($ ) ($ ) t MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) 4. 25,500 Four Inch (4") concrete flatwork reinforced with Sq. Ft. 6" x 6" W 1.4 x W 1.4 (10 gauge) welded wire mesh on a one inch (1") sand cushion, including all s necessary earthwork and subgrade preparation, installed complete per ft. r SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) r TOTAL: ($ ) ($ ) t S Ij A.D.A. Curb Ramps at Various Locations -Phase V Pate ESTIMATED TOTAL ITEM QUANTITIES UNIT A.%10UNT NO. AND UNITS ITEM DESCRIPTION PRICE BID t �. 200 Sq. Ft. Six inch (6") concrete tlatworK reinforced with 6" x 6" W 2.9 x W 2.9 (6 gauge) welded wire mesh on a one inch (1") sand cushion, including all necessary earthwork and subgrade preparation, installed complete per sq. ft. SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) r I, TOTAL: ($ ) ($ ) 6. 30 Gravel removal and disposal behind curb and Sq. Yds. gutter, including all necessary earthwork and subgrade preparation, complete per sq. yd. SERVICES: ($ ) ($ ) MATERIALS: ($ $ r TOTAL: ($ ) ($ ) r. 7. 20 Gravel repair behind curb and gutter, to consist of Sq. Yds. six inch (6") pit run gravel, including all necessary r, earthwork and subgrade preparation, installed complete per sq. yd. SERVICES: ($ ) ($ ) MATERIALS: TOTAL: ($ ) ($ ) S. 50 Asphaltic paving removal and disposal behind curb Sq. Yds. and gutter, including all necessary earthwork and subgrade preparation, complete per sq. yd. SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) F r A.D.A. Curb Ramps at Various Locations -Phase V Page 3 ESTIpIATED TOTAL ITEM QUANTITIES UNIT A110UNT N'0. AND UNITS 1TE31 DESCRIPTION PRICE BID 9. 20 Asphaltic paving repair behind curb and gutter to Sq. Yds. include one and one-half inch (1'/2") hot mix asphaltic concrete, type "C", with three percent (3%) latex polymer (SBR) and one percent (I%) hydrated lime, six inch (6") caliche base, tack coat, prime coat, emulsion and all necessary earthwork and subgrade preparation, complete per sq. yd. SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) 10. 10 Brick removal and replacement to match existing Sq. Yds. type and color, including disposal and all necessary earthwork and subgrade preparation, installed complete per sq. yd. SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) I I . 100 Six inch (6") thick concrete retaining wall, type I, Lin. Ft. varying in height above finished grade from six inches (6") to two feet (2'), reinforced with 6"X6" W 1.4X W 1.4 welded wire mesh, including a twelve inch by six inch (12"X6") footing below grade, including all necessary earthwork and subgrade preparation, installed complete per lin. ft. SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) A.D.A. Curb Ramps at Various Locations -Phase V Paee 4 ESTIMATED TOTAL ITEM QUANTITIES UNIT A.NIOL'NT r NO. AND UNITS ITEM DESCRIPTION' PRICE BID 12. 1,600 Six inch (6") thick concrete retaining wall, type 11, Lin. Ft. varying in height above finished grade from six inches (6") to twelve inches (12"), reinforced with C 6"x6" W1.4xW1.4 welded wire mesh, including all necessary earthwork and subgrade preparation, installed complete per lin. ft. SERVICES: ($ ) ($ MATERIALS: ($ ) ($ TOTAL: ($ ) ($ 13. 100 Six inch (6") thick concrete retaining wall, type 11, E Lin. Ft. varying in height above finished grade from thirteen inches (13") to twenty four inches (24"), reinforced with 6"x6" W l A x W I A welded wire mesh, including all necessary earthwork and subgrade preparation, installed complete per lin. ft. { SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) r TOTAL: ($ ) ($ ) Concrete curb and gutter removal and replacement, 14. 100 including disposal, sawcutting, jointing and all Lin. Ft. necessary earthwork and subgrade preparation, installed complete per lin. ft. SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) r 15. 10 Asphaltic paving repair in street, to consist of six L Sq. Yds. inch (6") thick concrete base reinforced with 6"x6" W2.9x W2.9 welded wire mesh, and one and one half inch (I %") Type "C" hot mix asphaltic ! concrete, including all necessary earthwork and subgrade preparation, installed complete, per sq. yd. SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) r A.D.A. Curb Ramps at Various Locations -Phase V Pate ! ° ESTIIIATED TOTAL ITEM QUANTITIES UNIT AMOUNT NO. AND UNITS ITEM DESCRIPTION PRICE BID 10 Brick pavement repair in street, to consist of brick r 16. Sq. Yds. removal and replacement to surrounding grade on a four inch (4") concrete base and one inch (I") sand cushion, to include Portland cement in the joints, installed complete per sq. yd. I SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) 17. 15 Remove, salvage and reinstall existing sprinkler Each unit, pop-up spray type, including trenching, backfilling and restoration of disturbed area, PVC irrigation piping and fittings, and connections to existing irrigation system(s), complete in place per each. SERVICES: ($ ) MATERIALS: ($ ) TOTAL: ($ ) 18. 5 Remove, salvage and reinstall existing sprinkler Each. unit, pop-up impact type, including trenching, backfilling and restoration of disturbed area, PVC irrigation piping and fittings, and connections to existing irrigation system(s), complete in place per each. SERVICES: ($ ) MATERIALS: ($ ) TOTAL: ($ ) ($ ) ($ ) A.U.A. Curb Ramps at Various Locations -Phase V Page 6 rol tt t .. ESTIMATED TOTAL ITE11 QUANTITIES UNIT AMOUNT NO. AND UNITS ITEM DESCRIPTION PRICE BID 19. 10 Furnish and install new pop-up spray type sprinkler Each. unit to match existing, including trenching, backfilling and restoration of disturbed area, PVC irrigation piping and fittings, and connections to existing irrigation system(s), complete in place per each. SERVICES: ($ ) ($ J r' t MATERIALS: ($ ) ($ ) f 1. TOTAL: ($ ) ($ ) 20. 5 Furnish and install new pop-up impact type Each sprinkler unit to match existing, including trenching, backfilling and restoration of disturbed area, PVC irrigation piping and fittings, and connections to existing irrigation system(s), complete in place per each. SERVICES: ($ ) ($ ) MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) 21. 1 Install and maintain traffic control and detour plan �. Lump Sum prepared by Contractor and approved by City Traffic Engineer, complete per lump sum. SERVICES: ($ ) ($ ) f MATERIALS: ($ ) ($ ) TOTAL: ($ ) ($ ) 6. r. 1 A.D.A. Curb Ramps at Various Locations -Phase V d, Paec 7 ESTIMATED TOTAL ITE\I QUANTITIES UNIT AMOUNT NO. AND UNITS ITEM DESCRIPTION PRICE BID TOTAL SERVICES TOTAL MATERIALS 4 - TOTAL BID (Items 1 through 21) AUTHORIZED SIGNATURE E c. l' C LIST OF SUBCONTRACTORS Minority Owned Yes No F CITY OF LUBBOCK INVITATION TO BID FOR TITLE: ADA CURB RAMPS (PHASE 5) AT VARIOUS LOCATIONS ADDRESS: LUBBOCK, TEXAS BID NUMBER: 98137 PROJECT NUMBER: 9923.9240 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 7 i 1. 2. 3, 4. r 5. 6. q i. r 8. 9. r" 10. i, INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR UNIT PRICE CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS L_ I No Text oft NOTICE TO BIDDERS BID #98137 Seated bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 9th day of July, 1998, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "ADA CURB RAMPS (PHASE 6) AT VARIOUS LOCATIONS" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for +� the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 23rd day of Julv.1998, 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. i— Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without r� of recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount the bid submitted as a J guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been t thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre -bid conference on 30th day of June, at 10:00 o'clock a.m., in the Purchasing Conference Room L04, Lubbock, Texas Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this OW 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 Human Relations Office at (806) 767- 2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK V �Q� VICTOR KILMA PURCHASING MANAGER Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806)775-21671Fax (806)775-2164. r { No Text t i' i� GENERAL INSTRUCTIONS TO BIDDERS �. 1. SCOPE OF WORK i The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the ADA CURB RAMPS (PHASE 5) AT VARIOUS LOCATIONS. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. i 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. f 3. PLANS FOR USE BY BIDDERS .. It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification f, concerning this bid must be addressed to: LAURA RITCHIE BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 776-2164 i' 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 150 (ONE HUNDRED FIFTY) working days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the. City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the ` contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by TOO the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 7. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements _ contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 8. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods _ set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants the year 2000 calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 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. 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. 10. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 2 11. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A swom statement of the current financial condition of the bidder. (c) Equipment schedule. 12. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. rThe 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. i 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractors 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 404 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 Contractors expense. 14. BARRICADES AND SAFETY MEASURES r" 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 Contractors 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. 15. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 16. CONTRACTOR'S REPRESENTATIVE 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. -- 17. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall _. be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. The Insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents Including workers compensation coverage for each subcontractor. 18. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less 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. 4 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, r.. 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. l : 19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS t- 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 r 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. 20. PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or a 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. t 21. PREPARATION FOR BID The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price r- written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly t 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 t address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing t agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner. (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter, 22. 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) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 23. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: .- 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. 6 No Text 7 E r BID SUBMITTAL UNIT PRICE BID CONTRACT PLACE: CITY OF T-111gROCK., TX DATE: July 23, 1998 PROJECT NUMBER: #98137 - ADA CURB RAMPS (PHASE 5) AT VARIOUS LOCATIONS Bid of RAY SAUNDERS DBA SAUNDERS CONSTRUCTION (hereinafter called Bidder) t ' To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: FThe Bidder, in compliance with your invitation for bids for the construction of a "ADA CURB RAMPS" VARIOUS LOCATIONS PEASE V having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated in Exhibit "A". The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this bid. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 200 (TWO HUNDRED) working 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 $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. r- Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within r (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check foreight thousand & nine hundred Dollars ($8, 900, 00 ) or a Bid Bond in the sum of Dollars ($ ), 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 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 tFye Notice to Bidders. f t _ F (Printed or Typed Name) SAUNDERS CONSTRUCTION Company 4405 CLOVIS RD. Address L.TBBOCK LUBBOCK City, TX. County 79416 State Zip Code Telephone: 806 - 762-5872 Fax: 806 - 762-5874 (Seal if Bidder is a Corporation) ATTEST: 7 Secretary 7 Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 7111 1 8 Addenda No. Date r Addenda No. Date Addenda No. Date r� r EXHIBIT "A" I A.D.A. CURES RAMPS AT VARIOUS LOCATIONS PHASE V ESTIMATED TOTAL ITEM QUANTITIES UNIT AMOUNT NO. AND UNITS ITEM DESCRIPTION PRICE BID 1. 3.600 Removal and replacement of existing concrete curb, Lin. Ft. including saw cutting, disposal and jointing, complete per lin. ft. SERVICES: F.i ght-PPn T aiisanr3 nnl l ars ($ 5. 00 ) (S18, 000 MATERIALS: Fourteen thousand & four -hundred (S 4 00 (S1 ate_ 4001 TOTAL: Thirty Two Thousand & Four-hundr 9_no ) (S��,ann_► li 20.100 Concrete slab removal and disposal, including Sq. Ft. walks, fillets, drainage slabs,'valley gutters, etc., r complete per sq. ft. SERVICES: .I+L,R� „tz Thousand it One Hundred— ($1,00—) (S201 1001 MATERIALS: (S 0 ) (S n 1 TOTAL: Twenty Thousand & one hundred ($ 0n ) (52.0., t.DIl1 _. ?."'00 Sawing of contraction and longitudinal joints, to Lin. Ft. include sealing joints with W.R. Meadows "Sof- t Seal complete per lin.ft. SERVICES:One Thousan&Si&Hundred &.=Fi€tv ($.7$) (S1.650.00 MATERIALS:One Thousand One Hundred (S _ sn) (Si-,1 [10 - b0 TOTAL:Two Thousand SevenHundred & Fifty (S 1 _25) (S2, 750- 00 4. 25.500 Four Inch (4") concrete flatwork reinforced with Sq. Ft. 6" x 6" W 1.4 x W 1.4 (10 eauge) welded wire r" mesh on a one inch (1") sand cushion, including all necessary earthwork and subgrade preparation, installed complete per ft. SERVICES: Forty Nine Thousand & Seven Hun- ($1 .95 ) (S49, 725� dred & Twenty Five (MATERIALS: Fifty_ One Thousand Dollar (52. 00 ) (Ssi " 000) TOTAL: One Hundred Thousand & Seven (S 3 9 9; ) (S i 00, 725. Hundred and Twenty Five r" t A— A :) X L urb Ramp; at Various Locations -Phase \' Pace 1 k k ESTIMATED TOTAL ITEM QUANTITIES UNIT AMOUNT NO. AND KNITS ITEM DESCRIPTION PRICE BID 200 Six inch (6") concrete flatworK reinforced with Sq. Ft. 6" x 6" W 2.9 x W 2.9 (6 gauge) welded wire mesh on a one inch (1") sand cushion, including all necessary earthwork and subgrade preparation, installed complete per sq. ft. SERVICES: Three Hundred Dollars ($1 . 50 ) ($300.00 ) MATERIALS: Four Hundred Dollars (S2 00) ($dn,___0 - 00 ) TOTAL: Seven Hundred Dollars (S3.5D ) (S70_Q. 00. 6. 30 Gravel removal and disposal behind curb and Sq. Yds. gutter, including all necessary earthwork and subgrade preparation, complete per sq. yd. SERVICES: One Hundred & Twenty Dollars (S4.00 ) (S120.00 ) MATERIALS: One Hundred & TwentyDollars of ars S (4.00 ) (S120.00 ) TOTAL: Two Hundred & Forty Dollars (S8.00 ) ($240.00) 20 Gravel repair behind curb and gutter, to consist of Sq. Yds. six inch (6") pit run gravel, including all necessary r.. earthwork and subgrade preparation, installed complete per sq. yd. rr SERVICES: Twenty Dollars ($1 •00 -.) (S20. 00 ) L MATERIALS: Eighty Dollars (S 4.00 ) (S80.00 ) TOTAL: One Hundred Dollars (S5.00 ) ($100.00) S. s0 Asphaltic paving removal and disposal behind curb c Sq. Yds. and gutter, including all necessary earthwork and subgrade preparation, complete per sq. yd. f SERVICES: _ _pive Hundred & ri f f v nil 1 a* -a ($11 .00 ) (S -550. 00 r MATERIALS: _One Hundred not 1 ar-q (S 2. 00 ) (S 100. 0 TOTAL: Six Hundred & Fifty nnllar (513.00 ) (S 650.0 r r r :1 LU A L urb Ramps at Various Locations-Phasc V r Pace _ 1 ESTIMATED TOTAL ITEM NO. QUANTITIES AND UNITS UNIT AMOUNT ITEM DESCRIPTION' PRICE BID 9. 20 Asphaltic paving repair behind curb and gutter to rSq. Yds. include one and one-half inch (1'/=") hot mix asphaltic concrete, type "C", with three percent (3%) latex polymer (SBR) and one percent (1%) hydrated lime, six inch (6") caliche base, tack coat, prime coat, emulsion and all necessary earthwork and subgrade preparation, complete per sq. yd. SERVICES: Two Hundred Dollars (S 10.00) (S 200.00) MATERIALS: Two Hundred & Twenty Dollars '(S 11.00) (S 220.00) TOTAL: Four Hundred & Twenty Dollars (S 21.00) (5420.00) 10. 10 Brick removal and replacement to match existing Sq. Yds. type and color, including disposal and all necessary �'" earthwork and subgrade preparation, installed rcomplete per sq. yd. SERVICES: Two Hundred & Fifty Dollars (S 25.00 > (S 250.00) MATERIALS: Three Hundred Dollars (S 30.00) (S 300.00y TOTAL: Five Hundred & Fifty Dollars (S 55.00) (S 550.0 11. 100 Six inch (6") thick concrete retaining wall, type 1, Lin. Ft. varying in height above finished grade from six inches (6") to two feet (2'), reinforced with 6"x6" W1.4xWL4 welded wire mesh, including a twelve inch by six inch (12"x6") footing below grade, including all necessary earthwork and subgrade r., preparation, installed complete per lin. ft. SERVICES: Eight Hundred Dollars (S 8.00 ) ($800.00 ) MATERIALS: Nine Hundred Dollars (S 9. 00 ) ($900. 00 ) TOTAL: One Thousand & Seven Hundred (s 17.00) (S10,700.g0 F } D-A Curb Ramps at Various Locations•Phasc N' ESTIMATED TOTAL t"rENI QUANTITIES UNIT A.N10UNT N'0. AND UNITS ITEM DESCRIPTION PRICE BID I?. 1.600 Six inch (6") thick concrete retaining wall, type 11, Lin. Ft. varying in height above finished grade from six E inches (6") to twelve inches (12"), reinforced with 6"x6" W 1.4 x W 1.4 welded wire mesh, including all necessary earthwork and subgrade preparation, installed complete per Iin. ft. SERVICES: Four Thousand Dollars ($ 2.50 ) (S 4, 000.) MATERIALS: Six Thousand Four Hundred Dollart$ 4`00 ) TOTAL:Ten Thousand Four Hundred Dollars($ 6.50 ) I 13, 100 Six inch (6') thick concrete retaining wall, type 11, Lin. Ft. varying in height above finished grade from thirteen inches (13") to twenty four inches (24"), reinforced r" with 6"x6" W l Ax W I A welded wire mesh, including all necessary earthwork and subgrade preparation, installed complete per lin. ft. SERVICES: Four Hundred Dollars r 14 r r 1; t (S 6,400 ) (S 10, 400). ($ 4.00 ) (S 400.0 MATERIALS: Nine Hundred Dollars ($ 9.00 ) TOTAL: One Thousand Three Hundred Dollar 3.00 ) Concrete curb and gutter removal and replacement, 100 including disposal, sawcutting, jointing and all Lin. Ft. necessary earthwork and subgrade preparation, installed complete per lin. ft. SERVICES: Five Hundred Dollars ($ 5,00) MATERIALS: Six Hundred Dollars ($ 6, 00 ) TOTAL: One Thousand One Hundred Dollard; 11.00) 10 Asphaltic paving repair in street, to consist of six Sq. Yds. inch (6") thick concrete base reinforced with 6"x6" W2.9xW2.9 welded wire mesh, and one and one half inch (1 %") Type "C" hot mix asphaltic concrete, including all necessary earthwork and subgrade preparation, installed complete, per sq. yd. SERVICES: One Hundred and Twenty Pi ve (S 12.50) MATERIALS: One Hundred and Twenty Five ($ 12.50) TOTAL: Two Hundred and Fifty Dol]ar- ($ 25.00) (S 900.00 ($1 , 300. 00 ($ 500.00 ($ 600. 0 ($1 ,100. q0 (S 125.00 ($ 125.0 ($ 250.0 A.U.A. Curb (tamps at Various Locations-Phasc V Pa:c ESTIMATED ITEM QUANTITIES XO. AND UNITS ITEM DESCRIPTION UNIT PRICE TOTAL AMOUNT BID 10 Brick pavement repair in street, to consist of brick r" 16. Sq. Yds. removal and replacement to surrounding grade on a four inch (4") concrete base and one inch (I") sand cushion, to include Portland cement in the joints, installed complete per sq. yd. SERVICES: One Hundred Dollars (S 10. 00 ) (S 100, 00) MATERIALS: One Hundred Dollars ($10. 00 ) (S 100, 00) TOTAL: Two Hundred Dollars (S 20, 00 ) (S 200. 00) l: 17. 15 Remove, salvage and reinstall existing sprinkler Each unit, pop-up spray tvpe, including trenching, backfilling and restoration of disturbed area, PVC irrigation piping and fittings, and connections to existing irrigation system(s), complete in place per each. SERVICES: Two Hundred and Twenty Five ($ l i; _ nn ) (S 225.00) MATERIALS: Two Hundred and Twenty Five ($ 15_00 ) (S225.00) TOTAL: Four Hundred and Fifty Dollars ($ 0.00 ) (S450,00) is. 5 Remove, salvage and reinstall existing sprinkler Each. unit, pop-up impact type, including trenching, backfilling and restoration of disturbed area, PVC irrigation piping and fittings, and connections to existing irrigation system(s), complete in place per each. SERVICES: Ninety Dollars ($ 1 R _ nn ) (S 90. 00 ) MATERIALS: Seventy five Dollars (S 1 S _ 00 ) (S 75.00 ) TOTAL: One Hundred and Sixty five (S 33, 00 ) ($ 165. 00) ` A D A. Curb Ramps at Various Locations -Phase V Pa^_e h ESTIMATED TOTAL ITEM QUANTITIES UNIT AMOUNT NO. AND UNITS ITEM DESCRIPTION PRICE BID 19. 10 Furnish and install new pop-up spray type sprinkler 6 Each. unit to match existing, including trenching, backfilling and restoration of disturbed area, PVC irrigation piping and fittings, and connections to existing irrigation system(s), complete in place per each. SERVICES: One Hundred and Fifty Dollars ($ 15: 00) ($150.001 MATERIALS: Two Hundred and Fifty Dollars (S 25.00) (S250.00) TOTAL:Four Hundred Dollars ($ 40.00) (S400.00) 20. 5 Furnish and install new pop-up impact type Each sprinkler unit to match existing, including trenching, backfilling and restoration of disturbed area, PVC irrigation piping and fittings, and connections to existing irrigation system(s), !, complete in place per each. SERVICES: Seventy Five Dollars ($ 15.00) ($ 75.00) - MATERIALS: One Hundred and Twenty Five (S 25.00) ($125.00 TOTAL: Two Hundred Dollars ($ 40. 00) (s 200. 00) 21. 1 Install and maintain traffic control and detour plan Lump Sum prepared by Contractor and approved by City Traffic Engineer, complete per lump sum. SERVICES: Three Thousand and Two Hundred (S 3,200} ($ 3, 200. ) MATERIALS: (S 00.00 ) (S 0.00 ) TOTAL: Three Thousand and Two Hundred ($ 3, 200.) (s3,200.) r r-� A.U.A Curb Ramps at Various Locations -Phase V Pa=c r L ESTIMATED TOTAL ITEM QUANTITIES UNIT AMOUNT NO. AND UNITS ITEM DESCRIPTION PRICE BID TOTAL SERVICES �x Eight n0llar(§ 100,580.00 One Hundred Thousand and Fiue un red and Y TOTAL MATERIALS Seventy -Seven Thousand and Four Hundred & (S77F420 00 TOTAL BID (Items l through 21) Twenty Dollars. One Hundred and Seventyalght Thensand nnllar� (S178,000.00 AUTHORIZED SIGNATU LIST OF SUBCONTRACTORS Minority Owned Yes No JOE LOPEZ YES No Text 08/21/98 08:14 FAX 18067940196 DAVID TATE INS (alas �r—,ey,►Q-zR-98 Luu. .06LO6. PM SAUNDERS CONST. INC 606 762 5074 r Bond #TX-0926808 STATLrrORY PAYMENT E*ND PURrAJANT TO SECTION 2253.02-1(a) OF THE T6XAS GOVERNMENT GORE (CONTRACT$ MORE THAN 425,000) KNOW ALL MEN t3Y TI Eap PREGENTS. that Saunders Construction, I99xvtnatter Culled the pdnClpat(s), its r Prtrk+pal(s), and Universal Surety of America (hereinafter called Me Su"(s), as Susety(s). are held and firmly bound Unto the Clty of Lubbock QW81nider celled the �- ObUcee),inthearriountefOnS MjSaXod Sevent -Ei ht Thous0allarsO 1711-000, lawful Blaney of the United Wtes for the payrnmVivedr. m said rin and surmy bind tT-em8elves, and their heirs. edmi+tistratom executors. successors and assigns, jointly cad severally. firmly by th"a presents. �^ V*115REM, the Prindpal Nas entered into a certain written acntradwith the Obilgee. daiad the _13tlyJay of Aggust19_2L., to, ADDAAcurb ,damns (Phase 5) at _various locations ��... and said Pdncipal under the law is required before cornmenclr* the work provided for in said contract to execute a bond In th0 amount of sold contract which contract is hereby referred to srld made a part tleroof as fully and to the Sara extent r As if copied at length herein. w NOW. THEREFORR, THE CONDITION OF THIS OaUGATION IS St10H, that if thyt said Prr idpal Shan pay s>t claimants supplying labor and material to him or a sul=rrtracdorIn the pros otgon of the worts provided Lorin said contract. then, thlS obligation shall be void; ctherwise to remain In full force and effect; PROVIDED,14OWEVER, that this bond Is executed pursaeili to the provisions of Bet110n 22b3.021(8) of the Texas Government Code, and all ilatiilitie8 on the bW shall b8 determined In a=rdenee with the provislorrs Of said ,,... "cle to the same extent as If it were copied at length herein. IN WITNESS WHEREOF. the said PrtndW (s) and Surety (a) have signed and sealod this instrument this 18th Y day of _ _ August t@ 98 Attonrey-in-Fact Saunders Consruction. Inc, principal erh By: (Tale) 6r (ride) AUG 21 198 09=16 18067940196 PAGE.005 �.. 08/21/98 08:14 FAX 18067940196 DAVID TATE INS AUG-20-9$THU la 04 _06:05 p1M ggLUHREoS C MST. INC. 806 762 5074 P.Os f PFI* The undersigned surety company represents the R Is dolly qualified tD do business In Texas, and hereby d"r Wes David Tate an agent resident b1 LubboCk County to whom any Mqutsite aoll= May be delivered and on Whom s6M0 of process may be had in matters adaing out of such suretyship. we Universal Surety of Amer t gy:,� 4-111- ApprovW as to farm. Paul B. nson Attorney -in -Fact City of Lubbock r er. my Attorney • Note: If $igned by an offiW of the Surety Company there must to on file a cedffled extmd from the by4a" shovrfnp "ttms person has authority to sign. such obligation. If sioned by an Attomey ID Fact, we must have Copy of power of attorney for our A108. a" 1 AUG 21 198 09:16 18067940196 PPGE-004 r"2PM%W*RW=9WrA2W202MUN1VERSAL SURETY OF AMERICAMMMMM UNIVERSAL SURETY OF AMERICA P.O. BOX 1068 -Houston, Texas 77251-1068 PM � GENERAL POWER OF ATTOILN EY - CERTIFIED COPY Born N—N- TX 0926808 00 Know All Men by These Presents. That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint Paul B. Robinson its true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver bonds for: Principal: Saunders Construction, Inc. Obligee: City of Lubbock 7 Amount: S178,000.00 and to bind the company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the .V� company and duly attested by its secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do within the above stated c4 limitations. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of W America at a meeting held on the 11 th day of July,1984. d "Be It Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power w and authority to appoint any one or more suitable persons as Attomey(s)-nn-Fact to represent and act for and on behalf of the Company." L O "RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimilie to any power of attorney of the corporation, and that such printed facsimilie signature and seal shall be valid and binding upon the corporation." PM W In Witness Whereof, Universal Surety of America has caused these presents to be signed by Its President, Jack McReynolds and its to corporate seal to be hereto affixed this 2nd day of January, A.D.,1998. UNIVERSAL SURETY OF AMERICA ,auwuwuq, sf z t y Jack McReynolds President ... 1[ut State of Texas ss: County of Harris j On this 2nd day of January, in the year of 1998, before me Estela Leija, a notary public, personally appeared Jack McReynolds, personally known to be the person who executed the within instrument as President, on behalf of the corporation therein named and acknowledged to me that the corporation executed It. MY� ORO Deo WAW e, am Notary Public i P e . I, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in affect. ` GIVEN under my hand and the seal of said company, at Houston, Texas, this 18TH day of AUGUST 19 98 �As is ant Secretary c; For verification of the authority of this power you may telephone (713) 722-4600. 7,L===K3=1=299=UN1 VERSA L SURETY OF AMERICANS" r n n/-___� r, UNIVERSAL_ SURETY OF AMERICA IMPORTANT NOTICE To obtain information or make a complaint: You may contact Sam Sicola, Vice President of Operations, whose direct dial number is 713-722-4660. You may fax us information at 713-722-4601. You may also call Universal Surety of America's toll -free telephone number for information or to make a complaint at: 1-800=392-9697 You may also write to Universal Surety of America at: P.O. Box 1068, Houston, Texas 77251-1068. You may contact the Texas Department of Insurance to obtain information on companies, coverages, right or complaints at: 1-800-252-3439 �. You may also write the Texas Department of Insurance: P.O. Box i 149104, Austin, Texas 78714-9104, Fax #512-475-1771. PREMIUM OR CLAIMS DISPUTES: Should you have a dispute C" concerning your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. 1 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part of the attached document. 8140 N. MoPac Building 4 Suite 260 Austin, TX 78759 512-346-9290 Fax 512-346-4158 No Text 1)8• -'I 98 08: 11 FAX 18087910196 DAVID TOTE ISS �AUG-20-95T THu 06:04 F SAUNTERS CONST.INC. S 762 5874 r { Bond ITX-0926808 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION P259.021(0) OF THE UOM GOVERNMENT CODE (CONTRACTS MORE Tt U N $100,000) Saunders Construction, Inc. KNOW ALL MEN By THESE PRESENTS. that (hereinafter called the PrinclNit6). A9 PrtnCIPai(s). SW Universal Surety of America Qbdoee), to the amount of MR.% znous ors (s United States for the Payment whereof. the said Prindpat and Safety bind ftrnse exetutem, successors and asslgns. Jointly and severally. firmly by these presents. k w ul money of the traits. admintstrators, WHEREAS. the Principal has entered Into a certaln wr en contract with the Obtigee, dated me 1�tuafy of An .4 , - j9_Aao AU Curb ramps (Phase 5) at-vArAous locations and saki prtnatpal under the taw It required before commencing the work provided for In said contract to exectAo a hand In the ornount of said contract wNch oonbld is hereby referred to and mane a part t:ereaf es fully find to the same rodent as If copied at length herein. NOW, THEREFORE. THE CtMOITION OF THIS OMIGATION IS SUCH, that K lire said Principal chalk faithfully perform the work in aecordanoe whh the plans. Wclficat10113 and eantract doWmcrrts. %nest this obligation shall be void; otherwise to remain In fall fonee end effect. PROVIDED. HOWEVER, that this bond is executed pursuant. to the provisions of Section 2251.021(a) of the Texas Government Code. and ail liabilitles on this bored shall to acteffnined in accordance wtth the provis = Ofsald article to bite same wde;rft as if it were *Wed at !moth herein. IN WITNESS WHEREOF, the said Principal (fr) and Surety (s) have cloned end sealed this instrurnentUfis L h day of August , i9 98. .teal .cr$ ca Surety • 8y: (Title) Paul B. Robinson Attorney -in -Fact Saunders' Construction, Inc. Principal By: - ----.---.- Ritie) Cy (Title) AUG 21 '913 09:1g 18067940196 PAGE.003 03-'21/99 08:14 FU 18067940196 DAVID TATE INS � _AUG-20-919 TNU 06:e!j5Lr SAUNDERS CONS+:INC. F 762 5674 Z02 P.02 Thp undermined suroly camparry repmmM that it IS dub qualified to do business in Texa% and her" ditgnates avid Tate an agent resident in Lubbock County to wham any requisite notices may be defivemd and on wham service of process may be had in matters arising out of such suretyshlp. Universal Surety of Ame Surety Paul B. Ro on Approved es to tome: Attorney —in —Fact City of Lubbock 8y: City Attorney Ir Noce: if Agned by an officer of the Surety Company there must be on file a certified extract from the bylaws ahOWN that this person has authority to sign such Obligation. K fgned by an Attomey in >=ad," must have cagy of power of attemoy ("our rhos. AUG 21 '98 09:15 18067940136 PAGE.002 "UNIVERSAL SURETY OF AMERICAMUMMM w. UNIVERSAL SURETY OF AMERICA P.O. BOX 1068 -Houston, Texas 77251-1068 GENERAL POWER OF ATTORNEY - CERTIFIED COPY Bond Number TX 0926808 00 Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint Paul B. Robinson its true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver bonds for. Principal: Saunders Construction, Inc. Obligee: City of Lubbock Amount: $178,000.00 and to bind the company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Z company and duly attested by its secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do within the above stated limitations. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of C America at a meeting held on the 11 th day of July, 1984. M 7d "Be It Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power cC and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company." > r "RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimilie to any cn power of attorney of the corporation, and that such printed facsimilie signature and seal shall be valid and binding upon the corporation." C In Witness Whereof, Universal Surety Of America has caused these presents to be signed by Its President, Jack McReynolds and its corporate seal to be hereto affaed this 2nd day of January, A.D.,1998. O UNIVERSAL SURETY OF AMERICA > �a•`'�uaE1► 'w st n Tcxac = Jack McReynolds President State Of TeIflS Ss: County of Harris On this 2nd day of January, in the year of 1998, before me Estela Leija, a notary public, personally appeared Jack McReynolds, personally known to be the person who executed the within instrument as President, on behalf of the corporation therein named and acknowledged to me that the corporation executed It. 13(w :_ Deo Mber 8, = VNotary Public i, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in affect. GIVEN under my hand and the seal of said company, at Houston, Texas, this 18TH day of AUGUST , Ig 98 go istaat Secretary For verification of the authority of this power you may telephone (713) 722-4600. UNIVERSAL SURETY OF AMERICA UNIVERSAL SURETY OF AMERICA IMPORTANT NOTICE To obtain information or make a complaint: You may contact Sam Sicola, Vice President of Operations, whose direct dial number is 713-722-4660. You may fax us information at 713-722-4601. You may also call Universal Surety of America's toll -free telephone number for information or to make a complaint at: 1-800-392-9697 You may also write to Universal Surety of America at: P.O. Box 1068, Houston, Texas 77251-1068. You may contact the Texas Department of Insurance to obtain information on companies, coverages, right or complaints at: 1-800-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, Fax #512-475-1771. PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part of the attached document. F8140 N. MoPac Building 4 Suite 260 Austin, TX 78759 512-346-9290 Fax 512-346-4158 No Text FILE No. 956 08/25 98 15:16 ID:SANFORD AGENCY 8.06 792 9344 PAGE 1 t P F F Sanford Insurance Agency P.O. Box 64790 Lubbock, TX 79464' (806) 792-5564 SAUNDERS CONSTRUCTION, INC. 4405 CLOVIS ROAD LUBBOCX TX 79407 MN_ a x'?x`9K,F. r M.�+ •r ,� ,,. :>k �F �' ... -� o-. `�ns�. rt K;,vf�?_ � a` _r< x,r•?u��'.,� �."t(;.':-,1F �: 4 16 1998- THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO FLIGHTS UPON THE CERTIFICATE HOLDER. THUS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE — COMPANY A BITUMINOUS CASUALTY COMPANY--- e COMPANY C COWANY OftA0T.3� il�'.rfa.,`.'3c?'?r ug ,4.! .f; a {'r, Y 'S� s'�* ? : '. x a .,. ?`t �? `� xy"` 3 ' .: i}� x R'`' � s y'` .,.�Y i. rY �.. y rz 5'.'w '� '� ks,"x.3. M`' xC � .:.•,c i zN r: S' } '. � THIS IS 70 C£IPTIFY 711AT THE POUCIES OF INSURANCE uSTED f ELOw HAVE BEEN ISSUCD TO THE INSUAFD NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITISTANDING ANY REQUIREMENT, 'PERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUME114 WITH RESPECT TO WHICH THIS CERTIFICATE MAY PC, ISSUED Oil MAY PERTAIN, THE INSURANCE APFOROCD BY THE POLICIES DESCRINED HrREIN 18 SUOJECT TO ALL THE TERNS, _ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE (TEEN REDUCED AY PAID CLAIMS. _ lOLICY EFFECTNE t•DLICY CXpiAAT1ON ! �� rfPi OF INSURANCE POLICY NUMHER GATE (MMWYY1 DATE IU*r)DtYY) I LIMITS I GEIIERAL LULOMY OFNH(AL ADDkEOAT; a coo,00D -- _ A coMMEncul OEHEHAL LIAnLIT/ Cl F�-302 BOS 0 4 /2 5 /9 8 0 4 A 5 /9 9 rRACn - CCAMOV AGG 42,000,000_ _ CLAIMS MAW Ci OCCUR PERSONAL & AOV NIJURY E1.000,000 — OWNERS A CONVV4TOHz PkOT EACH OCCUMENCE $1,000_000 i f R DAMAc�A !e fo) i if0 00 — M1ED GAP &Any onr pamij s 5,0w ANTOL maz USAILITY A X ANr Auro CAP2-542 288 0 4 /2 5 /9 6 04 N2 5 /9 9 cOMalNco 91HGLE LIMn s t,000.000 — X A.I. OWNED AUTOS BODB,Y SUAY SCHEDULED AUTOS Ire? {K W) _ }[ NaIED AUTOS - X 14PEDNON-AANSA AUT03 ('(BODlra�LY Uq Y — t i i`ROPEATY OAUAM- •I j .. ."RAGE LIAAILNTY I AUTO ONLY - EA AOCeRQ ANY AIITO OTHER THAN AUTO ONLY- _ _— EACH ACCIDFNr f _� ACKIREDATE lXCYn UABILfSY I[ACH IX CU Df E ULSIELLA FOMM J AOOREDATF I — OTNEA THAN UTADFFLLA FORM _— — — f — — _ WORKER& 000MIATION AND - ( &TATUIDRY LIARS _ A KUK4 w u"att" WC34124 476 04 /2 5 /9 8 04 /,2 5 /9 9 EACH ACCENT c5oo,aDo — YfE PR"ETOkf X 7VCL O S LSE • PCLICY LIMIT 3500,000 PARTNERSEXECUTIVE r,�w��n -- . - — OFFICERS A t!' - EXC.:. I OLVASE - EACH GMPLOYEF, 350000 onHER I ®TKNN GF OrEMTKNNS+I.00ATI0N& VWJC=WECIAL MMLi Certificate Holder is shown as Additional Insured on GL And Auto Waiver of subrojation in favor of Certificate Holder on Auto, GL S WC XTY OF LUBBOCK TTN:LAURA RITCHIE/PURCHASING DEPT .0. BOX 2000 L')BB07 TX 799457 IMULD ANY OF THE ASOVR DESCRBED POLICIES ON= CANCUIZO 01706E TM MWEATION DATE THEREOF, TIC IOSUWO COMWANV WILL ENDEAVOR 70 MLa- 10 17AY2 WRITM NOT19E TO THE CCATWICATE NOILDER NAMEO TO THE LEFT, cllf ji1 II9 TO 1 A OUCH NOTMF &HALLPO IMPOSE NO 08LIOATION OR LIAOILRY OF V L RING UPON THC ,OMPAANY, ITS AG9VT1I OR REPREBF.NTAWaL rT Q8_25-gg 14:55 RECEIVED FROM:505 792 9344 t P.91 r CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. i Agent (Signature) Agent (Print) Name of Agent/Broker: C Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone Number: t Date: CONTRACTOR'S NAME: (Print or Type ) CONTRACTOR'S ADDRESS: NOTE TO AGENT/BROKER If this time requirement is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806)776-2166. BID #98137 - ADA CURB RAMPS (PHASE 5) AT VARIOUS LOCATIONS 2 CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the'Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: F REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see !"t reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to r„report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and E (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 r- the duration of the project; i ` (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. r No Text CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 131' day of August, 1998 by and between the City of Lubbock, rCounty of Lubbock, State of Texas, acting by and through Windy Sitton, Mayor, thereunto authorized to do so, hereinafter s referred to as OWNER, and Saunders Construction 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 # 98137 - ADA CURB RAMPS (PHASE 5) AT VARIOUS LOCATIONS-$178,000.00 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. ATT ST: r &"- Aecre' r Gy APPRO AS TO CO TENT: rcaner s Repre a ita ive APPROVED AS �TO FORM: / City Attorney r ATTEST: Corporate Secretary r F WIN CONTRACTOR: SAUND&S CONSTRUCTION If Li�J>l�Itl�LTi.�►7;L COMPLETE ADDRESS: Saunders Construction 4405 Clovis Rd Lubbock, Tx 79416 r No Text 7 7, 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 SAUNDERS CONSTRUCTION who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative LARRY HERTEL, CITY ENGINEER, so designated who will r inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words; "Approved, "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. F 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 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. 9.1 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. i l 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work s 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 r 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) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION 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 r material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall li 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. a 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE r 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 operation:; of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be bome by the Contractor. ` The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any t-� subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the t� contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or 1 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 r modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's l` Representative and Contractor. lr- I Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. -- 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform 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. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any 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. F r 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. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in, the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this; contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the: Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra worts 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 5 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 Owners Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." 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 prior to the commencement any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative prior to bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 6 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an r-• Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given w by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, ' are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver.. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The Insurance certificates furnished shall name the City as an additional Insured, or In the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage Insurance documents Including workers compensation coverage for each subcontractor. A. General Liability Insurance r The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined i Single Limit in the aggregate and per occurrence to include: !- Premises and Operations f k Explosion & Collapse Hazard r Underground Damage Hazard Products & Completed Operations Hazard '— Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance For bodily injuries, including accidental death and or property damage, $500.000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; -- Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 0.0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of 500 000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Workers Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor' in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has 8 r 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 y 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 f project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage �.. showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 6 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, r► within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate 70 of coverage showing that coverage is being provided for all employees of the person i providing services on the project, for the duration of the project; r i (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. 10 7 r F 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, 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. 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. If policy limits are paid, new policy must be secured for new coverage to complete project. 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 on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (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: P- 11 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this 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."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 12 7 r.. I r 6 29. me) 31 (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (I)-(vIIQ, 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. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. 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. 13 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. - 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $200.00 (TWO HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 i l r C F 7 r i' 35. 36. 37 38 TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may 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 shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 15 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way — encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. — 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by -- Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as 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. 16 r L 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, r if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final l 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 31st 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. I 45. CORRECTION OF WORK 1 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. i" 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the �- amount withheld, payment shall be made for amounts withheld because of them. r 17 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR Incase 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 incompliance 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 18 r s VON 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 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 which 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. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 19 I 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. — 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and — vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. — 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. — 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same 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. 20 No Text Resolution \o. 5121 r March 14, 1996 Item #19 WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public i works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by Resolution No. 2502 enacted January 8. 1987; and i WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: i i� BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: i •i THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades j Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. i 4 . r i Passed by the City Council this 14th ATTEST: 16'-fi(la Betty M. Jdhnson, City Secretary APPROVED AS TO CONTENT: Mary AndrWws, Managing Director of Human Resources APPROVED AS TO FORM: l i Hatold. Willard, Assistant City Attorney H W : da/ccdocs/pubworks. res February 14, 1996 2 City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 Electrician -Helper 6.00 Equipment Operator -Heavy 8.50 Equipment Operator -Light 7.50 Floor Installer 8.50 Glazier 8.00 Insulator-Piping/Boiler 9.00 Insulator -Helper 5.50 Iron Worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8.00 Roofer -Helper 5.50 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder -Certified 10.00 F 7. F Paving and Highway Construction Prevailing Wage Rates 0 Asphalt Heaternan Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician 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 Truck Driver -Light Truck Driver -Heavy Hourly Rate 6.00 5.50 7.35 5.75 10.50 5.50 6.50 5.50 5.50 6.25 7.25 5.50 7.00 7.00 7.00 6.50 7.00 6.50 8.50 6.00 6.50 6.50 6.00 6.50 i C EXHIBIT C rPrevailing Wage Rates Overtime Rate r The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT D Prevailing Wage Rates 1 Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. r r, r C r� r d I 0 SPECIFICATION CITY OF LUBBOCK STREET/DRAINAGE ENGINEERING DEPT. A.D.A. CURB RAMPS AT VARIOUS LOCATIONS (PHASE # 5) PROJECT NO.9923 6/51 RB F EXISTING IMPROVEMENTS BEHIND CURB AND GUTTER AT PROPOSED LOCATIONS 1 a II EXISTING STREET IMPROVEMENTS 1 71 LOCATION NUMBER (Loc) LOCATION PRIMARY SECONDARY CORNEWIMPROVEMENT STREET STREET NORTHEAST NORTHWEST SOUTHEAST SOUTHWEST REMARKS I IOLA AVE. 73RD ST. CONCRETE CONCRETE N/A 2 IOLA AVE. 72ND ST. 71 ST ST. CONCRETE N/A CONCRETE N/A i IOLA AVE. CONCRETE NIA NIA CONCRETE-- N/A 4 IOLA AVE. 70TH ST. CONCRETE CONCRETE CONCRETE N/A N/A 5 IOLA AVE. 68TH ST. CONCRETE 6 GROVER AVE. 69TH ST. GRASS/CONCRETE CONCRETE CONCRETE 7 GROVER AVE. -67TH ST. GRASS/CONCRETE _EX. RAMP- CONCRETE ____GRASS/CONCRETE N/A N/A 8 9 CHICAGO AVE. CHICAGO AVE._ 50THST. CONCRETWASPHALT N/A N/A SOUTH SIDE BY OTHERS 49TH ST. NIA CONCRETE CONCRETE - ----- DIRT CONCRETE PARK ON S.W. CORNER SCHOOL ON N.W. CORNER 10 CHICAGO 48TH ST. 47TH ST. CONCRETE DIRT I I CHICAGO AVE. CONCRETE NIA SCHOOL ON WEST SIDE 12 CHICAGO AVE. 46TH ST. i CONCRETE DIRT/CONCRETE CONCRETE CONCRETE 13 CHICAGO AVE. 45TH ST. CONCRETE CONCRETE CONCRETE CONCRETE 14 CHICAGO AVE. 44TH ST. CONCRETE GRASSICONCRETE CONCRETE GRASS is CHICAGO AVE. 43RD ST. CONCRETE GRASSICONCRETE CONCRETE GRASS/CONCRETE 16 CHICAGO AVE 42ND ST. CONCRETE GRASSICONCRETE CONCRETE I GRASS/CONCRETE 17 CHICAGO AVE. 41 ST. ST. CONCRETE N/A CONCRETE 19 CHICAGO AVE. 40TH ST. CONCRETE NIA Col N/A 19 DOVER AVE 48M ST. GRASS CONCRETEIASPHALT DIRTX NIA CONST_ RAMP AT X-WALK ON EAST 20 DOVER AVE- 47TH ST. N/A DIRT N/A CONCRETE SCHOOL ON EAST 21 DOVER AVE. 46TH ST. CONCRETE CONCRETE CONCRETE ON SOUTH EAST OFFSET, SCHOOL ON SOUrR, 22 DOVER AVE 46TH ST. N/A N/A GRASS GRASS, CONC., ASPH. WEST OFFSET, SCHOOL ON S.E. CORNER 23 ELKHART AVE. SOTH ST. DIRT CONCRETE N/A N/A PARK ON N.E. CORNER 24 ELKHART AVE. 49TH ST. CONCRETE N/A DIRT N/A PARK ON S.F. CORNER 25 ELKHART AVE. 48TH ST. N/A N/A CONCRETE CONCRETE 26 ENGLEWOOD AVE. SMST. DIRT/CONCRETE DIRT N/A N/A 27 ENGLEWOOD AVE. 49TH ST. CONCRETE N/A DIRT/CONCRETE N/A 29 ENGLEWOOD AVE. 47TH ST. N/A N/A CONCRETE N/A VACANT LOT ON N.E. CORNER 29 BANGOR AVE. 34TH ST. CONCRETE� CONCRETE CONCRETE CONCRETE 30 BELMONT AVE. 34TH ST. N/A N/A CONCRETE CONCRETE 31 ELKHART AVE 34TH ST. NIA N/A CONCRETE CONCRETE 32 ENGLEWOOD AVE. 34TH ST. N/A N/A CONCRETE CONCRETE 33 ELMWOOD AVE. 34TH ST. N/A N/A CONCRETE CONCRETE 34 ESSEX AVE 34TH ST, N/A N/A DRAINAGE CHANNEL AT CUL-DE-SAC 35 EVANSTON AVE. 34TH ST. N/A N/A CONCRETE CONCRETE 36 FRANKFORD AVE. 40TH ST. CONCRETE N/A DIRT N/A 37 FRANKFORD, AVE. 39TH ST. CONCRETE N/A CONCRETE N/A 39 FRANKFORD AVE. 36TH ST. CONCRETE N/A CONCRETE N/A 39 FRANKFORD AVE, 3ST74 ST, CONCRETE N/A CONCRETE N/A 40 IOLA AVE. 20TH ST. NIA DIRT N/A DIRT CONCRETE 41 IOLA AVE. 21 ST ST. CONCRETE CONCRETE CONCRETE OFFSET STREET 42 IOLA AVE. 22ND ST. NIA DIRT N/A CONCRETE 43 IOLA AVE. 23RD ST. N/A DIRT N/A DIRT 44 IOLA AVE. 24TH ST. NIA DIRT N/A DIRT 45 IOLA AVE. 25TH ST. N/A DIRT N/A CONCRETE 46 FRANKFORD AVE 32ND ST. N/A N/A N/A CONCRETE 47 FRANKFORD AVE. 27TH ST. N/A GRASS N/A N/A CONCRETE CONCRETE 48 FRANKFORD AVE. 25TH ST. N/A CONCRETE 49 FRANKFORD AVE. 24TH ST. N/A CONCRETE N/A N/A 50 FRANKFORD AVE. 22ND ST. N/A CONCRETE N/A CONCRETE 51 DOVER AVE. 20TH ST. CONCRETE GRASS DIRT/CONCRETE DIRT CONSTRUCT SW. RAMP AT EX. WALK 52 DOVER AVE. 26TH ST. CONCRETE CONCRETE CONCRETE CONCRETE CONSTRUCT N. RAMP AT X WALK 53 DOVER AVE. 27TH ST, I CONSTRUCT W. RAMP ATAX:--;ALK NUMBER PRIMARY iE-C-ONDARV CORNER -IMPROVEMENT STREET STREET NORTHWEST SOUTHWEST DOVER AVE. -2 T. CONCRETE N/A 53 ___J6_ DOVER AVE. 29TH ST. CONCRETE NIA CONCRETE CONSTRUCT S. RAMP OPP. NE, CORNER CHICAGO AVE. 20TH ST. CONCRETE CONCRETE CONCiffE___ CONCRETE 57 CHICAGO AVE. 21 ST ST. CONCRETE CONCRETE EX. RAMP 59 CI­flCAGO AVE. 22ND ST. CONCRETE EX RAMP CONCRETE DIRT DIRT CONCRETE CONCRETE CONCRETE 63 64 CWCAGO AVE. CHICAGO AVE. 27TH ST. 28TH ST. CONCRETE CONCRETE CONCRETE CONCRETE CONCRETE CONCRETE CONCRETE CONCRETE 65 CHICAGO AVE. 29TH ST. CONCRETE CONCRETE CONCRETE 67 CHICAGO AVE. 31STST. EX. RAMP CONCRETE EX. RAMP DIRT 71 CHICAGO AVE. 36TH ST. CONCRETE CONCRETE CONCRETE CONCRETE 74 CHICAGO AVE. BANGOR DR. CONCRETE N/A CONCRETE NIA r EXISTING ALLEY IMPROVEMENTS LOCATIONJ NUMBER li4:S' iffkti ; It ALLEY -IMPROVEMENT ;T_::�=AjLtLEY��j EAST SIDE OF STREET WESi E OFSTREET Lo NORTHEND SOUTH END NORTH END SOUTH END CHf CONCRETE. N/A AVE. 43RD ST. - 44TH ST. CONCRETE CONCRETE _N/A N/A __CH AVE. 44TH ST. - 45TH ST. CONCRETE CONCRETE N/A NIA biffX66 A 45TH ST. - 46TH ST. �O­Wlklff CONCRETE F c H I —CA- G- 0-- -A-V- Ei 47TH ST. - 49TH ST. CONCRETE CONCRETE N/A N/A REMARKS 5 REPAIR ALLEY APRON REPAIR ALLEY APRON 9 10__ If I fRANKFORD AVE. FRANKFORD, AVE. NORTH OF 38TH ST. DIRT DIRTICONCkETE- CONCRETE DIRT N/A N/A SOUTH OF 36TH ST. NIA 14 DOVER AVE. SOUTH OF 28TH ST. CONCRETE CONCRETE NIA N/A 27 CHICAGO AVE. 3 1 ST ST. - 32ND ST. CONCRETE DIRT I CONCRETE 30 CHICAGO AVE. 34TH ST. - 35TH ST. CONCRETE CONCRETE CONCRETE CONCRETE CONCRETE CONCRETE CONCRETE 31 CHICAGO AVE. 35TH ST. - 36TH ST. CONCRETE 32 33 CHICAGO AVF_ CHICAGO AVE. 36TH ST. - 37TH ST. 37TH ST. - 38TH ST. CONCRETE CONCRETE CONCRETE CONCRETE CONCRETE CONCRETE CONCRETE CONCRETE I PROPOSED CONSTRUCTION BEHIND CURB AND GUTTER AT PROPOSED LOCATIONS 7, r F r r PROPOSED STREET CONSTRUCTION -"-1 7­1 771 77' -1 '_ 77 LOCATION NUMBER LOCATION PRIMARY SECONDARY STREET 73RD ST. CORNER -IMPROVEMENT REMARKS NORTHEAST CONSTRUCT RAMP NORTHWEST NIA N/A N/A SOUTHEAST SOUTHWEST __(L0_Q_. —STREET I IOLA AVE. CONSTRUCT RAMP N/A 2 IOLA AVE. 72ND ST. 71 ST ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A 3 —IOLA AVE: IOLA AVE. CONSTRUCT RAMP N/A 4 70TH ST. CONSTRUCT RAMP N/A CONSTRUCT RAMP CONSTRUCT RAMP NIA 5 IOLA AVE. 68TH ST. &M-ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A 6 CONSTRUCT RAMP CONSTRUCT RAMP 7 _-GROXIER-A-V& GROVER AVE. CHICAGO AVE AVE 67TH ST. 50TH ST. CONSTRUCT RAMP CONSTRUCT RAMP N/A EX. RAMP CONSTRUCT RAMP N/A NIA CONSTRUCT RAMP 9 N/A N/A SOUTH SIDE BY OTHERS 49TH ST. N/A CONSTRUCT RAMP PARK ON S.W. CORNER ------ 10 If U _.CHICAGO CHICAGO AVE. CHICAGO AVE. CHICAGO 48TH ST. 47TH ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP NIA SCHOOL ON N.W. CORNER ON WEST SIDE 46TH ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 13 CHICAGO AVE. 45TH ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 14 CHICAGO AVE. CHICAGO AVE. 44TH ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 15 43RD ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 16 CHICAGO AVE. 42ND ST. CONSTRUCT RAMP 17 CHICAGO AVE. 41 ST. ST. CONSTRUCT RAMP N/A CONSTRUCT RAMP N/A Is CHICAGO AVE. 40TH ST. CONSTRUCT RAMP N/A CONSTRUCT RAMP N/A 19 DOVER AVE 48TH ST. 47TH ST. CONSTRUCT RAMP N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A kH_00LOWWW._�6RNER SCHOOL ON EAST SIDE SCHOOL ON SOUTH SIDE SCHOOL ON S.E. CORNER PARK ON N.E. CORNER PARK ON S.E CORNER VACANT LOT ON N.E. CORNER 20 DOVER AVE. N/A CONSTRUCT RAMP CONSTRUCT RAMP N/A CONSTRUCT RAMP CONSTRUCT RAMP N/A --- CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP AT X-WALK CONSTRUCT RAMP N/A NIA —CONSTRUCT RAMP N/A N/A N/A CONSTRUCT RAMP 21-- DOVER AVE. 46TH ST. CON __L NIA CONSTRUCT i6iM�P CONSTRUCT RAMP N/A CONSTRUCT RAMP_ ___CbiRSTRUCT CONSTRUCT RAMP N/A CONSTRUCT RAMP4 CONSTRUCT RAMP NIA CONSTRUCT RAMP NIA N/A RAMP NIA N/A CONSTRUCT RAMP 22 23 24 25 26 27 28 29 DOVER AVE. ELKHART AVE, ELKHART AVE_ —ELKHART AVE. ENGLEWOOD AVE. ENGLEWOOD AVE, ENGLEWOOD AVE. BANGOR AVE 46TH ST. 50TH ST. 49TH ST. 48TH ST. 50TH ST. 48M ST. 47TH ST. 34TH ST. 30 BELMONT AVE. 34TH ST. N/A N/A CONSTRUCT RAMP CONSTRUCT RAMP 31 ELKHART AVE. 34TH ST. NIA N/A CONSTRUCT RAMP CONSTRUCT RAMP 32 ENGLEWOOD AVE 34TH ST. N/A NIA CONSTRUCT RAMP CONSTRUCT RAW 33 ELMWOOD AVE. 34TH ST. N/A N/A CONSTRUCT RAMP CONSTRUCT RAMP 34 ESSEX AVE 34TH ST. N/A N/A DRAINAGE CHANNEL AT CULDE-SAC 35 EVANSTON AVE. 34TH ST. NIA N/A CONSTRUCT RAMP CONSTRUCT RAMP 36 FRANKFORD AVE. 40TH ST. CONSTRUCT RAMP N/A CONSTRUCT RAMP N/A 37 FRANKFORD AVE, 38TH ST. CONSTRUCT RAMP N/A CONSTRUCT RAMP NIA 38 FRANKFORD AVE. 36TH ST. to—mif6ur RAMP N/A CONSTRUCT RAMP N/A 39 FRANKFORD AVE. 35TH ST. CONSTRUCT RAMP NIA CONSTRUCT RAMP NIA 40 IOLA AVE 20TH ST, NIA CONSTRUCT RAMP N/A CONSTRUCT RAMP CONSTRUCT RAMP 41 IOLA AVE. 21STST, CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP OFFSET STREET 42 IOLA AVE. 22ND ST. N/A CONSTRUCT RAMP N/A CONSTRUCT RAMP 43 IOLA AVE. 23RD ST. N/A CONSTRUCT RAMP N/A CONSTRUCT RAMP 44 IOLA AVE. 24TH ST. NIA CONSTRUCT RAMP NIA CONSTRUCT RAMP 45 IOLA AVE, 25TH ST. NIA CONSTRUCT RAMP N/A CONSTRUCT RAMP 46 FRANKFORD AVE. 32ND ST. N/A N/A N/A CONSTRUCT RAMP 47 FRANKFORD AVE 27TH ST. N/A CONSTRUCT RAMP N/A CONSTRUCT RAMP 48 FRANKFORD AVE. 25TH ST. N/A CONSTRUCT RAMP N/A RAMP 49 FRANKFORD AVE. 24TH ST. N/A CONSTRUCT RAMP N/A _CONSTRUCT N/A so FRANKFORD, AVE. 22ND ST. N/A CONSTRUCT RAMP N/A CONSTRUCT RAMP 51 DOVER AVE. 20TH ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT SW. RAMP AT EX. WALK 5 CONSTRUCT RAMP CONSX-WALK 53 DOVER AVE 27TH ST CONSTRUCTRAMP----CONSTRUCT RAMP CONSTRUCT W. RAMP AT X-WALK LOCATION LOCATION NUMBER PRIMARY SECONDARY CORNER -IMPROVEMENT — STREET -.---STREE_T_ _ _ -- -. NORTHEAST --- - _— NORTHWEST_ _ SOUTHEAST _. _._ —.-_. SOUTHWEST _ -- _ .- — REMARKS 54 — DOVER AVE. _ 28TH ST.- _CONSTRUCT RAMP N/A I CONSTRUCT RAMP N/A 55 DOVER AVE.._ _ _ 29TH-ST. _ CONSTRUCT RAMP -__ N/A _ _ _ _ , ._ _ — _ —_ CONSTRUCT S. RAMP OPP. NE. CORNER 56 CHICAGO AVE. 20TH ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 57 CHICAGO AVE. _21 ST ST_ CONSTRUCT RAMP CONSTRUCT RAMP _ _I CONSTRUCT RAMP EX. RAMP _ _58 CHICAGO AVE. 22ND ST.__. CONSTRUCT RAMP EX. RAMP _ - I _ _CONSTRUCT RAMP — CONSTRUCT RAMP 59 CHICAGO AVE. 23RD ST. CONSTRUCT RAMP N/A CONSTRUCT RAMP N/A 60 CHICAGO AVE. _ 24THST._ CONSTRUCT RAMP.__ N/A _-_- - _ _- CONSTRUCT RAMP _N/A ___ 61— CHICAGO AVE. 25TH ST. CONSTRUCT RAMP N/A ! _ CONSTRUCT RAMP N/A 62 CHICAGO AVE. 26TH ST. __. _CONSTRUCT RAMP —_ CONSTRUCT RAMP . _ CONSTRUCT RAMP CONSTRUCT RAMP —63— _ CHICAGO AVE. _ 27TH ST._ CONSTRUCT RAMP CONSTRUCT RAMP . _ _CONSTRUCT RAMP CONSTRUCT RAMP CHICAGO AVE. _,___28TH-ST___— _ CONSTRUCT RAMP CONSTRUCT RAMP - CONSTRUCTRAMP— .ON CONSTRUCT RAMP __64 _ 65 CAGO AVE.. HIC 29TH ST. CONSTRUCT RAMP CONSTRUCT RAMP _. CSTRUCT-RAMP CONSTRUCT RAMP 66 CHICAGO AVE. 30TH ST_ CONSTRUCT RAMP N/A CONSTRUCT RAMP N/A 67 CHICAGO AVE. 31 ST ST. EX. RAMP _ _ CONSTRUCT RAMP EX RAMP _ CONSTRUCT RAMP — 68 CHICAGO AVE. 32ND ST. — CONSTRUCT RAMP _ _ _ N/A a CONSTRUCT RAMP I CONSTRUCT RAMP _ 69 CHICAGO AVE. 33RD ST. CONSTRUCT RAMP .N/A 70 CHICAGO AVE- 35TH ST. CONSTRUCT RAMP—+ CONSTRUCT RAMP � C—ONSTR.UCT RAMP CONSTRUCT RAMP_- 71 CHICAGO AVE. 36TH ST. CONSTRUCT RAMP CONSTRUCT RAMP_. _ _CONSTRUCT RAMP _ RAMP 72 CHICAGO AVE. _ _3_7TH ST. N/A —CONSTRUCT — CONSTRUCT RAMP CONSTRUCT RAMP 1 -- N/A .-, .- 73 NIA1 CHICAGO AVE. 39M ST. CONSTRUCT RAMP _ ! N/A _ CONSTRUCT RAMP __ N/A 1_ 74 CHICAGO AVE. _ _-- BANGOR DR. CONSTRUCT RAMP 1 __ N/A CONSTRUCT RAMP PROPOSED ALLEY CONSTRUCTION LOCATION ALLEY -IMPROVEMENT NUMBER STREET ALLEY EAST SIDE OF STREET L (LOC) (LOC -ALO-9-1 NORTH END SOUTH END WEST SIDE JOF STREET NORTH END SOUTH END ---,-,REMARKS N/A N/A N/A N/A N/A N/A I IOLA AVE. 70TH ST. - 71 ST ST. CONSTRUCT RAMP NIA REMOVE TIMBERS AS NEEDED ---2---- 3 CHICAGO AVE. 40TH ST. - 41 ST ST. CONSTRUCT-RAMF CONSTRUCT RAMP GO AVE. 41 ST ST. - 42ND ST. CONSTRUCT RAMP CONSTRUCT RAMP 4 CHICAGO AVE 42ND ST. - 43RD ST. CONSTRUCT RAMP CONSTRUCT RAMP 5 CHICAGO AVE. 43RD ST. - 44TH ST. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A N/A NIA REPAIR ALLEY APRON SCHOOL ON WEST REPAIR ALLEY APRON 6 CHICAGO AVE. 44TH ST. - 45TH ST. CONSTRUCT RAMP CONSTRUCT RAMP N/A -7 8 9 -CHICAGO AVE. CHICAGO AVE. 45TH ST. - 46TH ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A 46TH ST. - 47TH ST. 47TH ST. CONSTRUCT RAMP N/A CHICAGO AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A N/A N/A 10 12 FRANKFORD AVE. NORTH OF 38TH ST. SOUTH OF 36TH ST. CONSTRUCT RAMP CONSTRUCT RAMP N/A FRANKFORD AVE. FRANKFORD AVE. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A 35TH ST. - 36TH ST. N/A 13 FRANKFORD AVE. 22ND ST. - 24TH ST. N/A N/A CONSTRUCT RAMP CONSTRUCT RAMP 14 DOVER AVE. SOUTH OF 29M ST. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A NIA is DOVER AVE. 19TH ST. - 20TH ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A 16 CHICAGO AVE. 20TH ST. - 21 ST ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 17 CHICAGO AVE. 21 ST ST. - 22N - CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A CONSTRUCT RAMP NIA N/A 18 CHICAGO AVE. 22ND ST- - 23RD ST. CONSTRUCT RAMP 19 CHICAGO AVE. 23RD ST_- 24TH ST. 24TH ST. - 2STH ST. CONSTRUCT RAMP CONSTRUCT RAMP-- CONSTRUCT RAMP RAMP N/A 20 CHICAGO AVE. RA N/A 21 21 CHICAGO AVE. 25TH ST. - 26TH ST. _ 26TH ST. - 27TH ST. CONSTRUCT RAMP -CONSTRUCT .... CONSTRUCT RAMP N/A NIA N/A ..1 N/A N/A F EONS7RMCTRAMP CONSTRUCT RAMP CONSTRUCT RAMP 23 CHICAGO AVE- 27TH ST. - 28TH ST. N/A CONSTRUCT RAMP CHICAGO AVE- 28TH ST. - 2 N/A I CONSTRUCT RAMP CONSTRUCT RAMP 1 25 26 CHICAGO AVE. CHICAGO AVE. 29TH ST. - 30TH ST. __ .1 30TH ST. - 31 ST ST. CONSTRUCT RAMP -CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A N/A 27 CHICAGO AVE- 31 ST ST. - 32ND ST. I CONSTRUCT RAMP RAMP N/A N/A NIA 28 CHICAGO AVE. 32ND ST. - 33RD ST. I CONSTRUCT CONSTRUCT RAMP r NIA N/A 29 CHICAGO AVE. 33RD ST. - 34TH ST. , CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A 30 31 32 33 CHICAGO AVE CHICAGO AVE- CHICAGO AVE. CHICAGO AVE. 34TH ST. - 35TH ST. 35TH ST. - 36TH ST. 36TH ST. - 37TH ST. 37TH ST. - 39TH ST. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 1 TRAFFIC CONTROL PLAN rl; 7, ROAD WORK WRK A EAD / (OPTIONAL) / ROADN WORK (OPTIONAL) KEY: 1 Tubular markers NOTES: 1. Flashing warning lights and/or flags may be used to call atten— tion to the warning signs. 2. Devices used in a series for channelization purposes at night should be supplemented with steady burn lights or delineators as needed. 3. All distances and spacing shown are approximate. 4. All traffic control devices used at night shall be reflectorized or il— luminated. 5. The word UTILITY may be sub— stituted for ROAD in all signs where applicable. 6. All required work not shown to be it accord with the MUTCD. AddHond work *He if necessary wHh wroadvance W 9- — — — — — rq, ftl�tiT LANE W8T Turw wGatr ROAD WORK PROHIBIT PARKING AS NECESSARY Posted x Sppeed or Min. 85% Speed Distan e (MPH) (Feet) 30 or less 80 35 120 45 240 LWOD FM 6-7.4 rl L CONSTRUCTION DETAILS I 'A --A --A --A I JAI � -A -'A - A OA I -A 1/4" tool Bdge, }rp. ia•oc TOP Of DBNReRr wf r j p.ts oeA skis of FDIIIp. d• \�1 � , //,/` \ �' PLAIN 3/4" EXPANSION JOINT (FULL DEPTH) LOCATED AS ;p, �„ ♦ ; CARS TO RAMP DOWN IN Ni ON '•/ •t am" Sims ROLLER "JITTERSUO" FINISH ON CENTER V RAMP PORTION ONLY. • e�A A �1•. THE ENTIRE SURFACE OF THE RAMP SECTION !HALL BEFAKMO WITH A DURABLE YELLOW PANR APPROVED BY THE CITY ENfINEER. RAMPf fNALL fE CENTERED IN C,af. RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. ias IN RADIUS amp �� rc�►t�n �� ay• SAME NOTES APPLY AS RADIUS PLAN VIEW AT LEFT. 1 B.1 3. 1 8�----� FRONT VIEW 1 I 4•. 't F :i w•_ NO SCALE MINIMUM FIINlHED 0 SECTION A -A TYPICAL HANDICAP RAMP PLAN WHERE NO SIDEWALK EXISTS BEHIND CURB 9 7&0 Federal Register / Vol. 59, No. 117 1 Monday, June 20. 1994 / Rules and Rcgulatloos 14.2.4• Public Sidewalk, Cwrb Ramps (3) Single User Toilet F'aetlities. Where a single user lotlet facility is provided. It shall comply with 4.22.2 through 4.22.7. (4) Ftxed Seating, Tables, and Benches. (a) Where fixed seating and tables are provided at a air1e location. at least five percent. but not less than one. shall comply with 4.32. (b) Where @iced benches are so�lded at -a hall have a Sinca e lotion, at least Ba percent bar and ircarests: A 30 la by 48 in (760 mm by 1220 in4 clear ground space for 4 wheel, chair shah be provided at one end of at least one bench'at each location where fixed benches are provided. _ (5) Bus Sbelters and Stops. Where a bu's atop pad is pr6Aded. it shall comply with - 10.2.1(1). -Where a bus shelter Is provided, It shall comply with 10.2.10... - (6) Street Identification and Othcr Pedes• trian Signage. Where provided for pedestrian use. informational and directional signagc and street identification suns shall comply with 4.30.2. 4.30.3. and 4.30-5. Where bus route Identification stgu are provided on or adjacent to a public sidewalk, they shall comply with 10.2.1(3). (7) Other Elements. Where provided, other fixed street furnishings Intended for pedestrian operation or use. such as Information kiosks. fire alarm boxes, fixed trash rcceptacks and similar elements. shall comply with 4.27. 14.2.4' Public Sidewalk Curb Ramps. (1) General. . (a) A public sidewalk curb ramp and level landing complying with 14..2.4 shall be pro- vided wherever a pubtid sidewalk crosses'a curb or other change In level at each street crossing and where otherwise required in this section and shall be connected to a continuous passage In each direction of travel. (b) The prcnisions of 4.7 an'a 4.8 do not apply to public sidewalk curb ramps. ' (2) Types of Public Sidewalk Curb Ramps. Public sidewalk curb ramps shall be perpen- ts(cular to the curb at street crossings and each shall have a level landing at the top (see Figs. 58 and 59(a)). At marked crossings. the bottom of the ramp run. exclustvc of Bared sides. shall be wholly contained within the Figs. 60 (a) and (b)). Single .e.. diagonal Ord Pressed oor'aer) itpublic sidewalk cur ramps serving two street crossing direr - lions aril built-up (Le.. projected) public 'Aldewalk curb ramps are not permitted in pew. ConatruCUOrL EXCEPIiON: Where pu51�c'pedestatari right-tof• . way width established by local or state regula- -._tion. gusdehae._ orpractice wM not acebmmo- . date a dlcular public sidewalk curb ramp an) p com with 14.2.4(2). a Parallel ubllc s ramp with a level landing at its bottom SiaII be provided instead of a perfxndicular pub$e Bidcurb ramp (see Fig. 59(b)). ' At marked crossings. the landing at the bottom of the ramp run shall be wholly contained within the maskings (see Fig. 6010). A combination of parallel and perpendicular public sidewalk curb ramps and landings may also be provided (see: Figs. 59(c) and 60(d)). (3) Width. Public sidewalk curb ramps shall be 36 In (915 mrn) wide minimum. exclusive of Bared sides. Lend Landing at.Top of PerpenAlcuiar Pubtie . Sidewalk Curb Ramp ....•ti.4 F4.58 Federel Register / Vol. 59, No. 117 / Monday, June 20, 1994 / Rules and Regulations 31781 14.2.40 pubUc 61dess.lk CuA Ramps (4)' LAndings. (a) Where a perpendicular public sidewalk curb ramp is provided. a landing the width of the public sidewalk curb ramp shall be pro- vided at the top of the ramp run (see Fig. 58). The slope of the landing shall not exceed 1:50 in any dtrectiom The landing shall be 48 in (1220 mmJ minimum In kngth arsd shall connect to the continuous passage N each direction of travel. (b) Wbcre a parallel public sl&-walk curb ramp is provided. as permitted in 14.2.4M Exceptim a laaadiq the width of the parallel public sidewalk curb ramp and a minimum of 60 Ln (1525 nun) to length in the direction of the ramp run shall be provided at the bottom of the parallel public &kkvnik curb rarnp. The slope of the landing.shall not exceed 1:50 to any dlrectiom-At marked crossings, the re- quired landing at the bottom of the parallel public sidewalk curb ramp sbaJl be wholly contained within the markings. (c) Where parallel and perpendicular public sidewalk curb ramps are combined to serve a street crossing, as permitted in 14.2.4(2), the landing required for the perpen- dicular public sidewalk curb ramp may be coincident with that provided for the parallel public stdewalk curb ramp. (51 Slope. The minimum feasible running slope shall be provided for any public sidewalk curb ramp and shall be measured from a kvel plane, as shown in Fig. 61. The ma: lmum running slope of any public sidewalk curb ramp shall be 1:12. Tex ma)dmum cross slope of any public sidewalk curb ramp shall be 1:50. F-XCEMON: A parallel publle sidewalk curb ramp allowed by 14.2.4(2) Exception shall have a maximum slope of 1:12 wbca nv=urtd from a level plane as shown in Fig. 61 but shall not be required to exceed 96 In (2440 nun) to length. - (6) Edges. Where a side of a perpendicular public sidewalk curb ramp is contiguous with a public stdcwa%it shall be flared. with a slope of 1:1%r axiamum. A perpendicular public sidewalk curb ramp may have a re- turned side or flare of any. slope when not contiguous with a public sidewalk or whem protected by a guardrail or other_barrter.. . 88 Perpead3culy Public Sidewalk Club Rmp Parallel Public Sidewalk Curb Ramp . Combined (ParaHdfPerpcadlaalar) Pnbiic 6ldcwalt Curb Ramp Fig. 69 Public Sidewalk Curb Ramps Note: -See new construction and alteration provisions for minimum dimensions for public sidewalk;eurb ramps shown in Figure 59. _C V N min (a) High Forward Reach Limit - O 0 ................................ 48 j 1220 NOTE: x shall be s 25 in(635 mm).: shaft be Z X. When x < 20 in(510 mm), then Y shall be 48 1n(1220 mm) ma)drnum. When x is 20 to 25 in(510 to 635 mm), then y shall be s4 in(1120 mm) maxhwen. (b) Maximum Forward Reach over an Obstruction Fig. 6 Forward Reach 25 (a) Clear Floor Space Parallel Approach Maximum Side Reach over Obstruction Fig. 6 Side Reach (b) Hioh and Low Side Reach Limits 26 TO BE REMOVED 4• CONTRACMN MARKING (TOOLEO JJOINTI AT EACH SIDE OF RAMP/ %p' MIN. SAwCUT DEPTH SAW CUT 6' A UNE PROPOSED = RMIP si grnmhm SECTION 10, 45 1 I!12. GUTTER FLOW UNE ✓ T MIN SAWCUT DEPTH • .. &0 • 24' rV-41-10 MIN. I 69cr/ou Kew MRS e ATV" landing to elope 20/0 Fao/vr VIEW MOTE: A skid resistant swface shall be made of the 3•s 5.51 rasp section utilizing a dlsuord wash pattern for epulwlent pattern approved by the wV1m"r). iilnlwua pattern openings shall be 3/4• s T/2•, n*alsrm openings + shall be 2' it 3/40. The 3' a 'S.s' reap section *hall be narked using a 4" wide nag stripe pieced longitudinally stung each outside adg* of the rasp section. The yellow strips way be painted or taped as per City of Lubbock specifications. PLATE No.6 OCTOBER91"4 CITY OF W00 000c CORNM CURB RAMP W/ TYPtCAL 4' SWEVAUX ALONG PROPERTY LINE CITY am. (DATE 31.L�C9! FLE NQ -A —Q21. SCALE. 2LZ 0.MfQ NQ EET OY,__ 7�1 77AN k Vl 5 0 - �" -all MAN. 6j5G r/OA/ V/9W WTT Landing to slope 2% Ir FFZONT V/EW / 1' f 5' MOTE: A akld realstant surface shell be raft of the 31m 5.5' ramp section utilizing a dfsm& mesh pattern (or owivelent pattern OWGY*d by the englrner). Mlniam pattern epaninge shell be 3/40 x 1/20. smndaus am Ings shalt be 20 x 3/40. The 31 x 9.S' ramp seotlan aball be worked using a 40 rids vatt stripe placed longitudinally along each outside edge of the ramp section. The yellow ktrtpe my be pointed or taped as per City of UdAmek specifications. Canards flatwerk PLATE No. 9 OCTOBE R .1994 o --I 2"R \<R T Down curb section. X °: • ;. 24•• 5- 3/a' 4-1/4'1 1 1 24" NOTE : Contractor may use either of the above sections, • IN 7 Ri! b a o•i• r= 24" TYPE A TYPE 6 TYPE C NOTE : Reinforced putter section will be constructed with three No. 3 bars running the entire length of the driveway section and the three horizontal ban will be supported with ehairk an a spwk q to give ocwrale plocarwd. TYPICAL CURB AND GUTTER SECTIONS FILE No. 2-1-57 TOP OF SIDEWALK 3• e.g. 0 --�: STEPPED WALK RAMP PERSPECTIVE VIEW NO SCALE 97. MAX. RAMP e r7r "*--' RAMP MAX. 3' LANDING ill ' CURB a GUTTER PAVEMENT CITY OF LUBBOCK ENGINEERING DEPT. NEW I0-204-94 . 6 . V f'-. . . ` . . . ` V . .. • NOTE: Curb III gutter, fillet! and slab to be poured togOW. Future S'wolk. ``♦ Property line ♦ ♦ i `♦ is 3/4' V-' R t. t 10/10 Wire w" or fiber rewercssotl. TRANSVERSE DUMMY GROOVE CONTRACTION JOINT ( Required at cold joints and every 13 feet of paving.) A 4 1' 2.s' 2.5 S' 2.5, 6" Concrete slab with 6X6 10/10 wire mesh or fiber reinforcement. Dummy contraction 4 SLOPE I/e/ii. —ti. — � — — 1 3 10' 0.20'INVERT B 46X6 10/10 wire meth or fiber reinforcement. t: Dummy eontrs#ctwn joint. M SECTION A -A HEIGHT OF CUR! AT THIS POINT, t' 1/2' BrTUYewA PREYOLOED EXP. JOINT. CURB HEIGHT TRANSITIONS FROei G'AT STREET TO O' AT THIS POINT. NOTE: THIS POINT OFALLEY RETURN t1. TO PE AT SAYE ELEVATION AS TOP OF CURS ON HIGH SIDE E.R. AT STREET. PLAN VIEW Scale: 1 s 5 'A TO BE USED WHEN ALLEY R.O.W. WIDTH 1s I5: * 2.5� s' A CONCRETE PAVING No stole 20, T 5� 1, 6X6 10/10 wire Mesh No.6 rebor spaced 6"fmy%edge of slab or fiber reinforcement. and 1.1/2"from bottom of slob. NOTE: All Concrete Shown to be 3,000 FS.1. at 7 Days. (Class E ) SECTION B-B NOTE: CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY WHERE THE EXISTING ALLEY RETURN, ALLEY PAVING OR STREET GUTTER IS IN GOOD CONDITION AND GRACE AND ALIGNMENT ARE SATISFACTORY. �G� . Dummy GROOVE JOINT •>!' 2' EXISTINt ALLEY RETURN,ALLEY PAVING OR STREET BUTTER. CONCRETE ALLEY SLAB. • e A`1t 10/10 wire d"h A' — — .— .—/ K Rber nlaf e"MR I- ,• . L le KE-W. 218198 I F TECHNICAL SPECIFICATIONS A.D.A. CURB RAMPS AT VARIOUS LOCATIONS (PHASE V) PROJECT NO.9923 STANDARD MATERIALS OF CONSTRUCTION STANDARD MATERIALS OF CONSTRUCTION NOTE: All materials and procedures employed in construction projects administered for and/or by the City of Lubbock Engineering Department or any other City of Lubbock Department shall conform to ASTM Specifications, Texas Department of Transportation Standard Construction Specifications and/or American Association of State Highway and Transportation Officials Specifications as applicable. All materials and construction procedures employed for or by the City of Lubbock shall be approved by the Engineer prior to construction. Any construction materials, methods or procedures not specifically addressed in the City of Lubbock "STANDARD MATERIALS OF CONSTRUCTION" or "STANDARD DETAILS OF CONSTRUCTION" specifications shall not be considered material(s) or operation(s) warranting additional payment. Unless stated otherwise on the plans or in the bid documents, the material(s) or operation(s) shall be considered subsidiary to the existing bid items and shall be performed completely and correctly in order to satisfactorily complete the total bid items according to minimum City of Lubbock construction standards. L GENERAL The City of Lubbock "STANDARD MATERIALS OF CONSTRUCTION" specifications incorporates the specifications of the various construction materials which are to be used by Contract Forces and/or City Forces in the construction of projects to be administered for/by the City of Lubbock Engineering Department. A certificate from the manufacturer may be required on all construction items, certifying that the material(s) or equipment meets the specifications for such material(s) or equipment(s) as specified herein. Material Safety Data Sheets (MSDS) shall be required on all materials. All materials shall be subject to the approval of the Engineer before being employed in any construction project(s). All references made in these specifications to American Society for Testing and Materials (ASTM) standards refer to the fixed designation. It is the responsibility of the Contractor, Subcontractors, City of Lubbock and all material suppliers to obtain and use the latest revision of each standard. All references made in these specifications to the Texas Department of Transportation (TxDOT) Standard Construction Specifications refer to the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, version adopted March 1, 1993. It is the responsibility of the Contractor, Subcontractors, City of Lubbock and all material suppliers to obtain and use the above referenced version of the Texas Department of Transportation Standard Construction Specifications. IV-1 All references made in these specifications to American Association of State Highway and Transportation Officials (AASHTO) standards refer to the fixed designation. It is the responsibility of the Contractor, Subcontractors, City of Lubbock and all material suppliers to obtain and use the latest revision of each standard. 2. CONCRETE A. Cement Cement shall be Type I, Type II and/or Type III cement(s) conforming to ASTM C 150, "Standard Specificationfor Portland Cement," and air -entrained cement shall be Type IA, Type IIA and/or Type IIIA conforming to ASTM C 175, "Specification for (adding) Air -Entraining (to) Portland Cement" and ASTM C 226, "Standard Specifications for Air- Entraining Portland Cement". The cement shall be an approved brand. All cement must be stored in a suitable moisture -proof storage house. The cement, while being hauled to the worksite or while at the worksite shall be properly protected. No cement shall be used, which in the opinion of the Engineer, has been injured by age or exposure. Bulk or sacked cement may be used. A bag shall contain ninety four pounds (94#) net. Bags varying by more than five percent (5%) from the specified weight may be rejected. If the average net weight in any shipment as shown by weighing fifty (50) bags taken at random is less than that specified, the entire shipment may be rejected. Bulk cement shall be weighed on scales approved by the Engineer. Any cement which has become partially set or which contains hard lumps or cakes or cement salvaged from discarded or used bags shall not be used. Any cement storage shall be in a suitable weathertight building or bin which will protect the cement from dampness. Cement shall be so placed as to provide easy access for proper inspection and identification of each shipment. B. Aggregate Description Concrete aggregates shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C 33, "Standard Specifications for Concrete Aggregates," and conforming to Texas Department of Transportation Standard Construction Specifications, Item No. 421, "Portland Cement Concrete". The aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. All aggregates shall be approved by the Engineer before use. The IV-2 maximum size of the aggregates shall be one and one-half inches (1 %"). Aggregates for concrete construction shall have a loss not to exceed eighteen percent (18%) when subjected to five (5) cycles of ASTM C 88, "Test Method for Soundness of Aggregates by use of Sodium Sulfate or Magnesium Sulfate". Coarse aggregate for Class "C" Concrete Street Paving or Class "P" Concrete Street Paving shall be crushed limestone (Brownwood Type). Coarse aggregate shall be well graded from coarse to fine and shall conform to ASTM C 136, "Method For Sieve Analysis of Fine and Coarse Aggregates". Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C 136, "Method For Sieve Analysis of Fine and Coarse Aggregates".The gradation for fine aggregate shall meet the following requirements: Sieve Designation 3/8 inch No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 Percentage by Weight Passing Sieves 100 95-100 80-100 70-85 25-65 10-30 0-10 0-3 Maximum allowable amounts of organic impurities shall conform to ASTM C 40, "Test Method for Organic Impurities In Fine Aggregate for Concrete" and ASTM C 87, "Standard Test Method for Effect of Organic Impurities in Fine Aggregate on Strength of Mortar". Maximum allowable amounts of impurities finer than the No. 200 sieve shall conform to ASTM C 117, "Standard Test Method for Materials Finer Than The No. 200 Sieve In Mineral Aggregates By Washing". IV-3 Maximum allowable amounts of soft particles such as coal, lignite, wood or other fibrous materials shall conform to ASTM C 123, "Standard Test Methods For Lightweight Pieces In Aggregate". Maximum allowable amounts of friable particles shall conform to ASTM C 142, "Standard Test Methods For Clay Lumps And Friable Particles In Aggregates". Stockpiles The location of all stockpiles of aggregates shall be approved by the Engineer prior to unloading as to zoning requirements, smoothness and compaction of the ground and traffic conditions. Stockpiles of aggregates to be incorporated into the project shall be protected from dust by drift fences of any suitable material approved by the Engineer. Care shall be taken to prevent dusty conditions in the stockpile area from any sources. The Contractor shall not use methods which allow the aggregate to roll down the slope as it is added to the existing stockpiles. The Contractor shall not allow equipment to operate over the same lift repeatedly. Stockpiles shall be built in layers of uniform thickness on slopes not flatter than 3:1. C. Water Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals and conform to AASHTO T26, "Standard Method of Test For Quality of Water To Be Used In Concrete". D. Concrete Materials Tests Pre -Construction Tests (Mix Design) The contractor shall submit test certificates from an approved commercial materials testing laboratory on all aggregates proposed for use in the concrete. Tests should be made approximately twenty (20) days before beginning the concrete operation. The contractor shall submit in advance of construction the mix design and the result of compression tests and/or flexural tests as applicable made by a commercial testing laboratory. The compression tests shall conform to ASTM C 39, "Test Method for Compressive Strength of Cylindrical Concrete Specimens". The flexural tests shall conform to ASTM C 78, "Test Method For Flexural Strength of Concrete". IV-4 Compression tests shall be made on each type of concrete mix design proposed for use as applicable. Compression tests shall be made on six (6) cylinders taken from each mix, three (3) cylinders tested in three (3) days or seven (7) days and three (3) cylinders tested in seven (7) days or twenty eight (28) days as specified. Flexural tests shall be made on each type of concrete mix design proposed for use as applicable. Unless stated otherwise in the plans or bid documents, flexural tests shall be made on six (6) beams taken from each mix, three (3) beams tested in r- sixteen (16) hours and three (3) beams tested in seven (7) days. F All tests shall conform to ASTM C 94, "Specifications for Ready -Mixed Concrete". When ready -mix concrete is to be used, the trial designs shall be made in a mixer representative of the mixers to be used. Batch size shall not be less than fifty percent (50%) of the rated mixing capacity of the truck. Additional tests shall be furnished if the material source is changed or if the concrete used varies from the original mix design. The Engineer shall approve or disapprove the mix design after review of the results of the pre -construction tests. Construction Tests Tests of the aggregates and the concrete shall be made by the Engineer during construction to determine conformity with the specifications. The concrete shall be sampled in accordance with ASTM C 172, "Method of Sampling Fresh Concrete". All test molds shall meet the requirements of Texas Department of Transportation Test Method Tex-448-A. Compression test and flexural test specimens shall be made and cured in accordance with ASTM C 31, "Practice of Making and Curing Concrete Compression and Flexure Test Specimens in the Field". The specimens shall be cured under standard moisture and temperature conditions in accordance with ASTM C 192, "Practice for Making and Curing Concrete Test Specimens in The Laboratory". Strength tests shall be made, in general, for each day's production of each class of concrete, or for each fifty (50) cubic yards of concrete if a day's production greatly exceeds this amount, but these tests may be made entirely at the discretion of the Engineer. Strength tests on Class "C" Concrete and Class "P" Concrete shall be made for approximately each thirty (30) cubic yards, or every third (3rd) truck on each day's production. The costs of all such testing shall be borne by the City but the Contractor shall cooperate in securing and storing samples and shall furnish all materials required for sampling. IV-5 Unless stated otherwise in the plans or bid documents, a strength test for Classes "A", "C "E" or "F" concrete shall consist of five (5) standard test cylinders or beams as specified to be made from a composite sample. Unless stated otherwise on the plans or in the bid documents, a strength test for Class "P" concrete shall consist of six (6) standard test beams made from a composite sample. For each Class of concrete the samples shall be obtained in accordance with ASTM C 172, "Practice For Sampling Freshly Made Concrete" and in accordance with Department of Transportation Construction Bulletin C-11 For Classes "A", "C", "E" and "F" concrete the following procedure is to be used: Two (2) of the concrete cylinders or beams shall be tested at three (3) days or seven (7) days and at seven (7) days or twenty eight (28) days as specified. The fifth (5th) cylinder or beam shall be held available for subsequent testing, if determined necessary by the Engineer. The test results shall be the average of the seven (7) days or twenty eight (28) days specimens, except that, if one (1) specimen in the test shows manifest evidence of improper sampling, molding, or testing, it shall be discarded and the remaining two (2) specimens averaged. Should more than one (1) specimen representing a given test show definite defects, due to improper sampling, molding or testing, the entire test shall be discarded. The result of the seven (7) days or twenty eight (28) days strength tests shall be used as the basis for accepting or rejecting the concrete represented. The results of the three (3) days or seven (7) days strength tests will be compared with the three (3) days or seven (7) days strength of the preconstruction test cylinders or beams for the type and slump of the concrete being produced. Should the three (3) days or seven (7) days strengths indicate a deficiency in the seven (7) days or twenty eight (28) days strengths, the Engineer may require a temporary change in proportions to correct such deficiency. Such change shall remain in effect until the seven (7) days or twenty eight (28) days strength of the material in question is determined, at which time the change shall become permanent or shall be rescinded, depending upon the results of the seven (7) or twenty eight (28) days tests. For Class "P" concrete the following procedure is to be used: Two (2) of the concrete beams shall be tested at sixteen (16) hours. Two (2) of the concrete beams shall be tested at seven (7) days. The fifth (5th) and sixth (6th) beams shall be held available for subsequent testing, if determined necessary by the Engineer. The test results shall be the average of the sixteen (16) hour or seven (7) days specimens as specified, except that, if one specimen in the test shows manifest evidence of improper sampling, molding, or testing, it shall be discarded and the remaining two (2) specimens averaged. Should more than one (1) specimen representing a given test show definite defects, due to improper sampling, molding or testing, the entire test shall be discarded. The result of the sixteen (16) hours or seven (7) days strength IV-6 F tests shall be used as the basis for acceptance or rejection of the concrete. The results of the sixteen (16) hours and/or seven (7) days strength tests will be compared with the sixteen (16) hours and/or seven (7) days strength of the preconstruction test specimens for the type and slump of the concrete being produced. Should the sixteen (16) hours or seven (7) days strengths indicate a deficiency in the sixteen (16) hours or seven (7) days strengths, the Engineer shall require a change in proportions to correct such deficiency. Changes in the water -cement ratio and the mix design, including an increase in cement, if necessary, shall be made if the average sixteen (16) hour flexural strength does not meet the minimum specified value. Additional specimens cured under job conditions may be required when, in the opinion of the Engineer, there is a possibility of the surrounding air temperature falling below 40' F (4° C) or rising above 90' F (32° Q. The specimens shall be tested according to ASTM C 39, "Method of Test for Compressive Strength of Molded Concrete Cylinders". The Engineer shall record the delivery ticket number for the concrete and the exact location in the work at which each load represented by a strength test is deposited. Slump tests shall be made in accordance with ASTM C 143, "Method of Test for Slump of Portland Cement Concrete". Air content of concrete made with normal -weight aggregates having low absorption shall be tested according to either ASTM C 231, "Method of Test For Air Content of Freshly Mixed Concrete by the Pressure Method or ASTM C 173, "Method of Test for Air Content of Freshly Mixed Concrete by the Volumetric Method". A Chace indicator may be used to determine the approximate air content in accordance with AASHTO T 199 and to indicate the need for checks by ASTM C 173 or ASTM C 231. If lightweight aggregates or aggregates with high absorptions are used, ASTM C 173 shall be used. E. Concrete Design Concrete conforming to these specifications may be "Ready -Mixed" in accordance with ASTM C 94, "Specifications For Ready -Mixed Concrete". Transporting vehicles shall be operated such as to insure delivery and placement in forms without loss or segregation of ingredients and within one (1) hour of mixing time. Concrete shall be mixed continuously during transit. IV-7 Mix Design All concrete for curb and gutter, valley gutters, fillets, alley stubs, alley slabs, drainage channels, inlet boxes, headwalls, street paving slabs and medians shall have five percent (5%) air entrainment with plus or minus one percent (1%) tolerance. The concrete mix design shall be based on water -cement ratio, and shall be as follows for the different classes of concrete Minimum Sacks Max. Gal . Max. Slump Class Cement per C.Y. Water per sack in inches A 5 6. 4 C 6 6 3 E 5.5 5.5 3 F 6 5.5 2 P 7 5 3 The concrete mix design for the different classes shall also be such that the compressive and flexural strength for each class shall not be less than the following: Minimum Average for Class any test (psi) 3 day 7 day flexural 28 day comp. comp comp A --- 2100 --- 3000 C --- 3000 600(28 day) 3600 E 2500 3000 --- --- _ F 2900 3500 --- --- P --- - - 500(16 hour) --- Any concrete failing to meet these strength or air content requirements shall be removed and replaced at the expense of the Contractor. IV-8 I 7 Low Strength Concrete Any class of concrete incorporated in any part of the project which does not meet the strength requirements specified above, shall be considered low strength concrete. Low strength concrete shall be removed and replaced at the expense of the Contractor. The Engineer shall determine the exact limits of any low -strength concrete required to be removed and replaced under the provisions of this paragraph. The methods to be used in removing and replacing such concrete shall be approved by the Engineer. F. Classification Unless otherwise shown on the plans the following Classes shall be used: Class A concrete shall be used for curb and gutter, fillets, drainage channels, medians, inlet boxes, headwalls, junction boxes, commercial drives, residential drives, reinforced concrete storm sewer pipe, retaining walls and sidewalks. Class C concrete shall be used for normal setting concrete paving and valley gutters constructed in thoroughfare and collector streets. Class E concrete shall be used for valley gutters on streets other than thoroughfares and collector streets, for alley returns, alley paving and reinforced gutter sections, and Class F concrete shall be used for railroad sections. Class P concrete shall be used for fast setting concrete pavement such as a Fast Track Concrete Pavement. FG. Mixing F All aggregates shall be accurately weighed or measured by volume. The concrete shall be mixed in an approved batch mixer equipped with an accurate water measuring tank, and shall be mixed for one and one-half (1'/2) minutes after all material is in the mixer. "Ready Mixed" or "Transit Mixed" concrete may be used. If used it shall conform to these specifications and ASTM C 94, "Specifications for Ready Mixed Concrete"and the Texas Department of Transportation Standard Construction Specifications, Item 421, "Portland Cement Concrete". After mixing, the concrete shall be transported to the forms in a manner which shall prevent separation or segregation of the aggregates and shall be placed without undue delay. Equipment for chuting, pumping and pneumatically conveying concrete shall be of such size and design to ensure a practically continuous flow of concrete at the delivery end. It shall be deposited as nearly as practicable in its final IV-9 position in order to avoid rehandling or flowing of the concrete. No water shall be added to the concrete to facilitate finishing. H. Materials For Curing Concrete (1) Burlap: Burlap shall be made from jute or hemp. The burlap shall be in good condition, free from holes, dirt, clay or any other substance which interferes with it's absorptive quality. It shall not contain any substance which would have a deleterious effect on the concrete. The burlap shall weigh not less than seven (7) ounces per square yard when clean and dry. (2) Cotton Mats: Cotton mats for curing concrete shall conform to AASHTO M 73, "Specifications for Cotton Mats for Curing Concrete". (3) Waterproof paper: Paper for curing concrete shall conform to ASTM C 171, "Specifications for Waterproof Paper for Curing Concrete". Impermeable sheets other than paper shall conform to the water -retention requirements of ASTM C 171, "Specifications for Water -proof Paper for Curing Concrete". (4) Liquid Membrane -Forming Compounds Compounds used to form an air tight membrane over fresh concrete surfaces for curing purposes shall conform to Texas Department of Transportation Standard Construction Specifications, Item 526, "Membrane Curing"; ASTM C 309, "Liquid Membrane -Forming Compounds For Curing Concrete", and /or ASTM C 171, "Standard Specification for Sheet Materials for Curing Concrete as applicable. Liquid membrane -forming compounds shall also conform to ASTM C 156, "Test Method for Water Retention by Concrete Curing Materials". Liquid admixtures shall be protected from freezing and from settling out of solution. I. Admixtures IV-10 I Admixtures may be applied to the Portland Cement Concrete Mix Design as approved by the Engineer to achieve special properties. ADMIXTURES SHALL r NOT BE USED AS A SUBSTITUTE FOR CEMENT. Air -Entrainment shall conform to ASTM C 260, "Standard Specification for Air - Entraining Admixtures for Concrete". Construction testing shall conform to ASTM C 233, "Test Method for Testing Air - Entraining Admixtures for Concrete". Chemical admixtures may be used when approved by the Engineer. These admixtures shall conform to ASTM C 494, "Specification for Chemical Admixtures for Concrete". Mineral admixtures such as fly ash and natural pozzzolans may be used as an admixture when approved by the Engineer. These admixtures shall conform to ASTM C 618, "Specification for Fly Ash and Raw or Calcined Natural Pozzolans for Use as a Mineral Admixture in Portland Cement Concrete". Construction testing shall conform to ASTM C 311, "Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use as a Mineral Admixture in Portland Cement Concrete". If fly ash is permitted by the Engineer, ASTM C 618 Class C may be used. 3. REINFORCING MATERIALS Unless otherwise noted on the plans, metal reinforcement shall be Grade 40, (minimum yield strength of the steel shall be 40,000 pounds per square inch) as defined by ASTM Specifications. A. Wire Mesh Wire mesh reinforcing shall conform to ASTM A 185, "Standard Specifications For Steel Welded Wire Fabric, Plain, For Concrete Reinforcement". Wire for concrete reinforcement shall conform to ASTM A 82, "Specifications for Cold -Drawn Steel Wire for Concrete Reinforcement". Mesh reinforcement shall be of the size shown on the plans. All reinforcement shall l be permanently marked with Grade identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee of Grade and compliance with these specifications. Reinforcement stored on the site shall be protected from accumulations of grease, mud or other foreign matter and from rust producing conditions and shall T be free from rust, scale, oil, mud or structural'defects. IV-11 0 B. Bar Mats The steel in bar mats shall conform to ASTM A 184, "Specifications for Fabricated Steel Bar or Rod Mats for Concrete Reinforcement". Members shall be of the size and spacing as shown on the plans. All intersections of longitudinal and transverse bars shall be securely wired, clipped or welded together in the plant of the steel supplier. Reinforcing steel to be used shall conform to ASTM A 432 and shall be deformed in accordance with ASTM A 615, "Specifications For Deformed and Plain Billet Steel Bars For Concrete Reinforcement" unless otherwise shown on the plans. C. Bars Reinforcing bars shall be open-hearth basic oxygen or electric furnace new billet steel conforming to ASTM A 615, "Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement" or ASTM A 616, "Standard Specification for Rail -Steel Deformed and Plain Bars for Concrete Reinforcement" or ASTM A 617, "Standard Specification for Axle -Steel Deformed and Plain Bars for Concrete Reinforcement". Bars produced by the piling method will not be accepted. Bars which depend upon bonding for their effectiveness shall conform to ASTM A 305, "Specifications for Minimum Requirements for The Deformations of Deformed Steel Bars for Concrete Reinforcement". These bars shall be free from excessive rust, scale or other, substances which prevent the bonding of the concrete to the reinforcement. D. Tie Bars Tie bars shall be deformed steel bars conforming to the requirements of the specifications for reinforcing bars except that structural Grade 40 steel bars, ONLY, shall be used where the bars are to be bent and re -straightened. Joint hook bolts may be used as an alternate to tie bars. Such bolts may not be less than one-half inch (W) in diameter and shall be equipped with threaded couplings. E. Dowels and Sleeves IV-12 r i Dowels and sleeves shall be smooth plain round bars conforming to the requirements of the specifications for reinforcing bars. Dowel bars shall not be . burred, roughened or deformed out of round in such a manner as to affect 1 slippage in the concrete. When metal sleeves are used, they shall cover the ends of the dowels a minimum of two inches (2") and a maximum of three inches (Y). The sleeve shall be closed at one (1) end and shall have a suitable stop to hold the end of the bar at least one inch (I") from the closed end of the sleeve. It shall be of such rigid design that the closed end will not collapse during construction. /N 1 F. Supports Chairs shall be used for holding reinforcing steel in the correct position while the concrete is being placed. Chairs shall be made of metal or plastic. The metal units shall be a minimum of sixteen (16) gauge in thickness, a minimum of eleven inches (I I") in length, and a minimum of one and one -eighth inches (1- 1/8") in width. The chairs shall be free of rust The units shall have a solid base so as not to sink into the subgrade or subbase. Dowel rods shall be held in the correct position by means of fabricated steel supporting units or baskets. These units shall be sturdy and so placed that the dowels are properly aligned and parallel to the roadway centerline. The units shall be free of rust. G. Stakes Stakes used to support expansion joint fillers shall be channel or U-shaped metal, three -fourths inch (3/4") wide, three -eighths inch (3/8") deep and not less than sixteen (16) gauge in thickness. They shall be a minimum of fifteen inches (15") in length. The stakes shall be free of rust. H. Structural Steel Structural steel shall conform to ASTM A 7, "Specifications for Steel for Bridges and Buildings", ASTM A 36, " Specifications for Structural Steel' or ASTM A 373, "Specifications for Structural Steel for Welding" as applicable. I. Fiber Reinforcement IV-13 Fiber reinforcement may be used in place of welded wire mesh if approved by the a.�aa6uavva. (1) The fiber used shall be one hundred percent (1001/6) virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials. (2) The minimum physical characteristics of the fiber to be used is as follows: the Specific Gravity shall be ninety-one hundreths (0.91); the Tensile Strength shall be between seventy thousand (70,000) pounds per square inch and one hundred ten thousand (110,000) pounds per square inch; the Length of fibers shall be one- half inch (1 /2"). (3) Fibrous concrete reinforcement materials provided by this section shall produce concrete conforming to the requirements for each type and class of concrete listed in Section IV-2-E on pages 5 and 6 of these Specifications. Quantities to be used shall conform to manufacturer's recommendations, unless otherwise directed by the Engineer. 4. JOINT MATERIAL A. Expansion Joint Materials Bituminous premolded expansion joint material shall conform to Item No. 433.2(5)(c) of the Texas Department of Transportation Standard Construction Specifications and conform to ASTM D 1751, "Standard Specification For Preformed Expansion Joint Filler For Concrete". Expansion joints shall be placed as shown on the plans or as directed by the Engineer. B. Joint Sealants (1) Hot Poured Sealants Joint sealants shall conform to ASTM D 3405, "Joint Sealants, Hot Poured, For Concrete and Asphalt Pavements" for use in'joints between portland cement concrete and bituminous concrete. Joint sealants shall conform to ASTM D 3406, "Joint Sealants, Hot Poured, Elastomeric Type" for use in all other joints in portland cement concrete pavement. IV-14 Cl F r f (2) Cold Poured Sealants Joint Sealants shall conform to ASTM C 920, "Specification For Elastomeric Joint Sealants" for all joints. Joint sealing material shall be W.R. Meadows "GARDOX" or "SOF-SEAL" or equivalent as approved by the Engineer. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall be a soft, highly flexible, rubber like material after curing which shall not track or flow in the summer nor crack or break when exposed to repeated freeze/thaw cycles. C. Backer Rod The backer rod diameter shall be twenty five percent (25%) greater than the reservior width. The backer rod material shall be made of polyetrhylene foam, crosslinked polyethylene foam, polyurethane foam or other material as suggested by the manufacturer. The compression/deflection of the material shall be approximately eight pounds per square inch (8 psi) at twenty five percent (25%) compression. The material shall not melt, shrink, evaporate, be water absorbent, nor stain and shall be compatible with the application temperature of the sealant. 5. FORMS Forms for curb and gutter, alley paving and other miscellaneous flatwork may be either of wood or metal, of a section satisfactory to the Engineer, free of warp, and a depth equal to the depth of the concrete section formed. Wooden forms shall be kept moist. Forms shall be constructed accurately to the line and grade as established in the field. The forms shall be adequately braced so that they will not move during or after the placing of the concrete. These forms shall remain in place at least eight (8) hours after placing the concrete. Forms shall be oiled with a light oil before each use and forms which are to be re -used shall be cleaned immediately after each use and maintained in good condition. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. Forms used for curb construction shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow can be obtained by other methods as approved by the Engineer. In no case will. a concrete pour be started without the approval of the Engineer. No forms shall be placed until the compacted subgrade is within one inch (1") of its finished grade. Forms for alley slabs may be used as a guide for screeding. Where longitudinal construction joints IV-15 are required, the form shall be so constructed as to provide a one and one -eighth inch (1-1 /8") W" shaped groove in the face. Forms for structural concrete shall meet all the specifications above for curb and gutter, alley paving and other miscellaneous flatwork forms except they shall not be removed without approval of the Engineer. 6. FLEXIBLE BASE (CALICHE) A. Description "Flexible Base (Caliche)" shall consist of a foundation course for surface course or for other base courses. It shall be composed of caliche and stone materials and shall be constructed as herein specified in one or more courses in conformity with the typical sections shown on the plans and to the lines and grades as established by the — Engineer. B. Material (1) The material for the base course shall consist of argillaceous limestone, calcareous or calcareous clay particles, conglomerate, gravel, sand or other granular materials. The material source shall be approved by the Engineer. All the acceptable material shall be crushed and returned to the screened material again in such manner that a uniform product will be produced. Samples for _ testing the material shall be taken prior to the compaction operations and will normally be done at the stockpile. Samples shall be taken in accordance with - ASTM D 75, "Practice For Sampling Aggregates". Stripping as necessary will be done by the Contractor. No payment will be made for stripping. The cost for this operation shall be subsidiary to the bid price for the base material. (2) The material shall conform to the following gradations when tested in accordance with ASTM C 136: Sieve Size 2" 1-1 /2" 7/8" 1 /2" #4 #40 ---------------------------------------------------------------------------------------------------- %o retained 0 0-5 8-30 30-55 50-70 -- 70-90 Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements when prepared in accordance with Texas Department of Transportation Test Method Tex- 101-E and ASTM D 4318, IV-16 r "Standard Test Method For Liquid Limit, Plastic Limit and Plasticity Index of Soils". The Liquid Limit shall be a maximum of 45; the Plasticity Index shall be a a, maximum of 15 and a minimum of 3; and the Linear Shrinkage shall be a maximum of 10. (3) Wet Ball Mill Test of Flexible Base Material The material, when tested in accordance with Texas Department of Transportation Test Method Tex- 116-E, shall have a maximum allowable value of 55. C. In -Place Density Tests The In -place density tests shall be taken by the City of Lubbock Testing Laboratory after final compaction of each layer of the base course. ASTM D 2922, "Test Methods For Density of Soil And Soil -Aggregate In Place By Nuclear Methods (Shallow Depth)" shall be used. Each test shall conform to the applicable ASTM Specification. 7. LIME TREATMENT A. Lime for soil stabilization (road mixed) This item shall govern for treating the new or existingsubgrade, the existing g g pavement structure or a combination thereof to be used as subgrade by pulverizing, adding lime, mixing and compacting the mixed material to the required density. The lime shall meet the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 264, "Lime and Lime Slurry" for the type of lime specified. r All aspects of this item including materials, equipment, construction methods, mixing, compaction methods, reworking, finishing and curing shall conform to the Texas Department of Transportation Standard Construction Specifications, Item 260, "Lime Treatment For Materials Used As Subgrade". Prior to treating the existing material, the subgrade material shall be shaped to conform to the typical sections and elevations shown on the plans or as established by the Engineer. The stabilized material shall be compacted in accordance with TxDOT Test Method Tex-121-E. IV-17 B. Lime treatment for caliche base courses (road mixed) This item shall govern treating new and/or existing basea and surfacing (with or without hot mix asphaltic concrete pavement) by pulverizing, adding lime, mixing _ and compacting the treated material to the required density. The lime shall meet the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 264, "Lime and Lime Slurry" for the type of lime specified. All aspects of this item including materials, equipment, construction methods, mixing, compaction methods, reworking, finishing and curing shall conform to Texas Department of Transportation Standard Construction Specifications, Item 262, "Lime Treatment For Base Courses(Road Mixed)". Prior to treating existing material, the subgrade or base material shall be shaped to conform to the typical sections and elevations shown on the plans or as established by the Engineer. The stabilized material shall be compacted in accordance with TxDOT Test Method Tex- 121-E. C. Lime Treatment for caliche base courses (plant mixed) This item shall consist of the construction of a foundation for surface course or -- other base courses consisting of a mixture of base material, hydrated lime and water. The lime shall meet the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 264, "Lime and Lime Slurry". Type A Hydrated Lime shall be used. All aspects of this item including materials, equipment, proportioning, construction methods, mixing, compaction, reworking, finishing and curing shall " conform to the Texas Department of Transportation Standard Construction Specifications, Item 263, "Lime Treated Base(Plant Mixed)". Prior to treating existing material, the subgrade or base material shall be shaped to conform to the typical sections and elevations shown on the plans or as established by the Engineer. The stabilized material shall be compacted in accordance with TxDOT Test Method Tex- 121-E. r.. IV-18 8. FLY ASH Fly ash may be either Class C or Class F as designated by ASTM C 618, "Standard Specification For Fly Ash and Raw or Calcined Natural Pozzolan For Use As A Mineral Admixture In Portland Cement Concrete". Fly ash shall also meet the requirements of the Texas Department of Transportation "Departmental Materials Specification: D-9-9800, Fly Ash". Prior to treating existing material, the subgrade or base material shall be shaped to conform to the typical sections and elevations shown on the plans or as established by the Engineer. Fly ash stabilized materials shall be compacted in accordance with TxDOT Test Method Tex- 127-E. 9. FLY ASH BASE A. DESCRIPTION This item shall consist of a foundation course for surface course or other base courses. It shall be composed of a compacted mixture of crushed cured fly ash from sources approved by the Engineer, (Once the source is selected the Contractor shall not change to another source without the Engineer's written approval). It shall be constructed as herein specified in one or more courses in conformity with the typical sections shown on the plans and to the lines and grades as established by the Engineer. B. MATERIALS r- (1) The material for the base course shall consist of a fly ash which has set, cured, R been mined, crushed and sized. The crushed, cured fly ash shall be free of injurious or hazardous products, organic materials, or other foreign matter. (2) The material shall comply with either Class 2 or Class 3 Industrial Waste Requirements set forth in 30 Texas Administrative Code, Section 335.506 and Section 335.507. C. TRIAXIAL SHEAR TEST OF FLY ASH BASE MATERIAL IV-19 The material, when tested in accordance with Texas Department of Transportation Test Method Tex- 117-E, shall be in a Triaxial Class not less than Class 1. D. IN -PLACE DENSITY TESTS The In -place density tests shall be taken by the City of Lubbock Testing Laboratory after final compaction of each layer of the base course. ASTM D 2922, "Test Methods For Density of Soil And Soil -Aggregate In Place By Nuclear Methods (Shallow Depth)" shall be used. Each test shall conform to the applicable ASTM Specification. 10. ASPHALT STABILIZED BASE (PLANT MIX) Description This item shall consist of base courses to be composed of a compacted mixture of graded gravel base material from sources approved by the Engineer, (Once the source is selected the contractor shall not change to another source without the Engineer's written approval). i A. Asphalt Stabilized Materials for Base Mixture The asphaltic material shall be mixed hot in a mixing plant approved by the Engineer. The percent (%) asphalt content shall be determined by the Engineer in accordance with Texas Department of Transportation Test Method Tex-126-E and Texas Department of Transportation Test Method Tex- 204-F or other established procedures. B. Materials (1) Mineral Aggregate (Graded Gravel) The material shall be crushed and shall be screened as necessary to meet the requirements hereinafter specified and shall consist of durable aggregate particles otherwise specified below. This mixture shall conform to the Texas Department of Transportation Standard Construction Specification, Item 345, "Asphalt Stabilized Base (Plant Mix)". IV-20 r The material, when tested in accordance with Texas Department of Transportation { Test Method Tex- 117-E, shall be in a Triaxial Class not less than Class 1. D. IN -PLACE DENSITY TESTS r� t The In -place density tests shall be taken by the City of Lubbock Testing Laboratory after final compaction of each layer of the base course. ASTM D 2922, "Test Methods For Density of Soil And Soil -Aggregate In Place By Nuclear Methods (Shallow Depth)" shall be used. Each test shall conform to the applicable ASTM Specification. 10. ASPHALT STABILIZED BASE (PLANT MIX) Description This item shall consist of base courses to be composed of a compacted mixture of graded gravel base material from sources approved by the Engineer, (Once the source is selected the contractor shall not change to another source without the Engineer's written approval). A. Asphalt Stabilized Materials for Base Mixture The asphaltic material shall be mixed hot in a mixing plant approved by the Engineer. The percent (%) asphalt content shall be determined by the Engineer in accordance with Texas Department of Transportation Test Method Tex-126-E and Texas Department of Transportation Test Method Tex- 204-F or other established procedures. B. Materials (1) Mineral Aggregate (Graded Gravel) The material shall be crushed and shall be screened as necessary to meet the requirements hereinafter specified and shall consist of durable aggregate particles otherwise specified below. This mixture shall conform to the Texas Department of Transportation Standard Construction Specification, Item 345, "Asphalt Stabilized Base (Plant Mix)". IV-20 r (2) Stockpiling, Storage, Proportioning and Mixing Prior to the mixing operations with asphaltic material,processed mineral aggregate shall be stockpiled on an area previously cleared of trash, weeds and grass and smoothed as directed by the Engineer. The aggregate stockpiles shall be not less than ten feet (10') in height and constructed in layers not exceeding eighteen inches (18") in depth or as directed by the Engineer. The plant shall have and maintain at least a two (2) day supply of aggregate on hand unless otherwise directed by the Engineer. Material shall be stockpiled in such a manner as to prevent segregation of aggregate and mixing of aggregate from stockpiles and/or other sources. The gradation requirements for the individual stockpiles and proportioning from these stockpiles shall be the contractor's responsibility. (3) Gradation Unless otherwise specified, the grading of the mineral aggregate shall conform to the limitations as shown below: Grade 4 -- Grading requirements percent retained -sieves 1-1/2" 7/8" 1/2 #4 #40 0 8-30 30-55 50-70 70-90 Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements when tested in accordance with the Texas Department of Transportation Test Method Tex-101-E procedure: The liquid limit shall not exceed................45 The plasticity index shall not exceed ............ 15 The linear shrinkage shall not exceed.............5 Samples for testing the material shall be taken prior to the mixing operations. Where more than one material is used, tests will be on the combined materials. The mineral aggregate shall not contain more than one-half of one percent (0.5%) moisture prior to entering the pugmill for mixing with asphalt. C. Asphaltic Materials for Paving IV-21 r-� Asphalt for the paving mixture shall be of the type as determined by the Engineer and shall meet the requirements of Texas Department of Transportation Standard Construction Specifications, Item 300, "Asphalt, Oils, and Emulsions." The grade of asphalt used shall be designated by the Engineer. The Contractor shall notify the Engineer of the source of his asphaltic material prior to design or production of the asphaltic mixture and this source shall not be changed during the course of the 4 project, except when authorized by the Engineer. (1) Asphaltic Stabilized Mixture The mixture shall consist of a uniform blend of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements as shown in the specifications or on the plans. The asphaltic material shall form from four percent (4%) to nine percent (9%) of the mixture by weight. The design percent asphalt to be used shall be determined in accordance with Texas Department of Transportation Test Method Tex-126-E or Texas Department of Transportation Test Method Tex-204-F and procedures outlined in the Texas Department of Transportation Bulletin C-14. The percent of asphalt in the mix shall be determined by ASTM D 2172, "Test Method For Quantitative Extraction of Bitumen From Bituminous Paving Mixtures"; ASTM D 4125, "Method of Test for asphalt content of Bituminous Mixtures by Nuclear Method"; Texas Department of Transportation Test Method Tex-210-F or Texas Department of Transportation Test Method Tex-126-F as applicable. (2) Tack Coat Asphaltic materials shall conform with Texas Department of Transportation Standard Construction Specifications, Item 300, "Asphalts, Oils, and Emulsions, as approved by the Engineer. (3) Tolerances The Engineer will designate the asphalt content to beused in the mixture after design tests have been made with the aggregate to be used in the project. When tested as., determined by the Engineer, samples of the mixture shall not vary from the asphalt ¢; content designated by the Engineer by more than two -tenths ofone percent (0.2%) dry weight based on total mixture. Asphaltic concrete pavement and asphaltic stabilized base shall be machine layed and the equipment shall conform with Texas Department of Transportation IV-22 Standard Construction Specifications, Item 340,"Hot Mix Asphaltic Concrete Pavement". 11. EQUIPMENT - MIXING PLANTS BLACK BASE AND HOT -MIX All equipment for the handling of all materials and mixing and placing of the mixture shall be maintained in good repair and operating condition and subject to approval of the Engineer. Any equipment found to be defective and affecting the quality of the mixture will be replaced. Mixing plants may be the weigh -batch type or the continuous mixing type or the drum mix type. All types of plants shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, bins and dust collectors and shall consist of the following essential pieces of equipment. When requested by the Engineer, weigh -batch and continuous types of mixing plants shall be equipped with automatic proportioning devices in accordance with the requirements of Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment." If automatic recording devices are required by the plans, they shall be in accordance with the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment.." A. Weigh -Batch Type 1) Cold Aggregate Bin Unit and Proportioning Device The number of compartments in the cold aggregate bin shall be equal to or greater than the number of stockpiles of individual materials to be used. — The bin shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one compartment to another. The proportioning device shall be such as will provide a uniform and continuous flow of aggregate in the desired proportion to the dryer. Each aggregate shall be proportioned from a separate bin. (2) Dryer The dryer shall be the type that continually agitates the aggregate during heating and in which the temperature can be so controlled that the aggregate will not be injured in the necessary drying and heating operations required to obtain a mixture of the specified temperature. The burner, or combination of IV-23 r 6- t burners, and type of fuel used shall be such that in the process of heating the aggregate to the desired or specified temperature, no residue from the fuel shall adhere to the heated aggregate. A recording thermometer shall be provided which will record the temperature of the aggregate prior to the ` mixing operation. The dryer shall be of sufficient size to keep the plant in r• continuous operation. (3) Screening and Proportionin The screening capacity and size of the hot aggregate bins shall be sufficient to screen and store the amount of aggregate required to properly operate the plant and to keep the plant in continuous operation at full capacity. The hot bins shall be constructed so that oversize and overloaded material will be discarded through overflow chutes. Provisions shall be made to enable inspection forces to have easy and safe access to the proper location on the mixing plant where representative samples may be taken from the hot bins for testing. The plant shall be equipped with at least three hot bins. The aggregate shall be separated into the number of bins indicated on the plans or as directed by the Engineer. (4) Aggregate Weigh Box and Batching Scales The aggregate weigh box and batching scales shall be of sufficient capacity to 40' hold and weigh a complete batch of aggregate. The weigh box and scales shall lconform to the requirements of Texas Department of Transportation Item 520, "Weighing and Measuring Equipment." (5) Asphaltic Material Bucket and Scales The asphaltic material bucket and scales shall be of sufficient capacity to hold and weigh the necessary asphaltic material for one batch. If the material is measured by weight, the bucket and scales shall conform to Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing r and Measuring Equipment." If a pressure type flow meter is used to measure the asphaltic material, it must comform to Texas Department: of r„ Transportation Standard Construction Specifications, Item 520, "Weighing `� and Measuring Equipment This system shall include an automatic temperature compensation device to ensure a constant percent by weight of t^ asphaltic material in the mixture. P A IV-24 (6) Mixer The mixer shall be of the pugmill type and shall have a capacity of not less than three thousand pounds (3,000#) of natural aggregate mixture in a single batch, unless otherwise shown on the plans. The number and position of blades shall provide a uniform mix. The mixer shall be equipped with an approved spray bar that will distribute the asphaltic material quickly and uniformly throughout the mixer. Any mixer that has a tendency to segregate the mineral aggregate or fails to secure a thorough and uniform mixture with the asphaltic material shall not be used. This shall be determined by mixing the standard batch for the required time, then dumping the mixture, taking samples from its different parts and testing by Test Method Tex-210-F to show that the batch is uniform throughout. All mixers shall be provided with an automatic timer that will lock the discharge doors of the mixer for the required mixing period. The dump door or doors and the shaft seals of the mixer shall be tight enough to prevent spilling of aggregate or mixture from the mixer. (7) Surge -Storage System A surge storage system may be used. It shall be adequate to minimize production interruptions during the normal day's operation. A device such as a _ gob hopper or other similar devices approved by the Engineer to prevent segregation in the surge storage bin will be required. If the Contractor elects to — use a surge storage system, scales conforming to the requirements outlined herein will be required. (8) Scales Scales may be standard platform truck scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall _ conform to the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment". If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by - t truck scales for the basis of approval of the equipment. IV-25 B. Continuous Mixing Type (1) Cold Aggregate Bin Unit and Proportioning Device The number of compartments in the cold aggregate bin shall be equal to or greater than the number of stockpiles of individual materials to be used. The bin shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one compartment to another. The proportioning device shall be such as will provide a uniform and continuous flow of aggregate in the desired proportioning to the dryer. Each aggregate shall be proportioned from a separate bin. (2) Dryer The dryer shall be the type that continually agitates the aggregate during heating and in which the temperature can be so controlled that the aggregate will not be injured in the necessary drying and heating operations required to obtain a mixture of the specified temperature. The burner, or combination of burners, and type of fuel used shall be such that in the process of heating the aggregate to the desired or specified temperature, no residue from the fuel shall adhere to the heated aggregate. A recording thermometer shall be provided which will record the temperature of the aggregate prior to the mixing operation. The dryer shall be of sufficient size to keep the plant in continuous operation. (3) Screening and Proportioning The screening capacity and size of the hot aggregate bins shall be sufficient to screen and store the amount of aggregate required to properly operate the plant and to keep the plant in continuous operation at full capacity. The hot bins shall be constructed so that oversize and overloaded material will be discarded through overflow chutes. Provisions shall be made to enable inspection forces to have easy and safe access to the proper location on the mixing plant where representative samples may be taken from the hot bins for testing. The plant shall be equipped with at least three hot bins. IV-26 i The aggregate shall be separated into the number of bins indicated on the plans or as directed by the Engineer. (4) Hot Aggregate Bin The hot bins shall be so constructed that oversize and overloaded material will be discarded through an overflow chute. Hot aggregate bins that become deficient in material shall activate a switch that automatically stops the plant until proper adjustments are made. (5) Hot Aggregate Proportioning Device The hot aggregate proportioning device shall be so designed that when r properly operated, a uniform and continuous flow of aggregate into the mixer will be maintained. (6) Asphaltic Material Spray Bar The asphaltic material spray bar shall be so esigned that the asphalt will spray continuously into the mixer. (7) Asphaltic Material Meter An asphaltic material recording meter meeting the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 520, Weighing and Measuring Equipment", shall be placed in the asphalt line leading .... to the spray bar so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the meter output. The asphalt meter and line to the meter -- shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line and meter at or near that temperature specified for the asphaltic material. Unless otherwise shown on the plans, the temperature of the asphaltic material entering the recording meter shall be maintained at plus or minus 10' F (A: 10°F) (=i: 6°C) of the temperature at which the asphalt metering pump was calibrated and set. Inability to maintain this tolerance in temperature shall result in an adjustment of the pay quantity for the asphaltic material. - If a pressure type flow meter is used to measure the asphaltic material, the R" requirements of the Texas Department of Transportation, Item 520" Weighing and Measuring Equipment", shall apply. IV-27 0.- r (8) Mixer r The mixer shall be of the pugmill continuous type and shall have a capacity of ' not less than forty (40) tons of mixture per hour. Any mixer that has a tendency to segregate the aggregate or fails to secure a thorough and uniform mixing of the aggregate with the asphaltic material shall not be used. The dam gate at the discharge end of the pugmixer and/or pitch of the mixing paddles �- shall be so adjusted to maintain a level of mixture in the pug mixer between the shaft and the lower paddle tip (except at the discharge end). (9) Surge Storage System A surge storage system may be used. It shall be adequate to minimize production interruption during the normal day's operation. A device such as a gob hopper or other similar devices approved by the Engineer to prevent segregation in the surge storage bin will be required. If the Contractor elects to use a surge storage system, scales conforming to the requirements outlined herein will be required. (10) Scales Scales may be standard platform truck scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall conform to the Texas Department of Transportation Standard Construction Specifications, Item 520,"Weighing and Measuring Equipment." If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for i the basis of approval of the equipment. C. Drum Mix Plant Unless otherwise shown on the plans, the Contractor may, at his option elect to use the drum mixing process in the mixing of asphalt stabilized base material. The plant shall be adequately designed and constructed for the process of mixing aggregates and asphalt in the dryer -drum without preheating the aggregates. The plant shall be equipped with satisfactory conveyors, power units, aggregate IV-28 handling equipment and feed controls and shall consist of the following essential pieces of equipment. (1) Cold Aggregate Bin Unit and Feed System The number of bins in the cold aggregate bin unit shall be equal to or greater than the number of stockpiles of individual materials to be used. The bins shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one bin to another bin. The feed system shall provide a uniform and continuous flow of aggregate in the desired proportion of the mixer. Each aggregate shall be proportioned in a separate bin with total and proportional control. The system shall provide positive weight measurement of the combined cold aggregate feed by use of belt scales or other'approved devices. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device as required by Texas Department of Transportation Standard - Construction Specifications, Item 520, "Weighing and Measuring Equipment". When a belt scale is used, mixture production shall be - maintained so that the scale normally operates between fifty percent (50%) and one hundred percent (100%)of its rated capacity. Belt scale operation below fifty percent (50%) of the rated capacity may be allowed by the Engineer if accuracy checks show the scale to meet the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment", at the selected rate and it _ can be satisfactory demonstrated to the Engineer that mixture uniformity and quality have not been adversely affected. (2) Scalping Screen A scalping screen shall be required, unless otherwise shown on the plans, and shall be located ahead of any weighing device. (3) Asphaltic Material Measuring System An asphaltic material measuring device meeting the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment", shall be placed in the asphalt line IV-29 r� r a leading to the dryer -drum mixer so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made r for checking the accuracy of the measuring device output. The asphalt measuring device and line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line and measuring device near that temperature specified for the asphaltic f material. The measuring system shall include an automatic temperature compensation device to maintain a constant percent by weight of asphaltic material in the mixture. Unless otherwise shown on the plans, the temperature of the asphaltic material entering the measuring device shall be maintained at plus or minus 10°F (6°C) of the temperature at which the asphalt measuring {� device was calibrated and set. If a pressure type flow meter is used to measure the asphaltic material, the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment", shall apply. (4) Synchronization Equipment for Feed Control System The asphaltic material feed control shall be coupled with the total aggregate weight measurement device in such manner as to automatically vary the asphalt feed as required to maintain the required proportion. (5) Drum Mix The drum mixing system shall be of the type that continually agitates the aggregate and asphalt mixture during heating and in which the temperature can be so controlled that the aggregate and asphalt will not be damaged in the necessary drying and heating operations required to obtain a mixture of the specified temperature. A continuously recording thermometer shall be provided which will indicate the temperature of the mixture as it leaves the drum mixer. (6) Surge Storage System IV-30 r A surge storage system will be required. It shall be adequate to minimize the production interruptions during the normal day's operations and shall be so constructed to minimize segregation. A device such as a gob hopper or other similar device approved by the Engineer to prevent segregation in the surge storage bin will be required. (7) Scales Scales may be standard platform truck scales, belt scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall conform to the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment". If truck scales are used, they shall be placed at a location �- approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. D. Asphaltic Material Heating Equipment Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material required to the desired temperature. Asphaltic material may be heated by steam coils which shall be absolutely tight. Direct fire heating of asphaltic materials will be permitted, provided the heater used maintains a positive circulation of the asphalt throughout the heater without damage to the asphalt. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a r recording thermometer with a 24-hour chart that will record the temperatures of the asphaltic material at the highest temperature. E. Spreading And Finishing Machine The spreading and finishing machine shall be of a type approved by the Engineer, shall be capable of producing a surface that will meet the requirements of the typical cross section and the surface test, when required, and when the mixture is dumped directly into the finishing machine shall have adequate power to propel the delivery vehicles in a satisfactory manner. The finishing machine shall be equipped with a flexible spring and/or hydraulic type hitch sufficient in design and capability to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is being unloaded. IV-31 h„ r k The use of any vehicle which requires dumping directly into the finishing machine and which the finishing machine cannot push or propel in such a manner as to obtain r, the desired lines and grades without resorting to hand finishing will not be allowed. Vehicles dumping directly or indirectly into the finishing machine shall be so designed and equipped that unloading into the finishing machine can be r► mechanically and/or automatically operated in such a manner that overloading the { finishing machine being used cannot occur and the required lines and grades will be obtained without resorting to hand finishing. Unless otherwise shown on the plans, dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with loading equipment will be permitted provided that the loading equipment is constructed and operated in such manner that substantially all of the mixture deposited on the roadbed is picked up and loaded in the finishing machine without contamination by foreign material of the mixture and excessive temperature loss is not encountered. The loading equipment will be so designed and operated that the finishing machine being loaded will obtain the required line, grade and surface without resorting to hand finishing. Any operation of the loading equipment resulting in the accumulation and subsequent shedding of this accumulated material into the asphaltic mixture will not be permitted. Automatic screed controls, if required, shall meet the requirements of the Texas Department of Transportation Standard Construction Specifications Item 342, "Plant Mix Seal". F. Rollers It shall be the responsibility of the Contractor to have rolling equipment available on the job to properly compact the paving mixture in place as required without delay to the laydown operation. Rollers provided shall meet the qualifications for their type as follows: (1) Pneumatic Tire Rollers (Required on all Black Base and Hot Mix Surfacing) The rollers shall be acceptable medium pneumatic tire rollers conforming to the requirements of Texas Department of Transportation Standard Construction Specification Item 213, "Rolling (Pneumatic Tires)," Type B, unless otherwise specified on the plans. (2) Two Axle Tandem Roller (Required on All Hot Mix Surfacing) IV-32 t%` This roller shall be an acceptable power -driven tandem roller weighing not less than eight (8) tons. (3) Three Wheel Roller (Required on All Black Base and Hot Mix Surfacing) This roller shall be an acceptable power -driven three wheel roller weighing not less than ten (10) tons. (4) Three Axle Tandem Roller This roller shall be an acceptable power -driven three axle roller weighing not less than ten (10) tons. (5) Trench Roller This roller shall be an acceptable power -driven trench roller equipped with sprinkler for keeping the wheels wet and an adjustable road wheel so that the roller may be kept level during rolling. The drive wheel shall be not less than twenty inches (20') wide. The roller under working conditions shall produce not less than three hundred twenty five (325) pounds per linear inch of roller width and be so geared that a speed of approximately one and eight -tenths (1.8) miles per hour is obtained in low gear. (6) Vibratory Steel -Wheel Roller (Required on all Black Base) This roller shall have a minimum weight of six (6) tons. The compactor shall be equipped with amplitude and frequency controls and specifically designed to compact the material on which it is used, and shall be operated in accordance with the manufacturer's recommendations or as directed by the Engineer. IV-33 r a (7) Straightedges and Templates When directed by the Engineer, the Contractor shall provide acceptable ten feet (10') straightedges for surface testing. Satisfactory templates shall be provided as required by the Engineer. (8) Alternate Equipment When permitted by the Engineer in writing, equipment other than that specified which will consistently produce satisfactory results may be used. (9) Inspection It will be the Contractor's responsibility to provide safe and accurate means to enable inspection forces to take all required samples, and to provide permanent means for checking the output of any specified metering device and to perform the calibration checks as required by the Engineer. G. Stockpiling, Storage And Mixing (1) Stockpiling of Aggregates Prior to mixing operations with asphaltic material, processed mineral aggregate shall be stockpiled on an area previously cleared of.'trash, weeds and grass and shall be smoothed and well drained as directed by the Engineer. The aggregate stockpiles shall be not less than ten feet (10') in height and constructed in layers not exceeding eighteen inches (18") in depth or as r directed by the Engineer. The plant shall have and maintain at least a two-day j supply of aggregates on hand at all times, unless otherwise directed by the Engineer. Material shall be stockpiled in such a manner as to prevent p-� segregation of aggregate and mixing of aggregates from stockpiles and/or other sources and will not allow contamination with foreign material. More than one stockpile will be permitted unless otherwise shown on plans. The �°" gradation requirements for the individual stockpiles and proportioning from 1 these stockpiles will be the Contractor's responsibility as approved by the Engineer. IV-34 (2) Storage and Heating of Asphaltic Materials The asphaltic material storage shall be ample to meet the requirements of the plant. Asphalt shall not be heated to a temperature in excess of that specified in Texas Department of Transportation Standard Construction Specifications Item 300, "Asphalts, Oils and Emulsions". All equipment used in the storage and handling of asphaltic material shall be kept in a clean condition at all times and shall be operated in such manner that there will not be contamination with foreign matter. (3) Feeding and Drying of Aggregate The feeding of various sizes of aggregate to the dryer shall be done through the cold aggregate bins and the proportioning device in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. The aggregate shall be dried and heated to the temperature necessary to produce a mixture having the specified temperature. In no case shall the aggregate be introduced into the mixture unit at a temperature more than 400°F (204' Q. (4) Proportioning The proportioning of the various materials entering the asphaltic mixture shall be the responsibility of the Contractor as approved by the Engineer and in accordance with these specifications. The asphaltic material and aggregates may be proportioned by weight or by volume based on weight using the specified equipment. (5) Mixing (a) Weigh -Batch Type Mixer In the charging of the weigh box and in the charging of the mixer from the weigh box such methods or devices shall be used as are necessary to secure a uniform asphalt mixture. In introducing the batch into the mixer, all mineral aggregate shall be introduced first and shall be mixed thoroughly for a period of five (5) seconds to twenty (20) seconds or as directed, to uniformly distribute the various sizes throughout the batch before the asphaltic material is added. The asphaltic material shall then be added and the mixing continued for a total mixing period of not less than thirty (30) seconds. This mixing period may be increased, if in the opinion of the Engineer, the mixture is not uniform or the aggregates or not properly coated. IV-35 rF a f W The differential in temperature of the aggregates and the asphalt as they enter c ' the pugmixer shall not exceed 25° F (14°C). Temporary storing or holding of the asphaltic mixture by the surge storage system may be used during the normal day's operation. Overnight storage will r., not be permitted unless authorized in the plans or in writing by the Engineer. The mixture coming out of the surge storage bin must be of equal quality to that coming out of the mixer. (b) Continuous -Type Mixer The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the mixer shall be so coordinated that a uniform mixture of the specified grading and asphalt content will be produced. The differential in temperature of the aggregates and the asphalt as they enter the pugmixer shall not exceed 25' F (141 Q. Checks on asphalt used shall be made at least twice daily comparing the asphalt used in ten (10) loads of completed mix as shown on the asphalt recording meter and the design amount for these ten (10) loads. The acceptable percent of variation between the asphalt used and the design i amount will be as shown on the plans or as determined by the Engineer. Temporary storing or holding of the asphaltic mixture by the surge storage system may be used during the normal day's operation. Overnight storage will not be permitted unless authorized in the plans or in writing by the Engineer. The mixture coming out of the surge storage bin must be } of equal quality to that coming out of the mixer. (c) Drum -mix Plant The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the mixing unit shall be so coordinated that a uniform mixture of the specified grading and asphalt content will be produced. Temporary storing or holding of the asphaltic mixture by the surge storage system will be required during the normal day's operation. Overnight storage will not be permitted unless authorized in the plans or in.writing by the Engineer. The mixture coming out of the surge ` storage bin must be of equal quality to that coming out of the mixer. The IV-36 r is mixture, when discharged from the plant, shall not have a moisture content greater than one percent (1%) by weight unless otherwise shown on the plans and/or specified by the Engineer. The moisture content shall be determined in accordance with Test Method Tex-212-17, Part II. The mixture produced from each type of mixer shall not vary from the specified mixture by more than the tolerances herein specified. The asphaltic mixture from each type of mixer shall be at a temperature between 300' F (149' C) and 3500 F (177' C) when discharged from the mixer. The Engineer will approve the temperature within the above limitations. The mixture when discharged from the mixer shall not vary from this selected temperature more than 25' F (14' Q. In no case shall the temperature exceed 360' F (182' Q. H. Construction Methods (1) Temperature Requirements A. Hot Mix Asphaltic Concrete (HMAC) - November 1st until April 1 st 1. The asphaltic mixture shall not be placed when the air temperature is below 55' F (13' C) and falling. 2. The asphaltic mixture may be placed when the air temperature is above 50' F (10' C) and rising. B. Hot Mix Asphaltic Concrete (HMAC) - April 2nd until October 31 st 1. The asphaltic mixture shall not be placed when the air temperature is below 50' F (10' C) and falling. 2. The asphaltic mixture may be placed when the air temperature is above 45' F (7° C)and rising. C. Asphalt Stabilized Base 1. The asphaltic mixture shall not be placed when the air temperature is below 450 F (7° C) and falling. IV-37 L.. r v 2. The asphaltic mixture may be placed when the air temperature is above 40° F (41 C)and rising. The Engineer shall use his discretion to require a cover over the asphaltic mixture when being hauled from the plant to the job site. The air temperature shall be determined by the Engineer or City Representative. The air temperature shall be taken in the shade away from artificial heat or as reported by the National Weather Service on their hourly report (telephone no. 762-0141). The air temperature taken at the jobsite by the Engineer or City Representative shall take precedence over the National Weather Service temperature at the Engineer's discretion. It is further provided that the prime coat, tack coat or asphalt stabilized base shall be placed only when the general weather conditions and temperature and moisture conditions of the subbase or subgrade,in the opinion of the Engineer, are suitable. If, after being discharged from the mixer and prior to placing, the temperature of the asphaltic mixture is 25° F (141 C) or more below the temperature approved by the Engineer, all or any part of the load may be rejected and payment will not be made for the rejected material. (2) Prime Coat The prime coat shall consist of an application of twenty- five hundredths (0.25) gallon per square yard of RC asphalt. The asphalt stabilized base shall not be applied on a previously primed course until the prime coat has completely cured to the satisfaction of the Engineer. (3) Tack Coat Before the asphaltic mixture is laid, the surface upon which the tack coat is to be placed shall be cleaned with a power broom thoroughly to the satisfaction of the Engineer. The surface 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 Engineer. Where the asphaltic mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform coat of the asphaltic material meeting the requirements for tack coat. During the application of the tack coat, care shall be taken to prevent splattering of the adjacent pavement, curb and gutter and structures. The tack coat shall be rolled with a pneumatic tire roller when directed by the Engineer. IV-38 The tack coat between asphaltic materials shall consist of the application of one tenth (0.1) gallon per square yard of AC-10 asphalt. (4) Transporting The asphaltic mixture, prepared as specified above shall be hauled to the work in tight vehicles previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all material delivered may be placed, and all rolling shall be completed during daylight hours. The inside of the truck body may be given a light coat of oil, lime slurry or other material satisfactory to the Engineer, if necessary, to prevent mixture from adhering to the body. In cool weather or for long hauls, canvas covers and insulating of truck bodies may be required. Vehicles of the semi -trailer type are prohibited. (5) Placing Generally, the asphaltic mixture shall be dumped and spread on the approved — prepared surface with the specified spreading and finishing machine. When properly compacted, the finished course will be smooth, of uniform density, and will conform with the typical sections shown on the plans and to the lines and grades established by the Engineer. During the application of asphaltic material, care shall be taken to prevent splattering of adjacent pavement, curb and gutter and structures. The mixture shall be spread and compacted in layers or lifts as specified on the plans or as directed by the Engineer. The sequence of compacting shall be such that undue displacement of the edge of the course does not occur. On deep lifts, the edge of the course may be rolled with a motor grader wheel or similar equipment or supported by blading a roll of earth against the edge of the course prior to _ compacting the surface. When the asphaltic mixture is placed in a narrow strip along the edge of an existing ` pavement, or used to level up small areas of an existing pavement or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when authorized by the Engineer, provided a satisfactory surface can be obtained by other approved methods. I. Compacting (1) As directed by the Engineer, the asphalt stabilized base shall be compacted thoroughly and uniformly with the specified rollers. In lieu of the rolling IV-39 a M equipment specified, the Contractor may, upon written permission from the Engineer, �» operate other compacting equipment that will produce equivalent relative compaction as the specified equipment. If the substituted compaction equipment fails to produce the desired compaction as would be expected of the specified equipment, as determined by the Engineer, its use shall be discontinued. When directed by the Engineer, the initial compaction shall be accomplished with pneumatic tire rollers. (2) When rolling with the three wheel, tandem, or vibratory rollers, rolling shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheel unless otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length. On super -elevated curves, rolling shall begin at the low side and r progress toward the high side unless otherwise directed by the Engineer. When i` rolling with vibratory steel wheel rollers, the manufacturer's recommendation shall be followed unless directed otherwise by the Engineer. Rolling with ,., pneumatic -tire roller shall be done as directed by the Engineer. Rolling shall be continued until no further increase in density can be obtained and all roller marks are eliminated. The motion of the roller shall be slow enough at all times to avoid displacement of the mixture. If any displacement occurs, it shall be '. corrected at once by the use of a rake, and of fresh mixtures where required. The roller shall not be allowed to stand on any portion of the pavement mixture '^ which has not been fully compacted. To prevent adhesion of the mixture to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water will not be permitted. All rollers must be in good mechanical s condition. Necessary precautions shall be taken to prevent the: dropping of diesel, gasoline, oil, grease or other foreign matter on the roadway, either when the rollers are in operation or when standing The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the rollers, shall be thoroughly compacted with lightly oiled tamps. Compaction shall be completed before the asphaltic mixture cools below 185' F (850 C) J. Surface Finish IV-40 The compacted material shall conform to the typical cross sections, lines and grades as shown on plans and directed by the Engineer and shall have a smooth surface with a reasonably uniform texture acceptable to the Engineer. Unacceptable finished surfaces may be corrected by the placement of additional mixture, all at the expense of the Contractor. K. Protection Of The Work And Opening To Traffic The completed asphalt stabilized base course shall be opened to traffic as provided by the plans and as directed by the Engineer. All construction traffic allowed on the base course shall comply with the State of Texas and City of Lubbock laws and ordinances governing traffic on highways unless otherwise authorized by the — Engineer. When another roadway surface is provided for the traveling public and construction traffic through the project, the Engineer may prohibit traffic on the completed base course. L. In -Place Densitv Tests City personnel will provide density tests and results throughout the construction process at no cost to the contractor. In the event the original tests fail, all retests as necessary will be the cost of the Contractor. Samples of the completed pavement shall be removed from locations designated by the Engineer to enable him to — determine the composition, compaction, and density of the pavement. Samples for each day or fraction thereof shall be taken by City personnel. The contractor shall replace the pavement removed from core holes with material approved by the -' Engineer at no cost to the City. If the pavement is deficient in composition, compaction, or thickness, satisfactory correction shall be made by the Contractor as _ directed by the Engineer. 12. ASPHALTS, OILS and EMULSIONS Asphalts used on all City. of Lubbock paving projects shall comply with Texas Department of Transportation Standard Construction Specifications, Item 300, "Asphalts, Oils and Emulsions". IV-41 f s A. Asphalt Cement The asphalt cement shall be homogeneous, free from water, shall not foam when heated to 3470F (161 °C) and shall conform to the requirements of Texas Department of Transportation Standard Construction Specifications, Subarticle 300.2.(1), Table 1. B. Latex Modified Asphalt (1) Latex Additive Latex additive shall be an emulsion of stryene- butadiene low temperature copolymer in water. The emulsion shall have good storage stability and possess the following properties: Monomer ratio of Latex butadiene to styrene (73f5) _ (27f5) Minimum Solids Content percent by weight 45 Viscosity of Emulsion at (77f 1)°F, cps, max (No. 3 spindle, 20 RPM, Brookfield RVT Viscometer) 2000 The manufacturer shall furnish the actual styrene- butadiene rubber (SBR) content for ,., each batch of latex emulsion. This information shall accompany all shipments to facilitate proper addition rates. (2) Latex Modified Asphalt Cement This material shall consist of AC-10 asphalt cement in accordance with Texas Department of Transportation Standard Construction Specifications, Subarticle 300.2.(1) to which has been added a styrene-butadiene rubber latex. The amount shown is based on latex solids in the finished asphalt cement -latex blend. Possible combinations and their intended uses are as follows: Material I IV-42 Use AC-5 + 2% latex solids AC-10 + 2% latex solids Seal coats and surface treatments Seal coats and surface treatments or asphaltic concrete AC-10 + 3% latex solids Asphaltic Concrete The finished asphalt cement -latex additive blend shall be smooth, homogeneous and comply with the following requirements: �f •3 � $g � ��� Nry� '. d� � k ��3ij $ � £� k�§ Ays`C" �° ',�k � � r A 777 y Minimum SBR content, percent by wt. solids (IR 2.0 2.0 3.0 determination)* Penetration, 100g, 5 sec, 77T min 120 80 75 Viscosity, 140T, poises, minimum 700 1300 1600 Viscosity, 275T, poises, maximum 7.0 8.0 12.0 Ductility, 39.2°F, 1 cm/min, cm, minimum - - 100 Ductility, 39.2°F, 5 cm/min, cm, minimum 70 60 - Separation of polymer, 325°F* * NONE NONE NONE * The asphalt supplier shall furnish the City of Lubbock testing laboratory samples of the base asphalt and latex emulsion used in making the finished product. * * A 3 50 gram sample of the asphalt cement -latex additive blend is stored for forty eight (48) hours at 325T (1630C). Upon completion of the storage time the sample is visually examined for separation of rubber from the asphalt (smoothness and homogeneity). If a question still exists about the rubber, a sample will be taken from the top and bottom for Infrared Spectroscopy analysis to determine actual rubber contents. A difference of four -tenths percent '(0.4%) or more between the top and bottom concentration levels constitutes separation. When the latex modified asphalt is to be used in asphaltic concrete and the latex additive is introduced separately at the mix plant, either by injection into the asphalt line or into the mixer, the compatibility and stability of the asphalt cement -latex additive combination shall be determined by preparing a laboratory blend and storing it for five (5) hours at 3250F (1630C). Upon completion of storage time, the sample shall be examined as indicated above. IV-43 r 1 Material storage, heating and application temperatures shall comply with Texas Department of Transportation Standard Construction Specifications, Subarticle 300.3. supplemented by r= the following: Type -Grade Recommended temp range Maximum allowable temp Heating and Storage`` maximum temp* All AC -latex blends 300°F-375°F 390°F 390°F rAll AC -latex blends 1490C-1910C 199°C 199°C fi- * * *Maximum temperature for storage by the asphalt supplier or the Contractor shall be t 375°F (191°C). On AC-5 and AC-10 + 2% SBR designated for seal coat or surface treatment work, the temperature may be increased to a maximum of 390°17 (199°C) by the supplier loading through an in -line heater, or with permission of the Engineer, these materials may be heated to a maximum of 390°F ( 199°C) by the Contractor just prior to application. 13. HOT MIX ASPHALTIC CONCRETE PAVEMENT This item shall govern for all courses of a hot mix asphaltic concrete mixture used as a base course, a level -up course, a surface course or any combination of these courses. Each course shall be composed of a compacted mixture of aggregate, asphalt cement and additives, as approved, mixed hot in a mixing plant. Each course shall comply with Texas Department of Transportation Standard Construction Specifications, Item 340, "Hot Mix Asphaltic Concrete Pavement". The Contractor shall furnish materials meeting the following requirements prior to mixing. (A) Aggregate (1) General The mineral aggregate shall be composed of coarse aggregate, a fine aggregate, and if required, a mineral filler. Samples of coarse aggregate, fine aggregate and mineral filler shall be submitted to the City of Lubbock Testing Laboratory for IV-44 0 testing and approval by the Engineer. Approval of other material and of the source of supply must be obtained from the Engineer prior to delivery. The combined mineral aggregate, after final processing by the mixing plant, and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than forty-five (45), unless otherwise shown on the plans when tested in accordance with ASTM D 2419, "Sand Equivalent Value of Soils and Fine Aggregate". The percent (%) of flat or elongated slivers of stone or any course shall not exceed twenty five percent (25%), when tested in accordance with Texas Department of Transportation Test Method Tex-224-F. The aggregate will be subjected to five (5) cycles of magnesium sulfate soundness testing in accordance with Texas Department of Transportation Test Method Tex- -- 411-A. The loss shall not exceed twenty five percent (25%), unless otherwise shown on the plans. Aggregate that appears susceptible to film stripping when tested in accordance with ASTM D 1075, "Standard Test Method For Effect of Water on Cohesion of Bituminous Mixtures", minimum of seventy percent (70%) index of retained ` strength and tested in accordance with AASHTO T 283, minimum seventy percent (70%) tensile strength ratio, shall be rejected or conditioned with an anti - stripping agent as approved by the Engineer. Prior to stockpiling of aggregates the area shall be cleaned of trash, weeds and _ grass and be relatively smooth. Aggregates shall be separated into stockpiles of different gradation, such as a large coarse aggregate, and a small coarse aggregate stockpile such that the grading requirements of the specified type will be met when the piles are combined in the asphaltic mixture. No coarse aggregate stockpile shall contain more than ten percent (10%) by weight of materials that will pass a No.10 sieve except as noted on the plans or provided for by special provision. Fine aggregate stockpiles may contain small coarse aggregate in the amount of up to fifteen percent (15%) by weight, (100 percent of which shall pass a 1/4 inch sieve). Suitable equipment of acceptable size shall be furnished by the Contractor to work the stockpiles and prevent segregation of the aggregates. If the Contractor utilizes an asphalt continuous mix plant, the various aggregate stockpiles of different gradation will be stockpiled in the same manner as described for stockpiling of aggregate for asphalt stabilized base. That is, the stockpiling of the aggregate shall be made up of layers of material not to exceed two feet (2') in height of each layer. The edge of each succeeding layer shall extend inward so as not to overlap the edge of the layer below. In loading from the stockpile, the material shall be loaded by making successive vertical cuts through the entire depth of the stockpile. IV-45 (2) Coarse Aggregate The coarse aggregate shall be that part of the aggregate retained on a No.10 sieve. The Aggregate shall consist of clean, tough, durable fragments of crushed stone of uniform quality throughout; mixing or combining crushed gravel and crushed stone will not be permitted. The aggregate shall be crushed to the extent that �►- produces a minimum of eighty five, percent (85%) crushed faces when tested in accordance with Texas Department of Transportation Test Method Tex-460-A. The aggregate shall have a maximum of twenty five percent (25%) loss when subjected to five (5) cycles of ASTM C 88, "Test Method For Soundness of Aggregates by use of Sodium Sulfate or Magnesium Sulfate". When coarse aggregate is tested in accordance with Texas Department of Transportation Test Method Tex-217-F, the amount of organic matter, clays, loams or particles coated therewith or other undesirable materials shown on the plans shall not exceed two percent (2%). When it is specified that the coarse aggregate be sampled during delivery to the plant, from the stockpile, or from the cold bin, the material removed when tested in accordance with Texas Department of Transportation Test Method Tex- 217-F (Part II, Decantation), shall not exceed two percent (2%). The plasticity index (P.I.)of that part of the fine aggregate contained in the coarse aggregate passing the No. 40 sieve shall not be more than six (6) when tested in accordance with ASTM D 4318, "Standard Test Method For Liquid Limit, Plastic Limit and Plasticity Index of Soils". However, where the coarse aggregate contains less than five percent (5%) of fine aggregate and the fine aggregate is of the same or similar material as the coarse aggregate, the plasticity index (P.I.) requirements for the aggregate passing the No. 40 sieve may be waived by the Engineer in writing. When it is specified that the coarse aggregate be sampled from the hot bins and tested in accordance with Texas Department of Transportation Test Method Tex- r' 217- F (Part II Decantation), the amount of material removed shall not exceed one f percent (1 %). Tests performed as specified herein represent material processed or placed until a subsequent test is performed. The coarse aggregate shall have an abrasion of not more than forty percent (40%) C.. loss by weight when subjected to ASTM C 131, "Test Method For Resistance To Degradation of Small -Size Coarse Aggregate By Abrasion and Impact in The Los Angeles Machine or ASTM C 535, Test Method For Resistance To Degradation of Large -Size Coarse Aggregate By Abrasion and Impact in The Los Angeles i IV-46 r Machine". Coarse aggregate from each source shall meet the abrasion requirements specified. (3) Fine Aggregate The fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall conform to ASTM D 1073, "Standard Specification for Fine Aggregate for Bituminous Paving Mixtures". The aggregate shall consist of sand or screenings or a combination of sand and screenings. The plasticity index (P.I.) of that part of the sand passing the No.40 sieve shall not be more than six (6) when tested in accordance with ASTM D 4318, "Standard Test Method For Liquid Limit, Plastic Limit and Plasticity Index of Soils". The ._ plasticity index (P.I.) of that part of the screenings passing the No. 40 sieve shall not be more than nine (9), unless otherwise shown on plans, when tested in accordance with ASTM D 4318,"Standard Test Method For Liquid Limit, Plastic Limit and Plasticity Index of Soils". Fine aggregate from each source shall meet the plasticity index (P.I.) requirements. Sand shall be composed of durable stone particles free from injurious foreign matter conforming to ASTM C 778, "Specifications For Standard Sand". Screenings shall be of the same or similar material as specified for coarse aggregate. _ (4) Mineral Filler The mineral filler shall consist of thoroughly dry stone dust, slate, dust, portland cement or other mineral dust approved by the Engineer. The mineral filler shall be free from foreign and other injurious matter. The mineral filler, when tested by ASTM D 242, "Standard Specification For Mineral Filler For Bituminous Paving Mixtures, shall meet the following grading requirements: Passing a No. 30 sieve Per Cent By Weight IUIl" Passing a No. 80 sieve 95 to 100 Passing a No. 200 sieve IV-47 70 to 100 r r (B) Asphalt Antistripping Agents This item shall govern for furnishing and incorporating lime or liquid antistripping agents in the production of asphaltic concrete pavement mixtures and/or asphalt stabilized base mixtures. Any asphalt antistripping agent used shall meet the requirements of Texas Department of Transportation Standard Construction Specifications, Item 301, "Asphalt Antistripping Agents". (1) Lime The lime shall meet the requirements of Texas Department of Transportation Standard Construction Specifications, Item 264, "Lime and Lime Slurry". The selected amount of lime shall be in the range of five tenths of one percent (0.5%) to two percent (2%) by weight of the individual aggregate or aggregates being treated as determined by the Engineer. Lime shall be added in slurry or dry form. The method of application shall be such that the lime is thoroughly mixed with the E aggregate(s) being treated. The lime shall be applied to the aggregate(s) at the required rate by means of a metering device. When the lime is added in dry form, Type "A" hydrated lime shall be used. It shall be mixed with the L wet aggregate(s) in a suitable pugmill mixer. Additional water, if necessary shall be added to the mixture to insure that the aggregate(s) contain at least two percent (2%) moisture by weight above the saturated surface dry condition. (2) Liquid Antistripping Agent The selected amount of agent shall be in the range of three tenths of one percent (0.3%) to one percent (1 %) by weight of the asphalt in the mixture as determined by the Engineer but shall not exceed the amount recommended by the manufacturer. The agent shall not show any evidence of separation or nonconformity at time of use. The agent shall be added to the asphalt line at the required rate by means of an in -line metering device just prior to introduction of the asphalt into the mixing plant. IV-48 (C) Latex Additives The latex additive shall be an emulsion of styrene- butadiene low temperature copolymer in water. The emulsion shall have good storage stability. The emulsion shall possess the following properties: (1) Monomer ratio of latex butadiene to styrene shall be (73f5)/(27f5). (2) Minimum solids content in percent by weight shall be 45 (3) Maximum viscosity of the emulsion at 77°F (25°C) shall be 2000cps as taken on the No. 3 spindle of the Brookfield RVT Viscometer at 20 RPM (do not use a Saybolt Furol Viscometer) The manufacturer shall furnish the actual styrene butadiene rubber (SBR) content for each batch of latex emulsion. This information shall accompany all shipments to facilitate proper addition rates. (D) Asphaltic Material (1) Asphalt for Paving Mixtures Asphalt for the paving mixtures shall be of the types of oil asphalt as determined by the Engineer. The asphalt used shall meet all the requirements as stated in the Texas Department of Transportation Standard Construction Specifications, Item 300, "Asphalts,Oils and Emulsions". _ Liquid asphalt viscosity shall be tested in conformance with ASTM D 2170, "Standard Test Method For Kinematic Viscosity of Asphalts (Bitumens), and ASTM D 2171, "Standard Test Method For Viscosity of Asphalts by Vacuum Capillary Viscometer". Penetration tests shall conform to ASTM D 5, Standard Test Method For Penetration of Bituminous Materials". Flash point tests shall conform to ASTM D 92, "Test Method For Flash and Fire Points by Cleveland Open Cup". Rolling thin film oven tests shall conform to ASTM D 2872, "Standard Test Method For Effect of Heat and Air on a Moving Film of Asphalt. Ductility tests shall conform to ASTM D 113, "Standard Test Method For Ductility of Bituminous Materials". Solubility tests shall conform to ASTM D 2042, "Standard Test Method For Solubility of Asphalt Materials inTrichlorethylene". Specific gravity tests shall conform to ASTM D 70, "Standard Test Method For Specific Gravity and Density of Semi -Solid - IV-49 t Bituminous Materials". Softening point tests shall conform to ASTM D 36, "Test Method For Softening Point of Bitumen (Ring and Ball Apparatus)". The grade of asphalt used shall be as designated by the Engineer after design tests have been made using the mineral aggregates that are to be used in the project. If more than one type of asphaltic concrete mixture is specified for the project, only one grade of asphalt will be required for all types of mixtures, unless otherwise shown on plans. The Contractor shall notify the Engineer of the source of his asphaltic material prior to production of the asphaltic mixture and this source shall not be changed during the course of the project except by written permission of the Engineer. (2) Hydrated Lime Hydrated lime shall be added to the asphalt mixture, as per Texas Department of Transportation Standard Construction Specifications, Item 264, "Lime and € Lime Slurry", as an additive to improve the quality of the mixture, if approved by the Engineer. (3) Bituminous Tack Coat The asphaltic material for tack coat shall meet the requirements for Cutback r Asphalt RC-2 and conform to ASTM D 2028, "Standard Specification For Cutback Asphalt(Rapid Curing Type)", or shall be a Cutback Asphalt made by combining fifty percent (50%) to seventy percent (70%) by volume of the asphaltic material as specified for the type of paving mixture with thirty 5 percent (30%) to fifty percent (50%) by volume of gasoline and/or kerosene, as approved by the Engineer. If RC-2 Cutback Asphalt is used, it may, upon instructions from the Engineer, be diluted by addition of an approved grade of gasoline and/or kerosene, not to exceed fifteen percent (15%) by volume. Emulsified asphalt if used, shall be an SS or SS-lh asphalt and conform to ASTM D 244, "Standard Methods of Testing Emulsified Asphalt". The liquid asphalt viscosity shall be tested in ccordance with ASTM D 2170, "Standard Test Method For Kinematic Viscosity of Asphalts" and ASTM D 2171, "Standard Test Method For Viscosity of Asphalts by Vacuum Capillary Viscometer". IV-50 (4) Bituminous Prime coat The asphaltic material for the prime coat shall meet the requirements for _ Cutback Asphalt RC-30 and conform to ASTM D 2028, "Standard Specification For Cutback Asphalt (Rapid Curing Type)". (E) Paving Mixtures - Types The paving mixture shall consist of a uniform mixture of coarse aggregate, fine aggregate and asphaltic material.The grading of each constituent of the mineral aggregate shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice _ versa. The final designated gradations shall produce a relatively smooth line when plotted on a forty-five hundredths (0.45) power semilogarithmic gradation chart and when tested in conformance to ASTM C 136, "Method For Sieve Analysis of Fine and Coarse Aggregates". (1) Master Gradation Specifications Mixture Type _ City of Lubbock (C.O.L.) Sieve Type "C" Type "D" Size (Residential Streets Only) Percent by Weight Passing Sieves 111 100 --- 3/4" 98-100 --- 1 /2" 81-93 100 -" 3/8" 65-85 85-100 No.4 43-63 50-70 No.8 33-45 35-47 IV-51 I No.16 22-34 23-35 No.30 13-27 14-29 r- No.50 7-19 8-20 f No.100 3-11 4-12 No.200 1-6 1-6 t-. Bitumen percent 4.0 - 6.0 4.0 - 6.0 t of total mix (F) Laboratory Control If the Contractor or supplier elects to use a material or location not previously approved by the City of Lubbock, he shall request approval in writing from the Engineer not less than sixty (60) days prior to anticipated use of the material. The City of Lubbock Laboratory test results will be the sole consideration for approval of materials, mix designs, adequacy of procedures, etc.. The results of such testing shall be evaluated and final approval given by the City Engineer. r P The City of Lubbock shall utilize its own testing laboratory to monitor the plant mixing for Black Base and Hot Mix. This laboratory control shall be provided by the City of Lubbock. A representative of the City Engineer may be at the plant to monitor the mixing operation. In those instances where irregularities occur and the limits of the specification(s) are exceeded for aggregate, black base, or hot mix, appropriate corrections shall be required at no expense to the City. (G) Tolerances The Engineer shall designate the exact grading of the aggregate and asphalt content to be used in the mixture (Job Mix Formula). The paving mixture produced shall not vary from the designated grading and asphalt content by more than the tolerances allowed herein and shall remain within the limitation of the master grading specified. The respective tolerances, based on the percent by weight of the mixture, are listed as follows: Percent by weight Material Tolerance Plus or Minus IV-52 r Aggregate passing No. 4 sieve CP or larger 4 percent Aggregate passing Nos. 8,16,30, 50 sieves 3 percent Aggregate passing Nos. 100 & 200 sieves 2 percent Bitumen 0.25 percent r (H) Extraction/Gradation Tests And Design Criteria (1) Samples of the mixture when tested in accordance with ASTM D 2172, "Standard Test Methods For Quanitative Extraction of Bitumen From Bituminous Paving Mixtures", shall not vary from the grading proportions of the aggregate and the asphalt content designated by the Engineer by more than the respective tolerance specified above. During construction, if variations of grading or asphalt content exceeds the tolerances stated herein, production will be discontinued until such time as the Hot Mix Asphaltic Concrete mixture has been corrected and subsequent grading and extraction tests indicate results within the tolerance stated herein. All Hot Mix '— Asphaltic Concrete mixture so constructed, which exceeds the tolerances as stated herein, will be removed and replaced at no cost to the Owner. (2) Design Method (Table 2) Thoroughfare Residential Traffic _ Traffic Min. Max. Min. Max Marshall Method No. of compaction blows, each end of specimen 75 --- 50 --- - Stability, Lbs. 1800 --- 1200 --- Flow, units of 0.01 in 8 14 8 18 % Air Voids Surfacing or Leveling 3 5 3 5 IV-53 Percent Voids in Mineral Aggregate 13 --- 14 --- (3) Sampling and Testing It is the intent of this specification that the blend will be designed to produce a mixture of optimum density and stability, as determined by the Engineer, when tested in accordance with these specifications, applicable ASTM procedures and applicable TxDOT procedures. Samples of the completed pavement shall be removed with a diamond tipped power saw or diamond tipped coring machine from locations designated by the Engineer to enable him to determine the composition, compaction, and density of the pavement. Samples for each day or fraction thereof shall be taken by City personnel. The Contractor shall replace the pavement removed from core holes immediately at no cost to the City with material approved by the City. If the pavement is deficient in composition, compaction, or thickness, satisfactory correction shall be made as directed by the Engineer. Tests on Marshall specimens shall be made twice daily or as directed by the Engineer to retain job control. The mixture shall comply with the requirements of Table 2 above when tested in accordance with the Marshall method procedures contained in Chapter III of the Asphalt Institute's Manual Series No. 2 (MS- 2), current addition. The Marshall test procedures shall also conform to ASTM D 1559, "Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus". If the laboratory stability and/or field tests of the mixture produced has a value lower than that specified, and in the opinion of the Engineer is not due to change in source or quality of materials, production may proceed, and the mix shall be changed until the laboratory/field tests equals or exceeds specified values. If there is, in the opinion of the Engineer, an apparent change in any material from that used in the design T' mixtures, production will be discontinued until a new design mixture is determined by trial mixes. 14. SILO STORAGE A silo storage system may be used during the normal day's operation. The mixture coming out of the silo storage must be of equal quality and temperature to that coming out of the mixing plant. Any operation that has tendency to segregate the mixture or fails to maintain a thorough and uniform mixture and temperature shall not be used. If any load of mixture coming out of the silo storage system fails to meet the asphalt specifications or gradation requirements, then the total contents of the silo storage system shall be condemned. IV-54 15. FENCE POSTS, GATES, RAILS, BRACES AND ACCESSORIES These items shall conform to the requirements of Federal Specification RR-F-191 and shall meet the requirements of Texas Department of Transportation Standard Construction Specifications, Item 540, "Metal Beam Guard Fence", Texas Department of Transportation Standard Construction Specifications, Item 550, "Chain Link Fence" and/or Texas Department of Transportation Standard Construction Specififcations, Item 552, "Wire Fence". 16. IRRIGATION SYSTEMS (A) Irrigation pipe Irrigation pipe shall be polyvinyl chloride (PVC) conforming to ASTM D 1785, Schedule 40. (B) Fittings Fittings, not including sprinkler heads or valves shall conform to ASTM D 2466. (1) Pipe and Valve Assembly Pipe and fittings shall be assembled as recommended by the manufacturer(s). Pipe and fittings shall be thoroughly cleaned of all dust, dirt and moisture before assembly. Solvent shall be applied with a non -synthetic bristle brush. All connections between — plastic pipe and metal valves shall be made with threaded fittings and plastic adapters. (2) Sprinkler Heads Sprinkler heads shall be installed in accordance with the Manufacturer's recommendations. 17. BARRICADES, SIGNS AND OTHER TRAFFIC CONTROL DEVICES Barricades shall be constructed of clean, sound lumber of dimensions specified in the Texas Manual on Uniform Traffic Control Devices and shall be of first-class workmanship. All surfaces above ground shall be painted with an approved brand of paint to secure thorough coverage. In no case shall less than two coats of paint be used. The paint for barricade stripes shall be reflective orange and reflective white. All IV-55 it t dimensions, striping, lighting, painting, coloring and placement of barricades shall be in accordance to the details and design as set forth in the Texas MANUAL on r- UNIFORM TRAFFIC CONTROL DEVICES for Streets and Highways, Part VI. CONES SHALL BE AT LEAST EIGHTEEN INCHES (18") IN HEIGHT AND BE FLOURESCENT RED IN COLOR The Contractor shall maintain each barricade in a neat and acceptable condition and furnish replacements when necessary or as requested by the Engineer. Each sign shall be displayed only for the specific purpose prescribed for it. Before any detour or temporary route is open to traffic all necessary Regulatory, Warning and Guide signs shall be correctly in place and reviewed by the City Traffic Engineer. Signs required by temporary conditions or restrictions shall be removed immediately when those conditions cease to exist or the restrictions are withdrawn. Guide signs directing traffic onto temporary routes or detours shall be removed when no longer applicable. The guide signs shall be at no cost to the City. Identical conditions should always be marked with the same type of sign, irrespective of where those particular conditions occur. All signs which are to convey their message during hours of darkness shall be reflectorized or illuminated. Lights mounted on signs shall be functioning. The lens shall be clean to allow for adequate illumination. Signs for daytime use only may be non-reflectorized but a fluorescent background material will be used for increased daytime visibility if requested by the Engineer. Where there is serious interference from extraneous light sources, and reflectorized signs are not likely to be effective, illuminated signs shall be used. Construction warning signs shall have a black legend on an orange background and shall conform to the standards as to size, shape and color as outlined in the Texas MANUAL on UNIFORM TRAFFIC CONTROL DEVICES mentioned above. Barricades, flares, signs, drums and other traffic control devices are to be included i in the construction involved in this contract as necessary. The provision of these items by the Contractor should be considered in the bid prices submitted. No separate compensation shall be made unless indicated otherwise in the plans or the bid proposal. No work shall be permitted on any project prior to proper and complete installation of all barricades and other warning devices throughout the entire construction area. IV-56 r A.D.A. CURB RAMPS AT VARIOUS LOCATIONS (PHASE V) PROJECT NO. 9923 STANDARD DETAILS OF CONSTRUCTION v-1 STANDARD DETAILS OF CONSTRUCTION NOTE: All construction materials, methods and procedures employed on construction projects administered for and/or by the City of Lubbock shall conform to ASTM Specifications, �., Texas Department of Transportation Standard Construction „ Specifications, Texas Department of Transportation Construction Bulletin C-11 Specifications and/or AASHTO Specifications as applicable. All materials, methods and procedures employed in construction projects administered d. for and/or by the City of Lubbock shall be approved by the Engineer before being employed. Any construction materials, methods or procedures not specifically addressed in the City of Lubbock "STANDARD DETAILS OF CONSTRUCTION'' or "STANDARD MATERIALS OF CONSTRUCTION'' shall not be considered additional material(s) or operation(s) warranting additional payment. Unless stated otherwise on the plans or in the bid documents, the material(s) or operation(s) shall be considered subsidiary to the existing bid items and shall be performed completely and correctly in order to satisfactorily complete the existing bid items in conformance with the City of Lubbock minimum standards. 5.1. GENERAL The City of Lubbock"STANDARD DETAILS OF CONSTRUCTION'' incorporates the specifications of the various approved construction procedures and methods which are to be used by Contractors and/or City Forces in the construction of all projects administered by or for the City of Lubbock Engineering Department. A certificate from the manufacturer may be required on all construction materials or equipment, certifying that the materials or equipment meets the minimum specifications for such materials or equipment as specified herein. All materials, equipment and procedures shall be subject to the approval of the Engineer before being employed. �., All references made in these specifications to the American Society for Testing and Materials (ASTM) standards refer to the fixed designation. It is the responsibility of the Contractor, Subcontractors, City of Lubbock and all material suppliers to obtain and use the latest revision of each standard. C, V-2 All references made in these specifications to the Texas Department of Transportation (Tx DOT) Standard Construction Specifications refers to the Texas Department of Transportation (Tx DOT) Standard Specifications for Construction of Highways, Streets and Bridges, version adopted March 1, 1993. It is the responsibility of the Contractor, Subcontractors, City of Lubbock and all material suppliers to obtain and use the above referenced version of the Texas Department of Transportation Standard Construction Specifications. All references made in these specifications to the Texas Department of Transportation (Tx DOT) Construction Bulletin C-11 refers to the latest version with all additions and addendums. It is the responsibility of the Contractor, Subcontractors, City of Lubbock and all material suppliers to obtain and use the above referenced version of this Construction Bulletin. 5.2. CONCRETE A. Curb and Gutter (Class A Concrete) Description This item shall consist of Portland Cement twenty- four inch (2411) concrete curb and gutter and/or Portland Cement thirty inch (3011) concrete curb and gutter as shown on the plans or as directed by the Engineer, and shall be constructed of Class A concrete. Included in this curb and gutter item is all subgrade,preparation and earthwork necessary to pour the curb and gutter section,all backfilling and shaping of the area behind the curb and gutter to include all paving tie-ins as applicable. 1. Curb Openings Laydown curb and gutter sections shall be placed only across alleys, drainways, railroad crossings and/or driveways presently in use or at a location definitely planned for immediate future property improvements. It shall be the responsibility of the Contractor to contact the property owner and determine the proper location of driveways before curb and gutter is constructed. All curb and gutter across new or proposed driveways must meet the requirements set forth in the City of Lubbock V-3 r Sidewalk and Driveway 9egu1'ations, City of Lubbock Ordinance Number 1466, and amendments thereto. Curb and gutter across existing driveways shall be required to conform to all said regulations if no hardship to the existing property improvements is involved. All curb and gutter to be poured must have the Engineer's approval as to driveway (laydown) widths and location, in addition to the typical section, and line and grade approval before any pour is begun on any curb and gutter section. 2. Excavation and Subgrade Preparation Excavation and/or fill for the curb and gutter shall be prepared simultaneously with the excavation and/or fill for the entire street. The subgrade shall be prepared to the lines and grades set by the Engineer and in such a manner as to require a maximum of one- half inch (% ") of fill to bring the subgrade to the correct elevation. Any fill required shall be furnished at the Contractor's expense and subject to approval by the Engineer. In areas requiring fill material the subgrade shall be brought to the correct elevation by placing like soil or flexible: base in layers not to exceed four inches (411) in depth after compaction. Each layer shall be compacted to ninety five percent (95t) Standard Proctor Density. The density shall conform to ASTM D 698, "Test Method for Laboratory Compaction Characteristics of Soil Using The Standard -Effort '' by moistening and rolling to the satisfaction of the Engineer. Subgrade that is undercut one inch (1 ") or more shall be brought to the correct elevation by scarifying, wetting, disking, blading, rolling and compacting to ninety five percent (95%) Standard Proctor Density conforming to ASTM D 698, "Test Method for Laboratory Compaction Characteristics of Soil Using the Standard Effort'' with pneumatic rolling to the correct elevation prior to setting forms. If the subgrade or foundation material is dry, it shall be sprinkled lightly immediately before the concrete is poured. Concrete shall not be poured on frozen subgrade. Before pouring the concrete for the curb and gutter, all traffic signs, street name markers or obstructions of any nature found in the way of the F V-4 paving shall immediately be relocated behind the proposed curb and gutter by the Contractor at no expense to the City. If a sidewalk, drainway or any other miscellaneous concrete structure is to be constructed behind the curb and gutter, the obstructions shall be relocated outside of these structures. 3. Setting Forms Forms for concrete flatwork, retaining walls, headwalls, or other structural concrete and curb and gutter shall be of wood or metal, of a section satisfactory to the Engineer. The forms shall be straight, free from warpage, and of a depth equal to the depth of the finished work. The forms shall be set to the lines and grades established by the Engineer after the subgrade has been prepared. The forms shall be held together and in place in such a manner that they will not move during the placing and working of the concrete. The forms shall be oiled with a light oil prior to pouring concrete. Face forms and construction joints (removable metal plates) for curb and gutter shall be set to hold the concrete for the curb in place until it is to be finished. Forms for radii shall be set in the same manner as the straight forms except that no face form will be required if a true section is obtained by other methods as approved by the Engineer. The radii forms shall be set in such a manner that the curve will be in a true position. Forms for curb and gutter, flatwork and retaining walls shall remain in place for a minimum of twelve (12) hours after placement of the concrete. Forms which are to be reused shall be cleaned immediately after use and maintained in good condition. 4. Placement (Including Making Joints) Concrete shall be deposited in place in such a manner as to require a minimum of rehandling and so as to obtain a uniformly dense section, free of honeycombs. V-5 Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. The concrete shall be spaded and tamped until thoroughly compacted and mortar completely covers the surface. The top surface of the concrete shall be floated and troweled with a wooden float to a gritty texture. All concrete surfaces shall be free from pockets, depressions or projections. Only after the concrete receives a partial set shall the face forms be removed. The section shall then be shaped to the true cross-section by the use of a metal -screed which is shaped to the true cross-section. A "mule" screed shall be used only to shape to true cross-section r' when topping material is provided and pushed along on ' the front edge of the mule. An edging toolwitha radius of one quarter of an inch N ") shall be used along the top back edge of the curb, the front edge of the gutter and each side of the expansion joint. Curb and gutter shall be constructed with a premolded expansion joint at the tangent point of each curb return, at intersections and at intervals of no more than forty feet (401) between the intersections. Forty feet (401) intervals may be waived if a curb and gutter machine is used. Expansion joints shall be of the herein material specified. An expansion joint shall be placed at the end of each r" radius where the radius connects onto concrete curb f and gutter. The Contractor shall use forethought in the spacing of expansion joints so as to have r approximately equal spacings and so that no short or R long spacings will exist. Scoring shall be placed by the use of approved jointing tools. If there is to be a sidewalk constructed behind the curb and gutter, the spacing of the scoring shall be equal to the width of the sidewalk. If only curb and gutter is being constructed, the spacing ofthe scoring shall be ten feet (101). Forethought is to be used by the Contractor in the spacing of the scoring so as to have approximately equal spacings and so that no short or long spacings will exist. Construction joints formed by removable metal plates (templates) accurately shaped to the cross-section of the curb and gutter shall be located at the mid -point of each section between expansion joints or as directed by the Engineer. Contraction joints shall be placed at ten feet (101) intervals. V-6 r All joints surface of section. S. Finishing M shall be placed perpendicular to the the concrete and to the axis of the A ten feet (101) metal "straight -edge" shall be used to strike the flow line to grade, continuously along the flow line of the gutter. This operation shall be followed with using a four feet (41) spirit level to assure the continuous longitudinal grade along the flow line the full length of the gutter. The curb and gutter shall be finished uniformly by wood trowelling to an accurate cross-section. Extra water will not be added for finishing. The final finish will be,accomplished with a brush, the last stroke being one from the back of curb to the lip (toe) of gutter. Both sides of all joints, the lip (toe) of gutter, and the back edge of the curb shall be finished with a one-fourth inch (,") radius edging tool before the final brushing. Curves at the top and bottom of the section shall present a uniform appearance without "waves" in the face of the curb or "pockets" in the gutter. Concrete shall not be poured when wind or weather conditions are such that dirt, sand or debris becomes incorporated in or collects on the concrete. Concrete shall be protected to maintain a temperature of not less than 500 F (100 C) for five (5) days after placement. If the aggregate and water are heated, they shall not be heated above 900 F (320 C). Concrete shall not be placed when the ambient temperature is less than 400 F (40 C). It shall be the responsibility of the Contractor to anticipate as nearly as possible changes in weather conditions which would affect the placement and protection of the concrete, and be prepared to protect freshly placed concrete when sudden changes in the weather make such protection necessary. Removing Forms Special care is required of the Contractor in his removing of pins and of forms. Pins shall be pulled from the ground to free forms. If hammering is found to be necessary, a one (1) pound hammer shall be used. The contractor shall not place forms or pins on V-7 newly finished concrete, Loading and unloading of forms from a truck shall be executed by two (2) workmen. It is the duty of the Contractor to remove any warped forms found in any section of forms, before concrete is poured. When forms are pointed out as defective, those forms shall then be removed from the job site and not returned until they have been inspected by the Engineer. 7. Machine Laid Curb and Gutter r Class A concrete shall be used for machine laid curb 9 and gutter. The slump of the concrete shall be as directed by the Engineer. The slump of the concrete shall be tested in accordance with ASTM C 143, "Standard Test Method for Slump of Portland Cement Concrete''. Reinforcing steel, if required, shall conform to Section 3 (sheets V-39, V-40 and V-41) of the "Materials of Construction'' specifications. The curb and gutter shall be laid by an extrusion machine approved by the Engineer. Immediately prior to placing the curb and gutter, the previously approved foundation shall be thoroughly cleaned. The line for the top of curb shall be maintained from a guideline set by the Contractor from survey marks established by the Engineer. The curb outline shall strictly conform to the details shown on the plans. The approved mix shall be fed into the machine in such a manner and at such consistency that the finished curb will present a well compacted mass with a surface free from voids and honeycombs and true to the established shape, line, and grade. r Additional surface finishing shall be performed immediately after extrusion. Extra water shall not be added for finishing. Unless otherwise specified by r the Engineer, joints shall be constructed as follows: Expansion joints shall be located at each end of the radii at intersections and alley returns and at the beginning of each pour, and dummy grooved joints shall be spaced at ten feet (101) intervals between the expansion joints. I V-8 r P 8.' Curing All concrete work shall be covered with heavy water- proof type paper to prevent loss of moisture and to prevent direct sunlight from striking the concrete, as soon as it has set sufficiently enough to prevent marking. In lieu of this method of curing, the curb and gutter may be cured by applying a liquid membrane coating to all exposed surfaces, provided such material and method is first approved by the Engineer. 9. Filling Behind Curb and Gutter A. No Improvements at Back of Curb and Gutter The curb and gutter shall be backfilled with topsoil to the full height of the concrete, tamped and sloped as directed by the Engineer. The topsoil shall be free of rocks and other debris. Backfilling shall be done after the curb and gutter has cured twenty four (24) hours. The area between the sidewalk and the curb or property line and curb, if no sidewalk exists, shall be leveled and sloped toward the curb in a manner satisfactory to the property owner and/or Engineer. The slope shall be a maximum of 1:4 unless approved. All fill shall be done prior to placement of any base materials. B. Improvements at Back of Curb and Gutter If sidewalk is to be placed adjacent the back of the curb, approved fill material is to be placed behind the curb to four inches (411) below the top of the curb and compacted to ninety five percent (95%;) Standard Proctor Density. The sidewalk is to be sloped towards the curb at a slope of one-fourth inch (%" ) per foot to one-half inch (" ) per foot. The area between the sidewalk and the property line shall be sloped towards the sidewalk in a manner satisfactory to the Engineer. If paving is to be placed adjacent the back of the curb, the existing pavement is to be cut smooth with vertical walls. Full depth paving is to be placed on a prepared subgrade. The full depth paving is to connect both the existing paving and the back of the curb sloping in a manner to fit the existing drainage pattern. V-9 10. Protection of Work and Replacement of Damaged Curb and Gutter 5 The Contractor shall provide and maintain all r necessary barricades and sufficient lights, flares, signals, watchmen etc. necessary for the protection of the work and for the safety of the Public. F It is the responsibility of the Contractor to protect his work against weather, vandals and any and all things that may mar the finish, surface or appearance of the concrete. No patching of any nature shall be allowed in repairing any damage to curb and gutter which occurs during the construction process of paving improvements in any unit prior to the acceptance of said unit. Where damage occurs, as determined by the Engineer, the section(s) of curb and gutter containing the damaged portion shall be removed to the nearest joints on either side of the damaged surface and shall be replaced with new construction. at no cost to the City, prior to the surfacing of that section of street. Concrete surface finish marred by vandals, rain or sand during setting time shall be immediately repaired with an approved epoxy material or removed and replaced as determined by the Engineer. All abused concrete surfaces, along with structural damage and defective flow line found at the time of surfacing shall be handled as described in the second (2nd) sentence of the paragraph above. B. Reinforced Concrete Laydown Curb and Gutter (Class "Ell Concrete) Description This item shall consist of portland cement concrete laydown curb and gutter constructed in accordance with the typical curb and gutter sections included in these specifications and at locations as shown on the plans or as directed by the Engineer. 1. Subgrade Preparation shall conform to Section 5.2.A.(2)(sheets V-4 and V-5) of these specifications. V-10 2. Reinforcing Steel shall conform to Section 3 (sheets V-39, V-40 and V-41) of "Materials of Construction'' - specifications. 3. Placement of Reinforcement Care shall be taken to tie the three (3) horizontal No. 3 steel bars to the three (3) vertical No. 3 steel bar pins at a point 3" above the bottom. C. Reinforced Concrete Valley Gutters (Class " C " or Class "Ell Concrete as applicable) Description This item shall be constructed of class " C '' concrete for thoroughfare or collector street valley gutters and Class "Ell concrete for residential _ street valley gutters and consists of the construction of an eight inch (811) concrete slab on thoroughfare or collector streets or a six inch (611) concrete slab on residential streets reinforced with four (4) No. 3 reinforcing bars on one and one- half feet (1-1/21) spacing for valley gutters,(Cross bars shall be No.3 bars four and one-half feet (4%1) long or with 61lx6" W2.9 X W2.9 (6 gauge) welded wire mesh. Fillet areas shall be reinforced as shown on the plans and constructed to the lines and grades as shown on the plans and as designated by the Engineer. Details of construction are the same as for curb and gutter where they can be directly applied. 1. Subgrade Preparation shall conform to Section 5.2.A.(2)(sheets V-4 and V-5) of these specifications. 2. Reinforcing Steel shall conform to Section 3 (sheets V-39, V-40 and V-41) of the "Materials of Construction'' specifications. 3. Placement of Reinforcement Care shall be taken to hold the steel in the center of the slab, high chairs or precast concrete blocks shall be located at three foot (31) centers. If reinforcing bars are used, the overlapping distance -- V-11 4 shall be a minimum of forty (40) bar diameters in length with a minimum length of two feet (21). The overlap shall be tied at three points with wire if (" reinforcing bars are used. If welded wire mesh is used, the overlap shall be a minimum of twelve inches (12 ") in length. The overlap shall be tied at every third (3rd) six inch (611) square if welded wire mesh is used. D. Reinforced Concrete Alley Paving Slabs and Alley Returns (Class "Ell Concrete) Description �•. This item shall consist of reinforced concrete paving of variable thickness from five inches (5 ") to seven 1, and one-half inches (7% ") constructed in the center ten feet (101) of alleys and shall be constructed of Class E concrete. All alley paving and alley returns t shall be constructed in accordance with the City of -Lubbock Alley Paving Details. r 1. Forming Forms for alley slabs shall be placed where necessary to form the outside edge of the slab (where the slab is not bordered by concrete curb and gutter or other permanent improvements such as buildings, docks, etc.)and where necessary to form construction and expansion joints (See "Alley Paving Details" on plans). On all edges, joints, etc. to be formed, the forms shall extend the entire depth of the concrete. 2. Subgrade Preparation shall conform to Section 5.2.A.(2)(sheets V-4 and V-5) of these specifications. 3. Reinforcing Care shall be taken to securely place the welded wire mesh three inches (311) above the bottom of the slab V-12 by use of high chairs or pre -cast concrete blocks as approved by the Engineer. Concrete shall not be poured when wind or weather f conditions are such that dirt, sand or debris becomes incorporated in or collects on the concrete. Concrete shall be protected to maintain temperatures of not less than 500 F (100 C) for five (5) days after placement. If aggregate and water are heated, _ they shall not be heated above 900 F (320 C). Concrete shall not be placed when the ambient temperature is less than 400 F (40 C). It shall be the sole responsibility of the Contractor to anticipate as nearly as possible changes in weather conditions which would affect the placement and protection of the concrete, and be prepared to protect freshly placed concrete when sudden changes in the weather make such protection necessary. _ 4. Finishing Concrete shall be deposited so as to conform roughly to the finished cross-section. Sufficient concrete .- shall be placed to allow for shrinkage and extra material for finishing. Extra water will not be added for finishing. The shape and flowline of the alley paving slab may be established by the use of two inch by four inch (211X411) wood screeds, or other approved removable devices, accurately staked to line and grade. If such devices are used they shall be in place before the final finishing of the subgrade and the subgrade shall be finished so that the concrete slab will be of the proper depth. The concrete shall be "struck off" to the true section and finished smooth by floating and troweling. The final finish shall be '- provided by brushing to provide a nonskid surface for traffic. Particular care shall be taken in the final troweling and finishing so that the finished slab -- presents a smooth straight surface without waves in the edge and without pockets in the flowline. 5. Curing and Protection V-13 N 7. All concrete work shall be covered with burlap or other suitable material as soon as it has set sufficiently to prevent marking and kept wet continuously for at least four (4) days. Care shall be taken to prevent mechanical injury to the concrete work during this period and until the work: is accepted. Any work damaged prior to acceptance shall be repaired by the Contractor at his own expense and to the satisfaction of the City Engineer. The City Sanitation Department shall be notified of all alley return and alley paving construction, and if possible, the length of time said return and/or alley shall be closed to traffic. The Contractor shall properly barricade all alley returns and alleys during the period of construction and as long afterward as the Engineer may require for curing and achieving strength. Before opening alley returns to traffic, the Contractor shall properly fill and level by hand, (no mechanical equipment shall be used until full strength of concrete is achieved), the adjacent approaches from the street and alley. In all cases, no alley or alley return shall be opened to any traffic without the approval of the City Engineer. Removing Forms Special care is required of the Contractor in his removing of pins and moving of forms. Pins shall be pulled from the ground to free forms. If hammering is found to be necessary a one (1) pound hammer shall be used. The Contractor shall not place forms or pins on newly finished concrete. Loading and unloading of forms from a truck shall be executed by a minimum of two (2) workmen. It is the duty of the Contractor to remove any warped forms found in any section of forms, before it is poured. When forms are pointed out as defective, those forms shall then be removed from the job site and not returned until they have been inspected by the Engineer. Replacement of Damaged Concrete or Concrete Surface (s) only patching of a very minor nature will be allowed in alley paving. Any substantial damage, as determined by the Engineer, occuring to the alley paving prior to the acceptance of the unit in which the damage occurs will be remedied by removal and replacement of the entire section or sections of V-14 alley paving that has been damaged. Any slab removed to a joint other than a doweled expansion joint will be replaced using joint section B-B in the Alley Paving Special Detail Sheets of these specifications. Extreme care shall be taken by the Contractor during "Setting -Up" period to prevent vandals, sand or rain from marring the surface finish. Where damage occurs, as determined by the Engineer, the section(s) of alley paving containing the damaged portion shall be removed to the nearest joints on either side of the _ damaged surface and shall be replaced with new construction at no expense to the City. E. Reinforced Concrete Median Curb (Class "All Concrete) This item shall consist of a reinforced concrete slab six inches (611) thick and may be placed on an asphalt surface over a caliche base, an asphalt surface over a concrete base or a concrete slab as approved by the Engineer and as shown in the typical sections. The median slab shall be doweled as shown on the plans. 1. Subgrade Preparation shall conform to Section 5.2.A.(2) (sheets V-4 and V-5) of these specifications. 2. Reinforcing Steel Reinforcing steel to be used shall conform to ASTM A 615 "Specifications for Deformed And Plain Billet Steel Bars For Concrete Reinforcement'' and shall be deformed to ASTM A 305, "Specifications for Minimum Requirements of Deformed Steel Bars for Concrete Reinforcement''. Welded wire mesh may be used, if approved by the Engineer. The welded wire mesh must conform to ASTM A 185, "Standard Specification For Steel Welded Wire Fabric, Plain, For Concrete Reinforcement''. 3. Placement of Reinforcement Care shall be taken to suspend the bars or welded wire mesh above the bottom of the slab as shown on the plans. V-15 F. Reinforced Concrete Railroad Crossing (Class -'F " Concrete) Description This item shall consist of the construction of Class F " reinforced concrete as shown on Concrete Railroad Crossing Details. (City of Lubbock File Drawing #2-B-92 (21 for typical section). 1. Subgrade Preparation shall conform to Section 5.2.A.(2)(sheets V-4 and V-5) of these specifications. 2. Reinforcing Steel Reinforcing steel to be used shall conform to ASTM A 615, "Specifications for Deformed And Plain Billet Steel Bars For Concrete Reinforcement'' and shall be deformed to ASTM A 305, "Specifications for Minimum Requirements of Deformed Steel Bars for Concrete Reinforcement'' 3. Placement of Reinforcement r Care shall be taken to hold the reinforcing bars ! above the bottom of the foundation slab and above the railroad ties as shown on the plans. In the top slab the vertical and horizontal bars shall be securely tied with wire. G. Reinforced Concrete Drainage Slabs (Class —All Concrete) This item shall consist of a concrete slab five inches (511) think containing wire mesh reinforcing which shall conform to ASTM A 185, "Standard Specification for Welded Steel Wire Fabric For Concrete Reinforcement". Fiber reinforcement, if approved by the Engineer, may be substituted for the wire mesh. 1. Subgrade Preparation shall conform to Section 5.2.A.(2) (sheets V-4 and V-5) of these specifications. V-16 4 2. Reinforcing steel to be used shall conform to ASTM A 615 "Specifications for Deformed And Plain Billet - Steel Bars For Concrete Reinforcement'' and shall be _ deformed to ASTM A 305, "Specifications for Minimum Requirements of Deformed Steel Bars for Concrete Reinforcement''. Welded wire mesh may be used, if approved by the Engineer. The welded wire mesh must conform to ASTM A 185, "Standard Specification For Steel Welded Wire Fabric, Plain, For Concrete Reinforcement''. _ H. Reinforced Concrete Headwalls (Class "All Concrete) This item shall consist of structural concrete eight inches (811) thick and of varying height as shown on the plans. One foot (11) of the wall height shall be below finished grade unless otherwise stated on the plans. Each headwall shall have two wingwalls and baffles with dimensions as shown on the plans. 1. Subgrade Preparation shall conform to Section 5.2.A.(2)(sheets V-4 and V-5) of these specifications. 2. Reinforcing Steel The headwall shall be reinforced with welded wire mesh conforming to ASTM A 185, "Standard -- Specification For Welded Steel Wire Fabric For Concrete Reinforcement'' or reinforcing steel conforming to ASTM A 615, "Specifications For Deformed And Plain Billet Steel Bars'' as shown on the plans. I. Reinforced Concrete Sidewalks and Other Miscellaneous Concrete Flatwork (Class "All Concrete) This item shall consist of a reinforced concrete slab of thickness as shown on the plans. Before pouring the concrete for the flatwork, all obstructions such as traffic signs, street name markers, markers of any nature or utilities of any nature found in the way of the improvements shall be immediately relocated outside of the proposed concrete by the Contractor or the affected Utility at V-17 ewk Flo no expense to the City. If an obstruction or Utility is to be relocated, it is the Contractor's responsibility to have the obstruction relocated before the concrete is poured. Should the concrete be poured prior to the obstruction relocation, the Contractor shall remove and replace the concrete following relocation. The concrete work and all associated work shall be at the Contractor's expense. - 1. Subgrade Preparation shall conform to Section 5.2.A.(2) (sheets V-4 and V-5) of these specifications. 2. Reinforcing Steel The concrete slab shall be reinforced with welded rM wire mesh conforming to ASTM A 185, ".Standard Specification For Welded Steel Wire Fabric For Concrete Reinforcement'' or reinforcing steel conforming to ASTM A 615, "Specifications For Deformed And Plain Billet Steel Bars''. J. Reinforced Concrete Pavement (Normal Setting Strength Portland Cement Concrete Pavements)(Class "C " Concrete) .,Description This item shall consist of a pavement of portland cement concrete, with or without monolithic curbs, with reinforcement as shown on plans, constructed as herein specified on a prepared subgrade and one inch *� (111) sand cushion or other base course in conformity with the thickness and typical cross sections shown on plans and to the lines and grades established by r. the Engineer. This item shallconformto Texas Department of Transportation Standard Construction Specifications, Item 360, "Concrete Pavement''. PW Concrete shall be considered of satisfactory quality provided it is made (a) of materials accepted for the job, (b) in the proportions established by the Engineer and (c) mixed, placed, finished and cured in - accordance with the requirements herein specified. V-ls gallons per sack of cement nor forty-five hundredths (0.45). Concrete specimens shall be prepared and tested in accordance with Texas Department of Transportation Construction Bulletin C-11. The specimens shall be cured on the slab, under the slab covering material. 5. It shall be the responsibility of the Contractor to furnish a mix design, using a coarse aggregate factor acceptable to the Engineer. The mix shall be designed in accordance with the Texas Department of 'Transportation Construction Bulletin C-11. Complete concrete design data shall be submitted to the Engineer for approval Trial batches shall be made and tested prior to the placing of concrete and in the event of changing aggregate, and/or type, brand, or source of cement, or admixture. Trial batches shall be made in the mixer to be used on the job. When ready -mixed concrete is to be used, the trial designs shall be made in a mixer representative of the mixers to be used. Batch size shall be at least fifty percent (50t) or more of the rated mixing capacity of the truck. The strength of the concrete in the completed pavement shall be determined by flexural strength tests made in accordance with ASTM C 78, "Test Method For Flexural Strength of Concrete Using A Simple Beam With Third Point Loading''. The specimens for these strength tests shall be made in accordance with ASTM C 31, "Standard Practice for Making and Curing Concrete Test Specimens in the Field''. Changes in the water -cement ratio and the mix design, including an increase in cement, if necessary, shall be made if the sixteen (16) hour flexural strength does not meet the minimum value of five hundred pounds per square inch (500 psi) or if the sixteen (16) hour compressive strength does not meet the minimum value of three thousand eight _ hundred pounds per square inch (3,800 psi). The Engineer may reject as non -representative any individual flexural strength value in each group of ten (10) specimens where strengths more than ten percent (101;) above or ten percent (10°s) below the group average are indicated and compute the average -- V-21 flexural strength based on the remaining values. If the concrete fails to meet any of the requirements for workability, the Engineer shall require correction. If it is necessary to change aggregates, to use an additional aggregate or to use admixtures, preliminary tests shall be r required. Should tests representing three (3) days production consistently indicate a considerable departure from the minimum specified strength, even r. though within the above limits, appropriate changes in the water -cement ratio and mix proportions shall ' be made. 6. The subgrade, base and forms shall be in accordance with Article 360.6 of Item 360, --Concrete Pavement''. 7. Placement of reinforcing steel and joint assemblies shall be in accordance with Article 360.7 of Item 360, '-Concrete Pavement'', with the following exceptions and supplements: A. Tiebars shall develop a pullout resistance equal to or greater than three -fourths M of the required steel yield strength by using a tension test conforming to ASTM E 488 after the concrete has cured for sixteen (16) hours. B. The reinforcing bars shall be rigidly clamped or wired at all splices in a manner approved by the Engineer. C. If welded bar lap splices are permitted by the Engineer, all welding shall conform to Item 440, "Reinforcing Steel''. 8. Concrete mixing and placing shall be in accordance with Article 360.8 of Item 360, -'Concrete Pavement'' with the following exceptions and supplements: A. The second paragraph of 360.8.(5) is changed as follows: When required by the Engineer, the Contractor shall furnish and install an approved enclosure, such as canvas covered framework, to protect all pavement. r The Contractor shall maintain the ambient V-22 temperature surrounding the concrete at not less than 50OF (10°C) for not less than three (3) days. When concrete is being placed in cold weather, other than the conditions stated above, the Contractor shall have a sufficient supply of an approved covering material available to immediately protect the concrete if the ambient temperature — falls to 320F (0°C) or below, before the concrete has been in place for at least four(4) hours. Such protection shall remain in place during the period the ambient temperature continues to be at or below 320F (0°C), or for a period of not more than five (5) days. Neither salt nor other admixtures shall be added to the concrete to prevent freezing. The - Contractor shall be responsible for the quality and strength of the concrete under cold weather — conditions. Any concrete damaged by freezing — shall be removed and replaced immediately at the Contractor's expense. If concrete is placed during night-time hours, the Contractor shall provide sufficient artificial light to provide for the proper placement and finishing of the pavement. 9. Joints shall be in accordance with Article 360.9 of Item 360, "Concrete Pavement'' with the following exceptions and supplements: A. The Contractor shall keep an operable standby power driven saw with extra saw blades on the jobsite at all times when concreting operations are in progress. B. Where new concrete slab(s) are to be poured against existing concrete slab(s), the exposed edges of the existing concrete are to be sprayed with an approved ._ debonding agent. 10. Spreading and Finishing shall be in accordance with Article 360.10 of Item 360, "Concrete Pavement''. 11. Curing shall be in accordance with Article 360.11 of ,. Item 360, Concrete Pavement'' except: the first (1st) and fourth (4th) paragraphs are voided and replaced as follows: A. All concrete pavement shall be cured by protecting it against loss of moisture for a period of not less than eight (8) hours from the beginning of the V-23 r curing operations. Immediately after the finishing operations have been completed, the entire surface of the newly laid concrete pavement shall be covered and cured in accordance with the requirements 1, specified herein. B. Failure to provide sufficient covering material, failure to maintain saturation in wet curing methods or failure to comply with any curing requirements shall be cause for immediate suspension of concreting operations. The concrete surface shall be maintained wet and the covering material replaced immediately after completion of joint sawing, r" I,. testing and any required surface correction. The first (1st) paragraph of Subarticle 360.11.(3) r- is voided and replaced with the following: C. After final finish and immediately after the free surface moisture has disappeared, the concrete surface shall be sprayed uniformly with a curing compound in accordance with Article 526.5 of Item 526, "Membrane Curing' I. Should the membrane be damaged from any cause before the expiration of eight (8) hours after the original application, the damaged portions shall be repaired immediately with additional curing compound. Immediately after the finishing of the surface has been completed and the concrete has taken its original set, the surface shall be completely covered with insulating blankets. The insulating blankets shall remain on the pavement for not less than the specified curing period. 12. Protection of pavement and opening to traffic shall TIM be in accordance with Article 360.12 of Item 360, "Concrete Pavement'' except Subarticle 360.12.(2) is voided and replaced by the following: 7 A. The pavement shall be closed to all traffic, including Contractor vehicles, until the concrete is at least eight (8) hburs old. This period may be extended, if in the opinion of the Engineer, it is advisable to extend the time of protection. B. At the end of the closure time period, such section(s) may be opened to all traffic provided the concrete has reached a minimum flexural strength of five hundred pounds per square inch (500 psi) or a minimum compressive strength of three thousand eight hundred pounds per square inch (3,800 psi), all joints have been sealed and approved, and the V-24 pavement has been cleaned with a power broom to the satisfaction of the Engineer. Subarticle 360.12.(3) is voided and replaced by the following: C. The Engineer may require the opening of pavement to _ traffic prior to the minimum time specified above under conditions of emergency which in his opinion require such action in the interest of the public. The Contractor shall remove all obstructing materials, place earth against the pavement edges and perform all other work involved in providing for _ the safety of the traffic as required by the Engineer. Orders for emergency opening of the pavement to traffic shall be issued by the Engineer _ in writing. — u 13. Deficient pavement thickness shall be treated in accordance with Article 360.13 of Item 360, "Concrete Pavement''. 14. Unless otherwise shown on the plans, ride quality .- shall be treated in accordance with Item 360.14, "Ride Quality'' and Item 585, "Ride Quality For Pavement Surfaces". Materials 1. Cement The cement shall be Type I, Type IA, Type III or Type IIIA standard brand of Portland cement. If the use of high early strength cement is not specified, and the Contractor desires to use it, he shall obtain written permission from the Engineer and shall assume all additional costs incurred by the use of such cement. Type I, Type IA, Type III and Type IIIA cement shall conform to the requirements of ASTM C150, -'Standard Specification For Portland Cement''. When Type III or IIIA cement is used, the average strength at the age of seven (7) days shall be higher than that attained at three (3) days. Either the tensile tests or compression tests may be used as strength tests for either type cement. The specific surface area of Type I or Type IA cement shall not exceed two thousand (2,000) square centimeters per gram as measured by V-25 1. the Wagner Turbidmeter in accordance with the Texas Department of Transportation Test Method Tex-310-D. 2. Admixtures Unless otherwise provided in the plans or special provisions, approved types of admixtures to minimize segregation, to improve workability, or to reduce the amount of mixing water may be used in the rate of dosage specified by the Engineer. ADMIXTURES SHALL NOT BE USED AS A SUBSTITUTE FOR CEMENT. Admixtures shall comply with all the requirements of and be measured and dispensed in accordance with the Texas Department of Transportation Standard Construction Specifications Item 437, "Concrete Admixtures". Neither salts nor chemical admixtures shall be used to prevent freezing. 3. Coarse Aggregate. Coarse aggregate shall consist of durable particles of crushed limestone (Brownwood Type) of reasonably uniform quality throughout, free from injurious amounts of salt, alkali, vegetable matter or other objectionable material, either free or as an adherent coating on the aggregate. It shall not contain more than one-fourth percent Nk) by weight of clay lumps, nor more than one percent (it) by weight of shale nor more than five percent (5t) by weight of laminated and/or friable particles when tested in accordance with the Texas Department of Transportation Test Method Tex-413-A. Coarse aggregate shall have a wear index of not more than forty-five percent (45k) when tested. according to the Texas Department of Transportation. Test Method Tex-410-A and when tested by standard laboratory methods shall meet the following grading requirements: Retained on 1-3/4" sieve........ ............0%- Retained on 1-1/2" sieve................0t to 5°s Retained on 3/4" sieve.. ..............30t to 65t Retained on 3/8" sieve.................70% to 90t r+► Retained on No. 4 sieve..... ........95t to 100% V-26 d Loss by Decantation Test Method Tex-406-A ...1.Oo Maximum All aggregate shall be handled and stored in such a manner as to prevent size segregation and contamination by foreign substances. When segregation is apparent, the aggregate shall be remixed. At the time of its use, the aggregate shall be free from frozen material. Aggregate that contains more than one-half percent (0.5t) free moisture by weight shall c be stockpiled for at least twenty four (24) hours prior to use. Adequate storage facilities shall be provided for all approved materials. The intermixing of nonapproved materials with approved materials either in stockpiles or in bins will not be permitted. Aggregates from different sources shall be stored in different stockpiles unless otherwise approved by the Engineer. Aggregates shall be stockpiled in such a manner to prevent segregation, and maintained as nearly as possible in a uniform condition of moisture. Each aggregate stockpile shall be reworked with suitable equipment as required by the Engineer to remix the material to provide uniformity of the stockpile. 4. Fine Aggregate. Fine aggregate shall consist of sand or a combination of sands, and shall be composed of clean, hard, durable,uncoated grains. Unless otherwise shown on plans, the acid insoluble residue of the fine aggregate shall be not less than twenty eight percent (282s) by weight when tested in accordance with the Texas Department of Transportation Test Method Tex- 612-J. 5. Fine Aggregate Exclusive of Mineral Filler Fine aggregate shall be free from injurious amounts of salt, alkali or vegetable matter. It shall not contain more than one-half percent (0.51;) by weight of clay lumps. When subjected to the color test for organic impurities, Texas Department of _ Transportation Test Method Tex-408-A, the fine aggregate shall not show a color darker than the standard. V-27 P'^ Unless specified otherwise, fine aggregate shall meet the following grading requirements: n Retained on 3/8" sieve.....................0% Retained on No.4 sieve ................ 0% to 5%s Retained on No. 8 sieve..............0% to 20% Retained on No. 16 sieve ............ 15% to 30% Retained on No. 30 sieve ... 6........ 35t to 75% Retained on No. 50 sieve ............ 70% to 90% Retained on No. 100 sieve .......... 90% to 100% Retained on No. 200 sieve .......... 97% to 100% Fine aggregate will be subjected to the Sand Equivalent Test (Texas Department of Transportation Test Method Tex-203-F). The sand equivalent value shall not be less than eighty (80), or not less than the value shown on the plans, whichever is greater. 6. Mineral Filler Mineral filler shall consist of clean stone dust, clean crushed sand, clean crushed shell or other approved inert material. When tested in accordance with Texas Department of Transportation Test Method Tex-401-A, it shall meet the following requirements: Retained on No. 30 sieve........................0% Retained on No. 200 sieve.................0% to 35% At the time of its use the mineral filler shall be free from any frozen material. Aggregate containing foreign material will be rejected. 7. Mixing Water Water for use in concrete and for curing shall be free from oil, acids, organic matter or other deleterious substances and shall not contain more than one thousand (1,000) parts per million of chlorides as CL, nor more than one thousand (1,000) parts per million of sulfates as 5O4. V-28 Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources shall be sampled and tested before use. Test procedures shall be in accordance with AASHTO T 26, "Standard Method of Test For Quality of Water to be Used in Concrete". Water may be measured either by volume or by weight. The accuracy of measuring the water shall be plus or minus one percent (it) of the designed amount. Unless the water is to be weighed, the water measuring equipment shall include an auxiliary tank from which the measuring tank shall be filled. The measuring tank shall be equipped with an outside tap and valve for checking the setting unless other means are provided for accurately determining the amount of water in the tank. The volume of the auxiliary tank shall have a capacity equal to at least fifty percent (50%) of the measuring tank. 8. Batching Batches shall be delivered to the mixer separate and intact, without loss of cement and without spilling of material from one batch into another. Batching shall be so conducted as to result in the weights of each material required within a tolerance of one percent (it) for cement and two percent (2t) for aggregates. 9. Steel Dowel Bars Steel dowel bars shall be of the size and type indicated on the plans and shall be open-hearth, basic oxygen or electric -furnace steel conforming to the mechanical properties specified for Grade 60 (60,000 PSI minimum yield strength) steel bars in ASTM A 615, "Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement''. The dowels shall be smooth plain round bars. Dowels shall be placed at middepth in the concrete slab by means of fabricated steel supporting units. These units shall be sturdy and placed so that the dowels are parallel to the centerline and surface of the slab. V -29 10. Steel Tiebars Tiebars shall be placed as shown on the plans. Tiebars shall be long enough so that anchorage on each side of the joint will develop the allowable working strength of the tiebar in accordance with *" ASTM E 488, "Test Method For Strength of Anchors in Concrete and Masonry Elements". 11. Steel Reinforcement Unless otherwise shown on the plans, steel reinforcing bars as required including the tie bars shall be open-hearth, basic oxygen or electric - furnace new billet steel of Grade 60 (60,000 PSI minimum yield strength) for concrete reinforcement. Bars that require bending shall conform to ASTM A 615, "Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement'' and be Grade 40 (40,000 PSI minimum yield strength). Grade 40 bars (40,000 PSI minimum yield strength) shall be spaced a ly' distance equal to two-thirds (2/3) of the Grade 60 (60,000 PSI minimum yield strength) spacing. High yield reinforcing steel shall be either (1) open-hearth, basic oxygen or electric -furnace new billet steel conforming to the requirements of ASTM A 615, "Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement'', Grade 60 (60,000 PSI minimum yield strength) or (2) rail steel bars for concrete reinforcement, conforming to the requirements of ASTM A 616, "Specification for Rail Steel Deformed and Plain Bars for Concrete Reinforcement'', Grade 60 (60,000 PSI minimum yield strength). [Bars produced by piling method will not be accepted] . Where prefabricated wire mats are specified or permitted, the wire shall be cold worked steel wire conforming to ASTM A 496, "Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement'' except that steel shall be made by open-hearth, electric -furnace, or basic oxygen processes. The prefabricated wire mats shall conform to the requirements of ASTM A 497, "Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement''. Mats that have been bent or wires dislocated or 1: parted during shipping or project handling shall be realigned to within one-half inch (%I') of the original horizontal plane of the mat. Mats with any t V-30 �I portion of the wires out of vertical alignment more than one-half inch N ") after realignment and/or wires dislocated or mutilated so that, in the opinion of the Engineer, they do not represent the original mat, shall be rejected. The mats may be clamped or wired so that the mats will retain the horizontal and vertical alignment as specified by the plans or as -- approved by the Engineer. Deformed wire may be used for tie bars and load transfer bars that require bending. When fabricated steel bars or rod mats are specified, the mats shall conform to ASTM A 184, Standard Specification for Fabricated Deformed Steel Bar Mats "~ for Concrete Reinforcement''. 12. Mechanical Vibratory Equipment All concrete placed for pavement shall be consolidated by mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. The internal type will be used for full- -- depth placement. Vibratory members shall extend across the pavement practically to, but shall not come in contact with the side forms. Mechanically operated vibrators shall be operated in such a manner as to not interfere with the transverse or longitudinal joints. Separate vibratory units shall be operated at sufficiently close intervals to provide uniform vibration and consolidation to the entire width of �- the pavement. The frequency in air of the internal spud type (imersion) vibratory units shall be not less than eight thousand (8,000) cycles per minute and not more than five thousand (5,000) cycles per minute for tube type (surface.) vibratory units and _ the method of operation shall be as directed by the Engineer. The Contractor shall have a satisfactory tachometer available for checking the vibratory elements. The pavement vibrators shall not be used to level or spread the concrete but shall be used only for purposes of consolidation. The vibrators shall not be operated where the surface of the concrete, as spread, is below the elevation of the finished surface of the pavement, except for the first (1st) lift of concrete where the double strike off method of placement is employed.The vibrators shall not be operated for more than five (5) seconds while the V-31 P d ram. .. . machine upon which they are installed still. is standing Approved hand manipulated mechanical vibrators shall be furnished in the number required for provision of proper consolidation of the concrete along forms, at joints and in areas not covered by mechanically controlled vibrators. These vibrators shall be sufficiently rigid to insure control of the operation position of the vibrating head. Complete and satisfactory consolidation of the concrete pavement is a most important requirement of this specification. Cores taken shall be carefully examined for voids, honeycombing or other evidence of incomplete consolidation. If such evidence is present, changes in the consolidation procedures and/or equipment shall be made to insure satisfactory consolidation. 13. Finishing. All concrete pavement shall be finished mechanically With approved power -driven machines, except as herein provided: Hand -finishing shall be permitted on the transition from a crowned section to a superelevated section without crown or curves, and on straight line superelevation sections less than three hundred feet (3001) in length. Hand -finishing will also be permitted on that portion of a widened pavement outside the normal pavement width, on sections where the pavement width is not uniform, or when required monolithic widths are greater than that of available finishing machines. Machine -finishing of pavement shall include the use of power -driven spreaders, power -driven vibrators, power -driven transverse strike -off, and screed, or such alternate equipment as may be substituted and approved by the Engineer. All concrete shall vibrator. As soon between the forms, shall be operated remove all voids. used for areas not vibratory unit. be consolidated by a mechanical as the concretehasbeen spread the approved mechanical vibrator to consolidate the concrete and Hand -manipulated vibrators shall be covered by the mechanical V-32 The transverse finishing machine shall first be operated to compact and finish the pavement to the required section and grade, without surface voids. _ The machine shall be operated over each area as many times and at such.intervals as directed. At least two trips shall be required and the last trip over a given area shall be a continuous run of not less than forty feet (401). After completion of finishing with the transverse finishing machine a transverse drag float may be used. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only and shall be held to a minimum so that water does not collect on the surface. r-. After finishing is complete and the concrete still workable, the surface shall be tested for.trueness with an approved ten feet (101) steel straightedge. ". .The straightedge shall be operated from the side of the pavement, placed parallel to the pavement' centerline and passed across the slab to reveal any .r high spots or depressions. The straightedge shall be advanced along the pavement in successive stages of not more than one-half (M) its length. Practically ti perfect contact of the straightedge with the surface shall be required, and the pavement shall be leveled to this condition, in order to insure conformity with the surface test required below, after the pavement -- has fully hardened. Any correction of the surface required shall be accomplished by adding concrete if required and by operating the longitudinal float over the area. The surface test with the straightedge shall then be repeated. For one (1) lane pavement placement and uniform widening, the equipment for machine -finishing of concrete pavement shall be as directed by the Engineer but shall not exceed the requirements of these specifications. After completion of the straightedge operation, as soon as construction operations permit, texture shall be applied with one -eighth inch (1/811) wide metal _ tines with clear spacing between the tines being not less than one -forth inch MI) nor more than one-half inch MI). If approved by the Engineer, other equipment and methods may be used, provided that a surface texture meeting the specified requirements is --p V-33 obtained. The texture shall be applied transversely. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than sixty one -thousandth inch (0.06011) with a minimum texture depth of fifty one - thousandth inch (0.05011) for any one test when *" tested in accordance with Texas Department of 4 Transportation Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. 14. Proportioning of Concrete Concrete shall be composed of Portland cement, fine aggregate, coarse aggregate, mineral filler and/or admixture if used and water, mixed in proportions as approved by the Engineer in the mix design as submitted by a commercial laboratory and in the manner set forth in this specification. On the basis of job and laboratory investigations of the proposed materials, the Engineer will fix the proportions by weight of water, coarse aggregate, fine aggregate, cement, admixture and mineral filler where required, in order to produce concrete of the specified strength and workability. 15. Concrete Strength (Class A, C, E and F) The concrete mix will be designed so as to produce a minimum twenty-eight (28) days flexural strength of six hundred pounds per square inch (600 psi) and a minimum compressive strength of three thousand pounds per square inch (3000 psi) at seven (7) days and/or twenty-eight (28) days compressive strength of three thousand six hundred pounds per square inch (3,600 psi) as applicable conforming to minimum strengths as t, required on page IV-10 of "Standard Materials of Construction''. The coarse aggregate factor (dry, ' loose volume of coarse aggregate per unit volume of f concrete) shall not exceed eighty-five hundredth (0.85). Unless otherwise shown on the plans the f, concrete shall contain not less than six (6) sacks of cement per cubic yard of concrete. Unless otherwise shown on the plans the water -cement ratio ((net gallons of water per ninety four (94) pound sack of cement)) shall not exceed six (6) gallon/sack. Concrete specimens shall be prepared, cured and tested as outlined in the Texas Department of Transportation Bulletin C-11. Compressive strength N V-34 i tests shall also be tested in accordance with ASTM C 39, "Test Method For Compressive Strength of Cylindrical Concrete Specimens''. Flexural strength tests shall also be tested in accordance with ASTM C 78, "Test Method For Flexural Strength of Concrete Using a Simple Beam With Third Point Loading''. 16. Workability of Concrete Concrete shall be uniformly plastic, cohesive and workable. Workable concrete is defined as concrete which can be placed without honeycombs and without voids in the surface of the 'pavement. Workability shall be obtained without producing a condition such that free water appears on the surface of the slab when being finished as specified. Where water appears on the surface of the concrete after finishing and this condition cannot be corrected by reasonable adjustment in the batch design, the bleeding will be immediately corrected by one of the following measures or a combination of two (2) or more of the following listed measures: a. Redesign of the batch mix b. Addition of mineral filler to fine aggregate C. Increase of cement content In the event that the measures taken do not eliminate the bleeding immediately, concrete placement operations will be suspended, as directed by the Engineer, and shall remain suspended, until such time as additional trial mixes demonstrate that a non - bleeding batch design has been achieved. Failing to achieve a satisfactory laboratory batch design the Contractor shall be required to use different materials and to submit samples thereof for additional trial mixes and pilot beams as specified in the Texas Department of Transportation Bulletin C- 11. The mix will be designed with the intention of producing concrete which will have a slump of one and one-half inches (1%11) when tested in accordance with Texas Department of Transportation Bulletin C- 11. The slump shall not be less than one inch (1 ") nor more than three inches (311). The slump shall be in accordance with ASTM C 143, "Slump of Portland Cement Concrete''. V-35 P5 17. Mix Design Prior to the beginning of the concrete placement, and thereafter before any change in source or characteristics of any of the ingredients except mineral filler, sufficient compression tests using foe various quantities of cement and aggregates proposed for use shall be supplied the Engineer for consideration. Mixes shall be designed and made in sufficient number to represent a wide range of water -cement ratios. These mixes shall comply with the requirements herein prescribed for workability. From these preliminary is tests the water -cement ratio required to produce concrete of the specified strength shall be selected r by the Engineer. The Contractor may at any time present in writing a suggested mix design and the Engineer shall make the tests necessary to determine its acceptability under these specification requirements. E For mixing the concrete to be used in making the preliminary test specimens, the Contractor shall furnish and operate the mixer approved for use on this project. A minimum one (1) cubic yard batch shall be mixed or a batch of sufficient size to afford proper mixing, whichever is the greater. In t lieu of the above mixer and procedure, the Contractor may furnish a portable mixer of sufficient rated *` capacity to mix a minimum three (3) sack batch; in which case, the batch mixed for the preliminary test shall not be less than the rated capacity of the mixer furnished. No additional compensation will be allowed for equipment, materials or labor involved in. making preliminary test specimens. After the mix proportions and water -cement ratio required to produce concrete of the specified strength have been determined, placing of the concrete may be started. Type I and Type IA cement shall have a specified surface area within a range of one thousand six hundred (1,600) square centimeters per gram to one thousand nine hundred (1,900) square centimeters per gram. A change in the specific surface of the cement of more than one hundred (100) square centimeters per gram may require a new mix design. I a 4 h V-36 k w ; 18. Subgrade and Forms Preparation of Subgrade. Rolling and sprinkling shall be performed when and to the extent directed, and the roadbed shall be completed to or above the plane of the typical sections shown on the plans and the lines and grades established by the Engineer. Drainage of the roadbed shall be maintained at all times. Sealed or treated subgrade'cut in the preparation of the subgrade or setting of pavement forms shall be resealed or�the subgrade restored to the original conditions as directed by the Engineer.The subgrade shall conform to Section 5.2.A.(2) of these specifications. The subgrade shall be maintained in'a smooth, compacted condition in conformity with the required section and established grade until the pavement is placed and shall be kept thoroughly wetted down sufficiently in advance of placing any pavement to insure its being in a firm and moist condition for at least two inches (211) below the prepared surface. Sufficient subgrade shall always be prepared in advance to insure satisfactory prosecution of the -- work. No equipment or hauling shall be permitted on the prepared subgrade, except by special permission of the Engineer, which will be granted only in _ exceptional cases and only where suitable protection in the form of two (2) ply timber mats or other approved material is provided. 19. Placing and Removing Forms The subgrade under the forms shall be firm and cut true to grade so that each form section when placed _ will be firmly in contact for its whole length and base width, and exactly at the established grade. Forms shall be staked with at least three (3) pins for each 10 feet (101) section. A pin shall be placed at each side of every joint. Form sections shall be tightly joined and keyed to prevent relative displacement. Forms shall be cleaned and oiled each _. time they are used. Forms shall be set for a sufficient distance in advance of the point where concrete is being placed to permit a finished and approved subgrade length of not less than three hundred feet (3001) feet ahead of the mixing. Conformity of the grade and alignment of V-37 forms shall be checked immediately prior to placing concrete, and all necessary corrections made by the Contractor. Where any forms have been disturbed or any subgrade becomes unstable, the forms shall be reset and rechecked. In exceptional cases, the Engineer may require stakes driven to the grade of the bottom of the forms. Sufficient stability of the forms to support the equipment operated thereon and to withstand its vibration without springing or settlement shall be required. If forms settle and/or deflect more than one -eighth inch (1/811) under finishing operations, paving operations shall be stopped and the forms shall be reset to line and r grade. Forms shall remain in place for not less than twelve (12) hours after concrete curb and gutter has been placed. Forms shall remain in place for not less than thirty six (36) hours after structural concrete has been poured. The forms shall remain in place until removal is approved by the Engineer. They shall be carefully removed in such a manner that little or no damage will be done to the edge of the pavement. Any damage resulting from this operation shall be immediately repaired. After the forms have been removed, the ends of all joints shall be cleaned, and any honeycombed areas pointed up with approved mortar. Immediately after pointing is completed, the form trench, if used, shall be filled with earth from the shoulders in such a manner as to shed water from rainfall or curing away from the edge of the pavement. On completion of the required curing, the subgrade or shoulders adjacent to the pavement shall be graded in a condition to maintain drainage. Allowable grade revisions shall in no way affect the governing finishing and surface requirements of the completed pavement. All grade revisions shall be established by the j� Engineer. No additional payment over the contract unit price -' will be made for any pavement of a thickness k exceeding -that required on the plans as a result of adjustment of the forms. f,, V-38 K. Concrete Mixing and Placing.. 1. Mixing . The aggregates, mineral filler if required, cement and water shall be measured separately, introduced into the mixer, and mixed for a period of not less than fifty (50) seconds nor more than ninety (90) seconds, measured from the time the last aggregate enters the drum to the time discharge of the concrete begins. The required water shall be introduced into the mixing drum during the first fifteen (15) seconds of mixing. The entire contents of the drum shall be discharged before any materials of the succeeding batch are introduced. The Engineer may increase the minimum mixing time to that necessary to produce thoroughly mixed concrete based on inspection or appropriate uniformity tests. The mixing time may be varied at any time necessary to produce acceptable concrete. If Ready=Mix concrete is used, the concrete shall be discharged into the specified hauling equipment and delivered to the road site. If truck agitators are used, the concrete shall be continuously agitated at a rate of not less than one revolution per minute (1 rpm) nor more than six revolutions per minute (6 rpm's) as directed by the Engineer. The initial batch of concrete mixed after each time the mixer is washed out shall be enriched by additional mortar. The additional mortar shall consist of one (1) part of cement and three (3) parts of sand. 2. Placing Any concrete not placed as herein prescribed within thirty (30) minutes after mixing shall be rejected and disposed of as directed except as provided otherwise herein. Except by specific written authorization of the Engineer, concrete shall not be placed when the temperature is below 35OF (20 C), the temperature being taken by the Engineer in the shade and away from artificial heat. The temperature measured by the Engineer shall be the final word. All concrete shall be placed during daylight unless otherwise approved. V-39 i' Troughs, pipes, and chutes shall be used as an aid in l placing concrete when needed. Dropping the concrete distance of more than five feet (51) or depositing a large amount at one location shall not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water. Concrete shall be placed upon properly consolidated soil. The Contractor shall furnish an approved enclosure, when requested by the Engineer, such as canvas - covered framework, to enclose and protect all pavement so placed, and shall maintain the temperature of the air surrounding the concrete at not less than 50OF (100 C) for not less than five (5) days. When concrete is being placed in cold -weather, other than under the conditions stated above, the Contractor shall have available a sufficient supply of an approved covering material to immediately protect the concrete if the air temperature falls to 320F (00 C), or below, before the concrete has been placed for four (4) hours. Such protection shall remain in place during the period the temperature continues below 320F (00 C) or for a period of not more than five (5) days. Neither salt nor other chemical admixtures shall be added to the concrete to prevent freezing. The Contractor shall be responsible for the quality and strength of the concrete under cold weather conditions and any concrete damage by freezing shall be removed and replaced at his expense. Concrete shall not be placed before sunrise and shall not be placed later than will permit the finishing of the pavement during sufficient natural light. �.. Concrete shall be or sub -base, and the full width of monolithically. j'r frozen subgrade o } deposited on the as to require as hand spreading is is distributed to th The use of rakes 091, not be permitted earth or foreign The placing of co continuous. placed only on an approved subgrade unless otherwise indicated on plans, the pavement shall be constructed No concrete shall be deposited on r sub -base. The concrete shall be subgrade or sub -base in such manner little rehandling as possible. Where necessary, concrete shall be e required depth by use of shovels. will not be permitted. Workmen will to walk in the concrete with any material on their boots or shoes. ncrete shall be rapid and Concrete shall be distributed consolidated and finished, the required by the plans will be to such depth that when slab thickness obtained at all points I V-40 and the surface shall not, at any point, be below the established grade. Special care shall be exercised in placing and spreading concrete against forms and at _ all joints to prevent the forming of honeycombs and voids. If in the opinion of the Engineer, the temperature, wind and/or humidity conditions are such that the quality of the concrete will not be adversely affected, the specified placing time may be extended to a maximum of forty five (45) minutes. Retempering concrete by adding water or by other means shall not be permitted. Concrete that is unsuitable for placement as delivered shall be rejected and removed from the jobsite at the Contractor's expense. 3. Steel Reinforcement All reinforcing steel shall conform to ASTM A 82, "Standard Specification for Steel Wire, Plain, for Concrete Reinforcement''. Steel wire fabric reinforcement shall also conform to ASTM A 185, "Standard Specification For Steel Welded Wire Fabric, Plain, for Concrete Reinforcement'', ASTM A 496, "Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement'' and ASTM A 497, "Steel Welded Wire Fabric, Deformed for Concrete Reinforcement''. All reinforcing steel, including steel wire fabric -- reinforcement, tie bars, and dowel bars shall be accurately placed and secured in position in accordance with specifications and with details shown _ on the plans Reinforcement shall be supported by approved metal chairs — Reinforcing bars shall be securely tied together with wire at alternate intersections, following a pattern — approved by the Engineer, and at all splices, and shall be securely tied with wire to each dowel intersected. When wire fabric is used, it shall be securely tied with wire together at all splices and to each dowel intersected. The minimum length of overlap for wire fabric shall be twelve inches (1211). Every other wire of the fabric shall be tied securely with the wire ties. Tie bars shall be installed in the required position by the method and V-41 L: device shown on the plans or by approved method and device equivalent thereto. Wire intended for welded fabric shall be sufficiently free of rust and drawing lubricant so as not to interfere with electric resistance welding. Rust, surface seams, or surface irregularities will not be cause for rejection provided the minimum dimensions, cross -sectional area and tensile properties of a hand wire -brushed test specimen are not less than the requirements of ASTM A 497, "Standard Specification for Wire Fabric, Deformed, For Concrete Reinforcement''. Tightly adhered scale or rust which resists removal by vigorous wire brushing need not be removed except that excessive loss of section to the reinforcement due to rust shall be cause for rejection. Excessive loss of section shall be defined as loss of section to the extent that the reinforcement will no longer meet the physical requirements for the size and grade of steel specified. The presence of broken welds shall not constitute cause for rejection unless the number of broken welds per sheet exceeds one percent (it) of the total number of joints in a sheet, or if the material is furnished in rolls, one percent (it) of the total number of joints in one hundred and fifty square feet (150 ft.2) of fabric and, furthermore provided not more than one half (M) of the permissible maximum number of broken welds are located on any one wire. Where plans require an assembly of parts at pavement joints, the assembly shall be completed, placed at the required location and elevation, and all parts rigidly secured in the required position by the method and devices shown on plans. Dowel bars shall be accurately installed in joint assemblies in accordance with plans, each parallel to the pavement surface and to the center line of the pavement, and shall be rigidly secured in required position by such means (as shown on plans) that will prevent their displacement during placing and finishing of the concrete. ON A MONOLITHIC "POUR" ONLY ONE CLASS OF CONCRETE SHALL BE USED. }„ V-42 4. Curing a. Moist curing Moist curing shall be accomplished by a covering of burlap or other approved fabric mat used singly or in combination. Curing mats shall be thoroughly wet when applied and kept continously wet and in intimate contact with the concrete surface for the duration of the moist curing period. If allowed to dry, they will _. remove moisture from the concrete surface. The burlap or fabric mats shall be lapped a minimum of eighteen inches (1811) at joints to prevent drying between adjacent sheets. b. Waterproof Paper or White Polyethylene Waterproof paper or white polyethelene shall be lapped a minimum of eighteen inches (1811). The paper or polyethylene shall be adequately weighted to prevent displacement or billowing due to the wind. Tears or holes appearing in the paper or polyethylene during the curing period shall be immediately repaired to " air tightness'' by the Contractor at no expense to the City. c. Membrane curing This method of curing shall be applied behind the final finishing operation after all free water has -` disappeared from the surface. Complete and uniform coverage at the rate of one hundred and fifty square feet (150 ft.2) of concrete per gallon of compound shall be required, unless the maufacturer recommends a different rate. The compound shall be white in color to reflect the sun. The compound shall be kept agitated to keep the pigment from settling. The compound shall be applied to the concrete edges immediately after the forms are removed. Membrane curing shall not be permitted on concrete pavement which will be exposed to deicing chemicals within thirty (30) days after completion of the curing period. 5. Joints When the placing of concrete is stopped, a bulkhead of sufficient cross sectional area to prevent V-43 F deflection, accurately notched to receive the load transmission devices, or dowels if required, and shaped accurately to the cross section of the pavement shall be provided and installed as a back-up for the joint filler and rigidly secured in the required position to permit accurate finishing of the r" concrete up to the joint. After the concrete has been finished to the joint, formation of the joint seal reservior and finishing of the joint shall be executed. The back-up bulkhead shall remain in place until immediately prior to the time when concrete placing is resumed, when it shall be carefully removed in such manner that no element of the joint assembly will be disturbed. The exposed portion of the joint assembly shall be free of adherent concrete, dirt or other material at the time the placing of concrete is resumed. If necessary for proper installation of the joint sealant, excessive spalling of the joint reservior shall be repaired to the satisfaction of the Engineer in the manner which the Engineer prescribes. Careful workmanship shall be exercised in the construction of all joints to insure that the concrete sections are completely separated by an open joint or by the joint materials and to insure that the joints will be true to the outline indicated on the plans. Joints are to be sawed as shown on the plans and sealed with an approved joint sealing material before the pavement is opened to any traffic (including construction traffic) and as soon after the completion of the curing period as is feasible. Just prior to sealing, each joint shall be cleaned of all foreign material. A. Transverse Contraction Joints These joints shall consist of planes of weakness created by forming or cutting grooves in the surface of the pavement perpendicular to the centerline and parallel to the surface at locations as shown on the plans. The depth of the joint shall be at least one fourth 00 of the depth of the slab. Dowels shall be used as shown on the plans. Formed grooves shall be made by depressing an approved tool (insert) or device into the plastic concrete. The tool (insert) or device shall remain in place until the concrete has attained its initial set t t - V-44 and shall then be removed without disturbing adjacent concrete. Sawed joints shall be as specified on the plans or as directed by the Engineer. Sawing of joints shall begin as soon as the concrete has hardened sufficiently to permit sawing with a minimum of raveling or aggregate pullouts. All joints shall be sawed in succession if possible. All joints shall be completed before uncontrolled shrinkage cracking occurs. Where sawed joints are used, contraction joints shall be placed as shown on the plans and shall be sawed as soon as sawing can be accomplished without damage to the pavement and before twelve (12) hours after the concrete has been placed; the exact time to be approved by the Engineer. The remaining contraction joints shall be sawed in a uniform pattern as directed by the Engineer, and they shall be completed before uncontrolled cracking of the pavement takes place. All joints shall be completed before permitting any traffic to use the pavement including Contractor traffic. The saw shall be power driven, shall be manufactured especially for the purpose of sawing concrete, and shall be capable of performing the work. Saw blades shall be designed to make a clean smooth cut having a width and depth of cut as'detailed on the plans. Tracks adequately anchored, chalk, string line or other approved methods shall be used to provide true alignment of the joints. The concrete saw shall be maintained in good operating condition and the Contractor shall keep a stand-by power saw with extra saw blades on the project at all times when concrete operations are under way. If membrane curing is used, the portion of the seal which has been disturbed by sawing operations shall be restored by the Contractor by spraying the area with additional curing seal. Transverse contraction joints shall not be carried through the curb and gutter sections. B. Transverse Construction Joints These joints shall be of the type shown on the plans, shall be placed perpendicular to the centerline and shall be used when the placing of concrete is suspended for thirty (30) minutes or more. Planned construction joints shall be placed at normal joint locations. These joints shall be butt type joints with dowels. If the emergency construction joint V-45 r a occurs at or near the planned joint, a butt type joint with dowels shall be used. If an emergency construction joint occurs in the middle third of the normal joint interval, a keyed joint with tiebars shall be used. The tiebars shall measure %11 diameter X 2411 length for 611 or 811 concrete slabs and 5/8 " *" diameter X 30" length for a 10" concrete slab. C. Transverse Expansion/Isolation Joints This type of joint shall be located as shown on the plans at fixed objects and unsymmetrical intersections. D. Longitudinal Contraction Joints This type of joint shall be located as shown on the plans. These joints shall be saw cut to a depth of one-fourth (1,4) the thickness of the slab plus one- half inch N'' ) . Longitudinal joints shall be sawed within twelve (12) hours after construction of the pavement. Sawing shall not cause damage to the pavement and the grooves shall be cut with a minimum of spalling. No traffic (including construction traffic) shall be permitted on the pavement until the longitudinal t- joints have been cut and sealed. E. Longitudinal Construction Joints This type of joint shall be of the type shown on the plans and located as shown on the plans. Longitudinal joints shall be sawed within twelve (12) hours after construction of the pavement. Sawing shall not cause damage to the pavement and the grooves shall be cut with a minimum of spalling. No traffic (including construction traffic) shall be permitted on the pavement until the longitudinal joints are cut and sealed. 6. Joint Sealants After the joints in the hardened concrete have been r- repaired (if necessary) and cleaned to the r i. V-46 s� satisfaction of the Engineer, the joints shall be filled with W.R. Meadows " GARDOX',', Dow Corning "888" , Dow Corning "890 SL'' or approved equivalent. Immediately prior to sealing, all joints shall be thoroughly cleaned of all foreign material, including membrane curing compound, and joint faces shall be clean and surface dry when the sealant material is applied. The joints are to be sealed before the pavement is opened to traffic and as soon after completion of the curing period as is feasible unless approved by the Engineer. After the sealant is installed it shall effectively seal the joints against water, dirt and stones throughout repeated cycles of expansion and contraction. Hot applied sealant shall be stirred during heating to prevent localized overheating. The sealant shall be applied in accordance with manufacturers reccomended suggestions. The joints shall be filled by inserting the nozzle to the bottom of the joint or backer rod as applicable so the sealant will not settle. The joint filling shall be done without spilling material on the exposed surfaces of the concrete. Any excess material on the surface of the concrete shall be removed immediately and the pavement surface cleaned. The use of sand or similiar material to cover the seal shall not be permitted. Joint sealing material shall not be placed when the ambient temperature in the shade is less than 50OF (100C), unless approved by the Engineer. 7. Backer Rod The backer rod diameter shall be twenty five percent (2511) greater than the reservior width. The backer rod material shall be made of polyetrhylene foam, crosslinked polyethylene foam, polyurethane foam or other material as suggested by the manufacturer. The material shall not be water absorbent and shall be compatible with the application temperature of the sealant. 8. Expansion Joint Material Premolded expansion joint materials, shall extend to the full depth of the shall be anchored to the concrete on wherever used, concrete and >ne side of the V-47 s joint by means of copper wire or nails not lighter than No. 12 B&S gage. Such anchorage shall be sufficient to overcome the tendency of the material to fall out of the joint. Bituminous premolded expansion joint material shall conform to Item No. 433.2 (5) (c) of the Texas Department of Transportation Standard Construction Specifications and conform to ASTM D 1751, "Standard Specification For Preformed Expansion Joint Filler For Concrete''. Expansion joints shall be placed as shown on the plans or as directed by the Engineer. 9. Spreading and Finishing r.., All concrete pavement shall be consolidated by a mechanical vibrator. As soon as the concrete has been spread between the forms, the approved mechanical vibrator shall.be operated to consolidate the concrete and remove all voids. Hand manipulated vibrators shall be used for areas not covered by the mechanical vibratory unit. The vibrator used shall not be operated in any one location for more than fifteen (15) seconds. After finishing is completed and the concrete still workable, the surface shall be tested for trueness with an approved ten feet (101) steel straightedge. The straightedge shall be operated from the side of the pavement, placed parallel to the pavement centering and passed across the slab to reveal any high spots or depressions. The straightedge shall be advanced along the pavement in successive stages of not more than one-half (%) of its length per movement . Practically perfect contact of the straightedge with the surface shall be required, and the pavement shall be leveled to this condition, in order to insure conformity with the surface test required after the pavement has fully hardened. Any correction of the surface required shall be accomplished by adding concrete if required and by operating the longitudinal float over the area. The surface test with the straightedge shall then be repeated. Extra water will not be added for finishing. After completion of the straightedge operation, the e" first pass of the burlap drag shall be made as soon as construction operations permit and before the water sheen has disappeared from the surface. This shall be followed by as many passes as required to V - 48 i produce the desired texture depth. There shall be no unnecessary delays between passes. The drag shall be wet during use and maintained clean and free from encrusted mortar. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than twenty-five thousandths inch (0.02511) with a minimum texture depth of twenty thousandths inch (0.02011) for any one test. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. The Contractor shall have available at all times hand brooms with stiff bristles for the purpose of providing textures when the pavement surface is in such a condition that the burlap drag or other methods being employed will not provide the desired texture. After completion of dragging and about the time the concrete becomes hard; the edge of the slab and joints shall be carefully finished as directed by the Engineer, and the pavement shall be left smooth and true to line. 10. Tolerance in Pavement Thickness The thickness of the pavement shall be determined by average caliper measurements of cores tested in accordance with ASTM C 174, "Test Method For Measuring Length of Drilled Concrete Cores''. Pavement thickness shall be not less than the specified minimum thickness. When the measurement of any core is less than the specified minimum thickness, the actual thickness of the pavement in this area shall be detemined by taking additional cores at not less than ten feet (101) intervals parallel to the centerline in each direction from the affected location untila core is - found which is not deficient. Areas found deficient in thickness by the City Testing Laboratory shall be removed by the Contractor. The cores shall be replaced with the same material of the minimum compacted thickness specified at no cost to the Owner. The amount and location of the cores shall be determined at the discretion of the Engineer. V-49 r 8 l 11. Protection of Pavement and Opening to Traffic The Contractor shall erect and maintain the barricades and other signalization required by the plans and such other standard and approved traffic control devices as will exclude public traffic and traffic of his employees and agents from the newly placed pavement for the periods of time and at locations hereinafter prescribed by the Engineer. Portions of the roadway, or crossings of the roadbed required to be maintained open for use by traffic, shall not be obstructed by the above required barricades and other signalization. The pavement shall be closed to all traffic, including Contractor vehicles, until the concrete is at least fourteen (14) days old if normal Type I or Type II portland cement concrete is used. The pavement shall be closed to all traffic, including Contractor vehicles, until the concrete is seven (7) days old if a "Fast Track'' concrete or other fast setting concrete is used. This period of closure to all traffic may be extended if, in the opinion of the Engineer, weather or other conditions make it advisable to provide an extension of the time of protection. At the end of the seven (7) days period or fourteen (14) days period depending on the type of concrete used as provided in the paragraph above, and as long thereafter as ordered by the Engineer, and if so desired by the Contractor, the pavement may be opened for use by Contractor vehicles provided the gross weight (vehicle weight plus load) of such vehicles does not exceed fourteen thousand pounds (14,000#). Such opening, however shall in no manner relieve the Contractor from his responsibilities for the work. On those sections of the pavement thus opened to traffic, all joints shall first be sealed, the pavement cleaned, earth backfill placed against the pavement edges and the joint work approved by the Engineer before permitting vehicles thereon. After the concrete in any section is four (4) days or �.., fourteen (14) days old as in the concrete Type listed above, or as long thereafter as ordered by the Engineer, such section of pavement may be opened to all traffic as required by the plans or when so T" directed by the Engineer. On those sections of the '. pavement thus opened to traffic, all joints shall first be sealed, the pavement cleaned, earth placed against the pavement edges:, temporary transition �., v-50 f pavement and all other work performed as required for the safety of traffic. When High Early Strength Concrete, resulting from the use of Type III or Type IIIA cement as required by plans or special provisions, is used, the pavement may be opened to all traffic after the concrete is seven (7) days old, or as long thereafter as ordered by the Engineer, subject to the'same provisions governing the opening after fourteen (14) days for normal Type I and Type II concrete as above prescribed. Where the Contractor desires to move any equipment not licensed for operating on public streets, on or across any pavement opened to traffic, he shall protect the pavement from all damage by means of two- ply timber mats of two inch (2") stock or runways of heavier material laid on a layer of earth, all as approved by the Engineer. The Engineer may require the opening of the pavement to traffic prior to the minimum time specified above under conditions of emergency which in his opinion require such action to be in the interest of the public. In no case shall the Engineer order opening of the pavement to traffic within less than seventy- two (72) hours after the last concrete in the section is placed. The Contractor shall remove all obstructing materials, place earth against the _ pavement edges and perform all other work involved in providing for the safety of traffic as required by the Engineer in ordering an emergency opening. Orders for an emergency opening of the pavement to traffic will be issued by the Engineer in writing. 5.3. EARTH WORK A. Subgrade Preparation for curb and gutter, street paving (asphalt and concrete),alley returns, alley paving, valley gutters, other miscellaneous structures, drainage ditches and borrow ditches. Description Subgrade preparation shall include the removal, hauling and disposal of flexible paving materials, other obstructions shown on the plans or as V-51 r designated by the Engineer and all scarifying, pulverizing, wetting, disking, blading and rolling with compactors to a depth of at least six inches (611) below subgrade elevation on residential streets and to a depth of at least twelve inches (1211) below subgrade elevation on major thoroughfares and collector streets. Mechanical compactors will be used p from the bottom to the finished subgrade elevation to compact the subgrade to ninety five percent (95t) Standard Proctor Density on residential streets according to ASTM D 698, "Test Method For Laboratory l' Compaction Characteristics Of Soil Using Standard Effort'' in conformity to the line, grade and sections as shown on the plans or as established by the Engineer. Mechanical compactors will be used from the bottom to the finished subgrade elevation to r� compact the subgrade to one hundred percent (100t) Standard Proctor Density on thoroughfare streets ` according to ASTM D 698, "Test Method For Laboratory Compaction Characteristics Of Soil Using Standard Effort''. 1. Excavation When borrow sources are outside the project boundaries, it shall be the Contractor's responsibility to locate and obtain the supply, subject to the Engineer's approval. The Contractor shall notify the Engineer, at least fifteen (15) days t prior to beginning the excavation, so necessary tests and measurements can be made. All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened to,expose the vertical faces .of various strata of acceptable material to r. enable the obtaining of a uniform product. Borrow pits shall be drained and left in a neat presentable condition with all slopes dressed uniformly. Any buildings and miscellaneous structures that are to be removed shall be demolished or removed from the project site. All materials therefrom shall be (- removed from the project site and disposed, of by the Contractor. The remaining.or existing foundations, wells, cesspools, storm sewer inlet boxes, exposed pipelines and all like structures shall be removed to a depth of at least two feet (21) below the surrounding ground elevation outside the proposed pavement boundaries and at least three feet (31) below the finished pavement grades in the proposed pavement areas. The holes or depressions shall be backfilled with acceptable material and properly r compacted. v- 52 No compaction shall be required on the top four inches (4 ") of the fill material outside the proposed pavement areas. In -Place field densities shall be determined in accordance with ASTM D 2167, "Standard Test Method For Density and Unit Weight of Soil In -Place by the Rubber Baloon Method'' or ASTM D 2922, "Standard Test Method For Density of Soil and Soil Aggregate In —Place by Nuclear Methods (Shallow Depth)". After the obstructions have been removed, or in conjunction with such removal, the street bed and/or alley return foundation and/or sidewalk foundation shall be excavated and shaped in conformity with the typical section and to the line and grades as shown on the plans or as established by the Engineer. All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with approved material. The excavation shall be done in such a manner as to require a minimum of fill to bring the subgrade to the correct elevation. When the subgrade is too low as initially excavated, the Contractor shall place additional soil or caliche in layers not exceeding four inches (4 ") compacted thickness and compact each layer by wetting, disking, blading and rolling. 2. Drainage Drainage excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet, for temporary levee construction; or for any other type as designed or as shown. The work shall be performed in the proper sequence with the other construction. All material shall be disposed of as directed. Intercepting ditches shall be constructed prior to starting adjacent construction operations. All necessary work shall be performed to the correct line, grade, elevation and cross section. The Contractor shall maintain ditches constructed on the project to the required cross section and elevation and shall keep them free of debris or obstructions until such time as the project is accepted. V-53 F3. Scraper Work The utilization of a scraper for excavation and shaping of subgrade and base is permitted with exceptions which are determined by depths of utility lines. Unless otherwise specified by the Engineer, ` the scraper shall not exceed twenty three (23) cubic } yards capacity as rated loaded flush by the manufacturer. 4. Compaction Subgrade shall be compacted to appropriate Standard Proctor Density according to ASTM D 698, "Standard Test Methods for Moisture -Density Relations of Soil and Soil -Aggregate Mixtures Using 5.5-lb. Rammer and 12-in. Drop'' for all improvements except thoroughfare and collector street paving. Subgrade shall be compacted to one hundred percent (100°s) Standard Proctor Density according to ASTM D 698, "Standard Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb. Rammer'and 12-in. Drop '' for thoroughfare and collector street paving. Density tests conforming to ASTM D 2922, "Standard Test Methods For Density Of Soil and Soil -Aggregate In Place By Nuclear Methods'' will be performed by City Inspectors and test rolling will be observed by City inspectors. Swelling subgrades (soils with plasticity indexes of 15 or more) shall be sprinkled as required to provide not less than optimum moisture during compaction. Other subgrade soils will be compacted at a moisture content of plus or minus two percent (2t) from optimum moisture or other moisture content directed by the Engineer. Test rolling will be accomplished with a twenty-five (25) ton pneumatic tire roller or other pneumatic tire roller approved by the Engineer. The Engineer may require up to six (6) passes of the roller in determining the condition of the subgrade. Any soft or unstable areas found by test rolling will be corrected by removing the soft or unstable material and replacing it with suitable material compacted to specified density. The areas so corrected shall be test rolled as specified above. 7 V-54 5. Soil Stabilization Properties of the subgrade may be modified by adding portland cement, fly ash or lime to the soil as approved by the Engineer. Prior to treating, the subgrade shall be shaped to conform to the typical sections and elevations shown on the plans or established by the Engineer. The subgrade sections may be constructed at a slightly lower elevation as determined by the Engineer to account for "fluff'' rising caused by addition of the additive. The completed course shall be uniformly treated, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth and shall have a smooth surface. The completed course shall be shaped to conform to the typical sections and elevations shown on the plans or established by the Engineer. The treated material shall be sprinkled and rolled as directed by the Engineer. All irregularities, depressions or weak spots which develop shall be corrected immediately by scarifying the areas affected, adding or removing treated areas as required, reshaping and recompacting at the Contractor's expense. A. Soil -Cement Treatment (Road Mixed) This item shall govern treating subgrade by the addition of portland cement, road mixing and compacting the treated material. All materials, methods, equipment, etc. of this operation shall meet the requirements of Texas Department of Transportation Standard Construction Specifications, Item 275, "Portland Cement Treated Materials''. B. Fly Ash Treatment (Road Mixed) This item shall govern treating subgrade by the addition of fly ash, road mixing and compacting the treated material. Fly Ash may be either Type A or B and shall meet the requirements of the TXDOT "Departmental Materials Specification: D-9-8900, Fly Ash''. C. Lime Treatment (Road Mixed) V-55 I r F This item shall govern treating subgrade by the addition of lime, road mixing and compacting the treated material. All materials, methods, equipment, etc. of this operation shall meet the requirements of Texas Department of Transportation Standard. Construction Specifications, Item 260, "Lime Treatment For Materials Used As Subgrade ". 6. Street Intersections 7. Special care shall be exercised in grading street intersections where asphalt dips or concrete valle gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than six inches (611) or nine inches (911) as specified. The crown section shall begin to decrease fifty feet (501) beyond the nearest end of the radii on residential streets. The reduced crown shall be sh on the plans. Wider street dip sections shall be blue topped as shown on the detail sheet. Prosecution of the Work The Contractor may on any.schedule he hindered by factors seven (7) calendar subgrade preparatio compacting of the b taken by the contra impassable during t 8. Excess Materials proceed with may select e beyond his days shall e n is begun a ase has star ctor not to he night hou y own subgrade preparation xcept that, unless control, not more than lapse between the time nd the spreading and ted. Measures shall be• leave driveways rs. Materials excavated in excess of that needed in fill and backfill behind the curb shall be wasted by the Contractor. The Contractor shall use only topsoil to backfill behind the curbs. The backfill shall be at a maximum slope of 1:4 unless approved by the Engineer. The Contractor may dispose of the surplus excavated material in any manner not objectionable to the public, and it is the Contractor's responsibility to locate a suitable site for dumping the waste excavation. In any event, the Contractor shall not dispose of the surplus materials in any of the lake I V-56 areas either outside or within the city limits. Location of disposal sites near any lake area or flood hazard area must be approved by the Engineer. 9. Subgrade for Alley Paving The preparation of the subgrade for concrete alley paving shall be done in the same manner as other subgrade excavation which requires scarifying, wetting, disking, blading', rolling, and compacting. The Contractor shall be required to excavate around existing improvements such as gas meters, water meters, poles, etc. Each of these obstructions shall be the responsibility of the Contractor. Trees that conflict with the improvements shall be removed by the Contractor upon approval of the Engineer. The Contractor shall shape the subgrade to the cross - sections shown on the plans and to the lines and grades established by the Engineer. After the forms are set and before the reinforcing is placed, the Contractor shall finally shape the subgrade so that there will be a thickness of concrete of five inches (511) at the centerline and seven and one-half inches (7-1/211) at the outside edges. All areas where fill material is required shall be compacted. The subgrade shall be wetted and rolled to secure ninety percent (90%) Standard Proctor Density in accordance with ASTM D 698, "Test Method For Laboratory Compaction Characterisics Of Soil Using Standard Effort'' in the upper six inches'(6") making 'a firm foundation for the alley paving. The Contractor shall be required to shape the portion of the alley from the edge of the concrete slab to the property line so that all drainage in the alley will be to the invert of the concrete slab. Excess excavated materials shall be disposed of at any approved location. B. Embankment Description Prior to placing any embankment, all "Preparing Right -Of -Way" and/or "Clearing and Grubbing" operations shall have been completed on the excavation sources and areas over which the embankment is to be placed. Stump holes or other small excavations in the limits of the embankment shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed loosened ground, or V-57 r i surface roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods and where indicated on the plans or required by the Engineer, the ground surface thus prepared shall be compacted by sprinkling and rolling. Where embankments are to be placed adjacent to or over existing roadbeds, the roadbed slopes shall be plowed or scarified to a depth of not less than six inches (611) and the embankment built up in successive layers, as hereinafter specified, to the level of the old roadbed before its height is increased. Then, if directed, the top of the roadbed shall be scarified and recompacted with the next layer of the new embankment. The total depth of the scarified and added material shall not exceed the permissible depth of the layer. Trees, stumps, roots, vegetation, any organic material or other unsuitable materials shall not be placed in the embankment. Except as otherwise required by the plans, all embankments shall be constructed in layers approximately parallel to the finished grade of the roadbed and unless otherwise specified each layer shall be so constructed as to provide a uniform slope ` of one-fourth inch (W11) per foot from the center line of the roadbed to the outside. Embankments shall be constructed to the grade established by the Engineer and completed embankments shall correspond to the general shape of the typical sections shown on the plans and each section of the embankment shall correspond to the detailed section or slopes established by the Engineer. After completion of the roadway, it shall be continuously maintained to its finished section and grade until the project is accepted. Except as otherwise specified, earth embankments shall be constructed in successive layers for the full width of the individual roadway cross section and in such lengths as are best suited to the sprinkling and compaction methods utilized. Layers of embankment may be formed by utilizing equipment which will spread the material as it is dumped, or they may be formed by being spread by blading or other acceptable methods from piles or windrows dumped from excavating or hauling equipment in such amounts that material is evenly distributed. V-58 1. Minor quantities of rock encountered in constructing earth embankment shall be incorporated in the specified embankment layers, or may be placed in accordance with the requirements for the construction of rock embankments in the deeper fills within the limits of haul shown on the plans, provided such placement of rock is not immediately adjacent to structures. Stones or fragmentary rock larger than four inches (411) in their greatest dimensions shall not be allowed in the top six inches (6 ") of the subgrade. Rock may be placed in the portions of embankments outside the limits of the completed roadbed width where the size of the rock prohibits their incorporation in the normal embankment layers. Rock or boulders shall not be disposed of outside the embankment areas, except as approved by the Engineer. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be featheredged for at least one hundred feet (1001) or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, disking, or similar methods to create a uniform material or create a uniform density in each layer. Water required for sprinkling to bring the material to the moisture content necessary for maximum compaction shall be evenly applied and it shall be the responsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. In order to facilitate uniform wetting of the embankment material, the Contractor shall water at the material source if the sequence and methods used are such as not to cause an undue waste of water. Such procedure shall be subject to the approval of the Engineer. Compaction The compaction method shall require that each layer shall be compacted to the required density by any method, type, and size of equipment which will give V-59 r the required compaction. The depth of layers, prior to compaction, shall depend upon the type of sprinkling and compaction equipment used. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select. material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the plans. The required compaction shall be ninety five percent (95%) Standard Proctor Density conforming,to ASTM D 698, ','Standard . Test Method For Laboratory Compaction Using Standard Effort''. After each section of earth embankment or select material is complete, tests as necessary will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method may be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. At any time, the Engineer may order proof rolling to test the uniformity of compaction of the embankment subgrade. All irregularities, depressions, weak or soft areas which develop shall be corrected immediately by the Contractor. Should the subgrade, due to any reason or cause, lose required stability, density, or finish before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing, or covering with a subsequent layer of granular material. Excessive loss of moisture shall be construed to exist when the subgrade soil moisture content is more than four percent (4t) below the optimum for compaction to Standard Proctor Density conforming to ASTM D 698, "Standard Test Method For Laboratory Compaction Using Standard Effort''. At Culverts: Embankments adjacent to culverts compacted by use of the blading used in compacting the adjoining V-60 r which cannot be and rolling equipment sections of embankment shall be compacted in the manner - prescribed below. The following requirements shall apply to the backfilling of pipe culverts in addition to the pertinent portions of the general requirements given in the preceding section. After the bedding has been prepared and the pipe installed as required by the pertinent specifications, selected materials from excavation or borrow shall be placed along both sides of the pipe equally, in uniform layers not to exceed six inches (611) in depth (loose measurement), wetted and thoroughly compacted so that on each side of the pipe there shall be a berm of thoroughly compacted materials at least as wide as the external diameter of the pipe, except insofar as undisturbed material obtrudes into this area. The method and degree of compaction shall be the same as specified above. Filling and/or backfilling shall be continued in this manner to the elevation of the top of the pipe. Special care shall be taken to secure thorough compaction of the material placed under the haunches of the pipe. All fill or backfill below the top of the pipe shall be compacted mechanically in the same manner and to the density prescribed above, regardless of whether or not such material is placed within the limits of the embankment or roadbed.In the case of embankments, the remainder of the fill above the top of pipe shall be placed in accordance with the provisions for placing roadway embankment as prescribed in the pertinent specification included in the contract. No construction traffic shall be permitted to cross any pipe culvert until the minimum depth of fill above the pipe as determined by the Engineer has been placed and consolidated. 5.4. BASE COURSE The base course shall consist of a inches ( 6" ) or nine inches ( 9 " ) o approved caliche, black base, fly combination of caliche, fly ash or material shaped in accordance with sections provided in the plans an established by the Engineer. minimum of six f compacted ash base or a black base h the typical cross - to the grades V-61 r A. Hauling and Placing Approved base material shall be hauled in vehicles of uniform capacity to the site and dumped evenly so that an adequate quantity of material will, be placed to provide a minimum of six inches (611) of compacted base material on all units except major thoroughfares streets. On these streets the Contractor will construct nine inches (911)of compacted base material. B. Processing Processing of caliche base shall be accomplished in mulitiple lifts of three inches (311) in compacted depth. Each lift or layer shall be thoroughly moistened and rolled as it is cut from the windrow. After all of the material is cut from the windrow to the sides, it shall be cut back to the center in lifts of three inches (311) and thoroughly moistened and rolled again. Succeeding layers shall then be placed similarly until the caliche base course is completed. Caliche base shall be compacted to ninety five percent (95t) Standard Proctor Density conforming to ASTM D 698, "Standard Test Method For Laboratory Compaction Using Standard Effort'' for'all improvements except thoroughfare street paving which shall be compacted to one hundred percent (100k) Standard Proctor Density conforming to ASTM D 698, "Standard Test Method For Laboratory Compaction Using Standard Effort''. Density tests conforming to ASTM D 2922, "Standard Test Methods For Density Of Soil And Soil -Aggregate In Place By Nuclear Methods'' will be performed by City Inspectors and test rolling for base will be observed by City inspectors. Caliche base shall be compacted at a moisture content of plus or minus two percent (2t) from optimum moisture or other moisture content as directed by the Engineer. The loose base material shall not be spread more than two thousand square yards (2,000 yd.2) in advance of the rolling operation, unless approved by the Engineer. r' V_62 The finished caliche base shall be test rolled with a twenty five (25) ton pneumatic tire roller or other approved roller. The Engineer may require up to six (6) passes of the roller in determining the condition of the base. All nine inch (911) compacted caliche base shall be accomplished in three inch (3'') compacted lifts. The caliche course shall then be sprinkled as required and rolled with compactors as directed until a uniform compaction of specified "Standard Proctor Density" conforming to ASTM D 698, "Standard Test Method For Laboratory Compaction Using Standard Effort'' is secured. Throughout this entire operation, the shape of the course shall be maintained by blading; and the surface upon completion shall be smooth and in conformity with the typical sections shown on the plans and to the established lines and grade. Traffic may be allowed to travel on the caliche base as directed by the Engineer during construction. During this period, the caliche base shall be satisfactorily maintained by the use of water trucks, blades, drags and such other equipment as may be required. The base course shall be so maintained until the wearing surface is placed thereon. The surface shall not be placed on a caliche base course that exceeds the optimum moisture by more than two percent (211). Processing of asphalt stabilized base shall be as directed by the Engineer and similar to that described under Hot Mix Asphaltic Concrete Surface. Lift thickness' shall be indicated by the Engineer or as shown on the paving plans: Electronic screed controls will be required for placing black base on grade. The density required will be determined by the Engineer after the material to be used has been approved. All areas and "nests" of segregated coarse or fine material shall be corrected or removed and replaced with well graded material as directed by the Engineer. Each layer of black base may be test rolled, as directed by the Engineer, with a twenty five (25) ton pneumatic tire roller or other approved roller requiring up to six (6) passes before succeeding layers are placed. A delay in construction of a black base mat or surface will require test rolling and approval prior to construction of the next layer. V-63 C. Base Stabilization Properties of the base material may be modified, as approved by the Engineer, by the addition of portland cement, fly ash or lime. Prior to treating, the base material shall be shaped to conform to the typical sections and elevations shown on the plans or established by the Engineer. The completed course shall be uniformly treated, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth and shall have a smooth surface. The completed course shall be shaped to conform to the typical sections and elevations shown on the plans or established by the Engineer. The treated material shall be sprinkled and rolled as directed by the Engineer. All irregularities, depressions or weak spots which develop shall be corrected immediately by scarifying the areas affected, adding or removing treated areas as required, reshaping and recompacting at the Contractor's expense. 1. Portland Cement Treatment This item shall govern treating base material, in - place and/or in the plant, by the addition of portland cement, mixing and compacting the treated material. All materials, equipment, methods, etc. of this operation shall meet the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 275, "Portland Cement Treated Materials (Road Mixed)" or Texas Department of Transportation Standard Construction Specifications, Item 276, "Portland Cement Treated Base (Plant Mixed) "'as applicable. Cement stabilized base materials shall be compacted according to Texas Department of Transportation Test Method Tex-120-E. 2. Fly Ash Treatment This item shall govern treating base material, in - place and/or in the plant, by the addition of fly ash, mixing and compacting the treated material. Fly ash �, V-64 shall meet the requirements of TxDOT "Departmental Materials Specification: D-9-8900, Fly Ash''. Fly ash stabilized according to Texas Method Tex-127-E. 3. Lime Treatment base materials shall be compacted Department of Transportation Test This item shall govern treating base material, in - place or in the plant, by the addition of lime, mixing and compacting the treated material. All materials, methods, equipment, etc. of this operation shall meet the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 262, "Lime Treatment For Base Courses (Road Mixed)" or Item 263, "Lime Treated Base (Plant Mixed)- as applicable. Lime stabilized base materials shall be compacted according to Texas Department of Transportation Test Method Tex 121-E. 4. Asphalt stabilized base This item shall govern for the construction of a base course being composed of a compacted mixture of aggregate and asphalt cement mixed hot in a mixing plant. All materials, methods, equipment, etc. of this operation shall meet the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 345, "Asphalt Stabilized Base (Plant Mix)". Asphalt stabilized to Texas Department Tex-126-E. D. Finishing Description base shall be compacted according of Transportation Test Method The compacted base shall be finished and shaped immediately preceding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. V-65 F If the elevation of the top layer of compacted base is one-half inch (% ") or more below grade, the top layer shall be scarified to a depth of not less than C four inches (411), new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut to grade and rerolled. 1. Failed Density or Weak Spots in Base The finished caliche base shall be checked for density requirements by test rolling. Materials that fails the density requirement shall be reworked as necessary,until passing. The full depth of caliche base shall be compacted to the extent necessary to remain firm and stable under test rolling. All irregularities, depressions or weak spots which develop shall be corrected immediately by scarifying the areas affectd, adding suitable material as required, reshaping and recompacting by sprinkling and rolling. If the Contractor chooses, he may repair the weak spot by removing the material involved and replacing it with type "C" hot mix or asphalt stabilized base. In this case, the surface may be applied as soon as the hot mix patch has been compacted and cooled to ambient temperature 2. Allowable Deviation in Finish Immediately prior to placing of surfacing, the base shall be checked and any deviation in excess of three -eighths inch (3/811) from the established grade or true cross section shall be corrected as provided above for defects. Longitudinally a straightedge ten feet (101) long shall be used to detect any deviation which shall be corrected as defects. 3. Thickness Control The thickness of the base course shall be determined by depth tests or cores taken at intervals such that each test shall represent no more than three hundred square yards (300 yds.2) of material. Where the thickness is deficient by more than one-half inch N "), the Contractor shall correct such areas at no r- additional cost by excavating and replacing with new V-66 material. Additional test holes may be required to determine the limits of deficient areas. The Contractor shall replace the base material where bores have been taken for test purposes. 5.5. HOT MIX ASPHALTIC CONCRETE SURFACE A. Description This item shall consist of a compacted City of Lubbock (C.O.L.) modified hot mix asphaltic concrete surface course as specified, conforming to the requirements of the Texas Department of — Transportation Standard Construction Specifications, Item 340, " Hot Mix Asphaltic Concrete Pavement'' using approved crushed stone aggregate, constructed over a compacted base course and a compacted subgrade. The base course and subgrade shall be stabilized as shown on the plans. The base course shall be primed and a tack coat -- applied as required. The surface course shall be constructed in lifts with each lift not to exceed two inches (211) in compacted thickness. Each lift (coarse) shall be composed of a compacted mixture of aggregate and asphalt cement mixed hot in a mixing plant. 1. Sampling and Testing Hot Mix Asphaltic Concrete for Compaction Hot mix asphaltic concrete will be accepted on a lot basis. A lot will consist of one thousand (1000) tons or each days production and will be divided into three (3) equal sublots. Pavement density will be determined by taking the average density for each lot, from the three (3) sublots, using the average Maximum Theoretical Density, taken from trucks delivering hot mix asphaltic concrete to the site. The samples will be tested in accordance with ASTM D 2041, "Standard Test Method For Theoretical Maximum Specific Gravity And Density Of Bituminous Paving Mixtures''. V-67 Each _lot of compacted pavement will be accepted, with respect to density, when the average field density is within the below listed specifications. Four (4) field density determinations will be made for each lot. Cores taken from the pavement will be used to test the field density. The density of the: cored samples will be determined in accordance with ASTM D 2726, "Standard Test Method For Bulk Specific Gravity And Density Of Compacted Bituminous Mixtures Using Saturated Surface -Dry Specimens''. Density Specifications Based on Maximum'Theoretical Density Minimum = 93.0% Optimum = 96.0% Maximum - 97.5% Each lot of compacted pavement will be accepted, with respect to density, when the average field density is equal to or greater than ninety six percent (96%) of the maximum theoretical density of the laboratory prepared specimens. Sliding scale pay factors for asphalt pavements are listed as follows: Average Percent Density Percent Payment 96.0 to 97.5 100 95.0 to 95.9 95 94.0 to 94.9 90 93.O to 93.9 75 Less than 93.0 Reject If the mixture produced does not have the specified qualities, it shall be adjusted until it does. The pavement shall be constructed on the previously completed and approved subgrade, base, existing pavement, bituminous surface or in the case of a bridge, on the prepared floor slab, as herein. specified and in accordance with the details shown on the plans. V-68 Coarse and fine aggregate shall be sampled in accordance with ASTM D 75, "Practice For Sampling Aggregate". _ Mineral filler shall be sampled in accordance with ASTM C 183, "Sampling And Amount of Testing of Hydraulic Cement''. The Contractor shall furnish documentation to the Engineer -verifying that the aggregates meet specification requirements. 2. Temperature Requirements A. November 1st until April 1st 1. The asphaltic mixture shall not be placed when the air temperature is below 550 F (130 C) and falling. _ 2. The asphaltic mixture may be placed when the air temperature is above 500 F (100 C)and rising. B. April 2nd until October 31st 1. The asphaltic mixture shall not be placed when the air temperature is below 500 F (100 C) and falling. 2. The asphaltic mixture may be placed when the air temperature is above 450 F (70 C) and rising. The air temperature shall be taken in the shade away from artificial heat by the City Inspector or he may use the National Weather Service Bureau hourly report (Telephone No. (806)762-0141)). The asphaltic mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than 450 F (70 C). — The Engineer may use his discretion to require a cover over the asphaltic mixture when being hauled from the plant to the job site. If the temperature of a load of asphaltic concrete measured while passing through the lay down machine is 250 F (140 C) less than the mixing temperature, the load may be rejected by the Engineer and payment will not be made for the rejected material. V-69 d r F 3. Preparation of Base and Bordering Areas The compacted base upon which the hot mix asphaltic concrete surface is to be placed shall be prepared and cleaned, as required by the Engineer, before the prime coat is applied. 4. Prime Coat The prime coat shall consist of an application of twenty-five hundredths (0.25) gallon of MC asphalt per square yard of surface. The asphalt shall meet all requirements of the Texas Department of Transportation Standard Construction Specifications, �- Item 300, "Asphalts, Oils and Emulsions''. r I: 5. Tack Coat Before the asphaltic mixture is laid, the surface upon which the tack coat is to be placed shall be cleaned thoroughly by a power broom to the satisfaction of the Engineer. The surface shall be given a uniform application of a tack coat using a mixture of slow setting emulsified asphalt (SS-1 or SS-1h) and water at a 1:1 ratio. The liquid asphalt shall conform to ASTM D 244, "Standard Method of Testing Emulsified Asphalts'' and meet all requirements of Texas Department of Transportation Standard Construction Specifications, Item 300, "Asphalts, Oils and Emulsionsel. All material tests shall be performed within thirty (30) days from the date of emulsion shipment. The water to be used in the mixture shall be distilled. The tack coat shall be applied at a rate of one tenth (0.10) gallon of diluted material per square yard of surface. Application is to be made with a sprayer approved by the Engineer. Where the mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs joints shall be painted with a the asphaltic material meeting tack coat. and structures and all thin uniform coat of the requirements for V-70 The tack coat shall be rolled with a pneumatic tire roller as directed by the Engineer. 6. Transporting Asphaltic Concrete The asphaltic mixture, prepared as specified above shall be hauled to the work site in tight vehicles previously cleaned of all foreign material. The _ dispatching of the vehicles shall be arranged so that all material delivered may be placed, and all rolling shall be completed during daylight hours. The inside of the truck body may be given a light coat of oil, — lime slurry or other material satisfactory to the Engineer, if necessary, to prevent the mixture from adhering to the truck body. In cool weather or for -- long hauls, canvas covers and insulating of truck bodies may be required. Vehicles of the semi -trailer type are prohibited. Hauling over freshly placed material shall not be permitted until the material has been compacted and allowed to cool to atmospheric temperature. 7. Placing Generally the asphaltic mixture shall be dumped and _ spread on the approved prepared surface with the specified spreading and finishing machine in such manner that when properly compacted the finished pavement will be smooth, of uniform density and will meet the requirements of the typical cross sections and the surface tests. During the application of asphaltic material, care shall be taken to prevent splattering of the adjacent pavement, curb and gutter, and structures. All splattered and overrun concrete shall be cleaned by the Contractor at his _ expense. The surface course shall be laid in a compacted layer with a minimum compacted thickness of one and one- half inches (1%11) . A level up course, one-half inch (%") or more in thickness, shall require the use of black base or a coarse grade of hot mix approved by the Engineer. It shall be spread and compacted to lines and grades as established by the Engineer. Unless otherwise directed, placement of the mixture shall begin along the centerline of a crowned section -- V-71 is or on the highside of areas with a trasverse slope. 4. The mixture shall be placed in consecutive adjacent strips having a minimum width of twelve feet (121) except where the edge lanes require less width to complete the area. When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used to level up small areas of an existing pavement or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when authorized by the Engineer, provided a satisfactory surface can be r obtained by other approved methods. Adjacent to flush curbs, gutters, liners and 7 structures, the surface shall be finished uniformly high so that when compacted it will be a maximum of one -quarter inch OXI I ) above the edge of the flush .r. structure. 7 8. Joints All joints shall present the same texture density, and smoothness as other sections of the course. The joints between old and new pavements or between successive day's work shall be carefully made to r insure a continuous bond between old and new sections of the course. The transverse edges of old pavement and, if required by the Engineer, the successive days pavement shall be sawed with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot bituminous material before the fresh mixture is placed. The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. The transverse joint shall be made by means of placing a bulkhead or tapering the course. If tapering the course is used, the edge shall be cut back to its full depth and width on a straight line to expose a vertical face. In both methods all contact surfaces shall be given a tack coat before placing any fresh mixture against the joint. Transverse joints in one (1) layer shall be offset by a minimum of two feet (21) from the transverse joints in the previous layer. Transverse 7 V-72 joints in adjacent lanes shall be offset a minimum.of ten feet (101). The longitudinal joint in one (1) layer shall offset that in the layer immediatelybelow by at least one foot (11). The joint in the top layer shall be at the centerline of the pavement. Longitudinal joints which are irregular,damaged or defective in any manner shall be cut back to expose a clean, sound surface for the full depth of the course. All contact surfaces shall be given a tack coat prior to placing any fresh mixture against the joint. 9. Compacting As directed by the Engineer, the pavement shall be compacted thoroughly and uniformly to the required density. Compaction shall be completed before the mixture cools below 185OF (850C). Rolling with the three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least one half,(%) the width of the rear wheels unless otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length. On super -elevated curves, rolling shall begin at the low side and progress toward the high side unless otherwise directed by the Engineer. Rolling with a pneumatic roller shall be done as directed by the Engineer. Rolling shall be continued until the required compaction is obtained and all roller marks are eliminated. One (1) tandem roller, two (2) pneumatic rollers and at least one (1) three wheel roller, as specified above, shall be provided for each job. Additional rollers shall be provided if needed.The motion of the roller shall be slow enough at all times to avoid displacement of the mixture. If any displacement occurs,it shall be corrected at once by the use of rakes and of fresh mixture where required. The roller shall not be allowed to stand on pavement which has not been fully compacted. To,prevent adhesion of the surface to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water will not be permitted. All rollers must be in good mechanical condition. Necessary precautions shall be taken to prevent the droppings of gasoline,diesel, oil, grease or other foreign matter on the pavement, either when the rollers are in operation or when standing. V-73 7 When indicated on the plans or permitted by the Engineer the pavement may be compacted to the required density by the use of compacting equipment other than that specified herein. Hand tamping. The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the roller, shall be thoroughly compacted to the required density with lightly oiled tamps. Rolling with the trench type roller shall be required ron widening areas in trenches and other limited areas where satisfactory compaction cannot be obtained with the three wheel and tandem rollers. 10. Surface Tests The surface of the pavement, after compaction, shall be smooth and true to the established line, grade and cross section, and when tested with a ten feet (101) straight edge placed parallel to the centerline of the roadway or tested by other equivalent and acceptable means, except as provided herein, the maximum deviation shall not exceed one -eighth inch (1/811) in ten feet (101), and any point in the surface not meeting this requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the one -eighth inch (1/811) deviation in ten feet (101)requirement may be waived by the Engineer. 11. Surface Density Tests If the Contractor or supplier wishes to use a material or location not previously approved by the City of Lubbock, he shall request approval in writing from the Engineer not less than sixty (60) days prior r' to anticipated use of the material. The City of Lubbock Laboratory test results shall be the sole consideration for approval of materials, mix designs, adequacy of procedures, etc. The results of such testing shall be evaluated and final approval given by the City Engineer. In those instances where irregularities occur and the limits of the specification are exceeded for aggregate, black base or hot mix, appropriate F V-74 corrections shall be required at no expense to the City. 12. Tolerance in Pavement Thickness The thickness of the pavement shall be determined by average caliper measurements of cores tested in accordance with ASTM C 174. Pavement thickness shall be not less than the specified minimum thickness. When the measurement of any core is less than the specified minimum thickness, the actual thickness of the pavement in this area shall be detemined by -- taking additional cores at not less than ten feet (101) intervals parallel to the centerline in each direction from the affected location until a core is found which is not deficient. Areas found deficient in thickness by the City Testing Laboratory shall be removed by the Contractor. The cores shall be replaced with the same material of the minimum compacted thickness specified at no cost to the Owner. The amount and location of the cores shall be determined at.the discretion of the Engineer. 13. Asphalt Seal Coat Hot mix asphaltic concrete surface courses shall be sprayed with a layer of emulsified asphalt after the hot mix surface has cooled to below 700 F (210 C) to seal the hot mix. The emulsion shall be sprayed before the pavement is opened to traffic. Concrete curb and gutter and other concrete shall be protected from splattering. Emulsion sprayed on the curb and gutter and other concrete shall be removed immediately by the Contractor at his expense. The emulsified asphalt shall consist of a 1:1 mixture of an SS-1 or SS-lh liquid anionic asphalt and distilled water. The emulsified asphalt is to meet the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 300, "Asphalts, Oils and Emulsions''. The emulsion shall be applied with an approved sprayer at a rate of one -tenth (0.10) gallon of diluted material per square yard of surface. V-75 Y 14. Equipment Spreading and Finishing Machine. The spreading and finishing machine shall be of a type approved by the Engineer. It shall be capable of producing a surface that will meet the requirements of the typical cross section and the surface test, when required. It shall have adequate power to propel the delivery vehicle in a satisfactory manner when the mixture is dumped into the finishing machine. The finishing machine shall be equipped with a flexible spring and/or hydraulic type hitch sufficient in design and capacity to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is being unloaded. The finishing -machine shall be operated in a low gear, or as directed by the Engineer, at a speed to produce a surface that will meet the requirements of the typical cross section and surface test. Any vehicle which the finishing machine cannot push r" or propel in such a manner as to obtain the desired lines and grade without resorting to hand finishing shall not be allowed to dump directly into the finishing machine. Vehicles dumping into the finishing machine shall be mechanically and/or automatically operated in such a manner that overloading the finishing machine being used cannot occur and the required lines and grade will be obtained without resorting to hand finishing. Dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with loading equipment will be approved by the Engineer,provided that the loading equipment is constructed and operated in such a manner that substantially all of the mixture deposited on the roadbed is picked up and placed in the finishing machine without contamination of the mixture by foreign material. The loading equipment will be so designed and operated that the finishing machine being loaded will obtain the required line, grade and surface without resorting to hand finishing. Any operation of the loading equipment resulting in the accumulation and subsequent shedding of this accumulated material into the asphaltic mixture shall not be permitted. r„ V-76 9 Asphalt Distributor. The distributor shall consist of a truck mounted insulated tank with controls for setting the rate at which the asphalt is applied. The distributor shall be equipped with one (1) or more heaters which shall be used to bring the asphalt emulsion to spray application temperature. Attached to the spray bar shall be a circulating system with an engine driven pump. To ensure uniformity of spread, the spray bar shall be set and maintained at the proper height above the pavement surface. a second application shall be required, if in the opinion of the Engineer, it is required to cover any surface which was missed with the first application. A hand spray unit shall be included to apply emulsion to areas that cannot be reached with the spray bar. A _ wooden or metal guide shall be used as a shield to protect the concrete or any other surface other than the pavement from being sprayed unintentionally. Forms. The use of forms will not be required except where necessary to support the edges of the pavement during rolling. If the pavement will stand rolling without undue movement, binder twine or small rope may be used to align the edges. Motor Grader. The motor grader, if used, shall be a self-propelled power motor grader. The grader shall be equipped with the following: pneumatic tired wheels, a blade length of not less than twelve feet (121) and a wheel base of not less than sixteen feet (161). The motor grader shall be tight and in good operating condition and approved by the Engineer. Pneumatic Tire Rollers. The pneumatic tire roller shall be an acceptable self-propelled roller mounted on pneumatic tired wheels, with the weight capable of being varied uniformly from two hundred seventy five (275) pounds V-77 per inch of roller width of tire tread to five hundred fifty (550) pounds per inch of roller width of tire tread, so constructed as to be capable of being operated in both a forward and a reverse direction and shall have suitable provision for moistening the surface of the tires while operating. All tires of the same roller shall be smooth tread of equal size and diameter and shall be arranged in such a manner that the gap between the tires of one axle will be covered by the tires of the other axle. The pressure of each tire shall be directed by the Engineer and this vary by more than five (5) pounds Two Axle Tandem Roller. adjusted as pressure shall not per square inch. This roller shall be an acceptable power driven tandem roller weighing not less than eight (8 ) tons. Three Wheel Roller. This roller shall be an acceptable power driven three (3) wheel roller weighing not less than ten (10) tons. Trench Roller This roller shall be an acceptable power driven trench roller equipped with sprinkler for keeping the wheels wet and adjustable road wheel so that the roller may be kept level during rolling. The drive shall be not less than twenty inches (2011) wide. The roller under working conditions shall produce three hundred twenty five (325) pounds per linear inch of roller width and be so geared that a speed of one and eight -tenths miles per hour (1.8 MPH) is obtained in low gear. Straightedges and Templates. When directed by the Engineer, the Contractor shall provide acceptable ten feet (101) straightedges for surface testing. Satisfactory templates shall be provided by the Contractor as required by the Engineer. V-78 All equipment shall be maintained in good repair and operating condition and shall be approved by the Engineer. The Contractor shall furnish such suitable machinery, equipment, and construction forces as may be necessary, in the opinion of the Engineer, for the proper prosecution of the work, and failure to do so shall be just cause for the Engineer to withhold all estimates which have or may become due. The Engineer may also elect to suspend work until the Contractor complies with his decisions. 15. Opening to Traffic The pavement shall be opened to traffic when directed by the Engineer. All construction traffic allowed on the pavement shall comply with City of Lubbock Ordinance(s) and State of Texas traffic laws. If the surface ravels, corrugates or shoves, it shall be the Contractor's responsibility to correct this condition immediately at his expense. 5.6. CLEANUP Within three (3) days after completion of any Sub - Unit of paving the Contractor shall clean, remove rubbish and temporary structures from the street, restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. This work shall be done before final acceptance of the Sub -Unit will be considered. The cleanup shall include the sloping, filling and shaping of the area between the curb and property line. This area shall be filled with top soil, free of rocks and other debris. If the ground behind the curb is higher than the top of the curb, the Contractor will be required to cut this area down to provide a smooth, even slope between the property line and the curb at a maximum slope of 1:4 unless approved by the Engineer. V-79 d s- 05.7. PROTECTION OF EXISTING UTILITIES A. Adjustment of Valves and Manholes City Forces shall place water valve boxes, sanitary sewer manholes and storm sewer manholes to finished grade after the base material has been finished to grade for asphaltic paving or subgrade has been finished for concrete paving. The Contractor shall allow the City Forces at least three (3) days to do this work after finishing the base and before application of the prime coat, tack coat, hot mix asphaltic surface or concrete paving. It shall be the responsibility of the Contractor to notify the Water and Sewer Department forty eight (48) hours after the curb and gutter has been completed so that the City Forces can properly schedule their work. In all alleys the City Forces shall set the valve boxes and manholes to grade after the forms are in place. Any variation in this procedure that causes expense to the City shall have the approval of the Engineer, and such expense shall be borne by the Contractor. B. Installation, Adjustments, and Protection of Utilities and Traffic Installations The plans show only approximate locations of utilities as obtained from the various utility companies and shall not relieve the Contractor from familiarizing himself with all underground utilities. It is not implied that all existing utilities are shown on the plans. The City of Lubbock does not assume any responsibility for any utility line(s) which are not shown on the plans or which are shown in the incorrect location. The utility companies will attempt to move all utilities that can be reasonably relocated prior to the beginning of construction; however, this does not relieve the Contractor from any damage that he might do to any utility property. In case of any damage, the Contractor shall immediately notify the City Inspector and the appropriate utility company at the following phone number: City Water and Sewer 767-2588 FLubbock Power and Light 767-2555 r„ V-80 City Traffic Shop Energas Traffic Shop Southwestern Public Service Southwestern Bell Telephone Cox Cable of Lubbock City Traffic Engineering 767-2140 741-0231 796-3250 741-5151 793-4683 767-2132 Plans for contract projects will be delivered to all utility companies at least two (2) weeks prior to the opening of bids. As a general rule, these projects will have been staked for construction. The utility companies shall relocate all items necessary, locate and flag all meters, valves, manholes, underground cables, etc., prior to the date the Contractor is to begin construction. After the subgrade is completed on alley paving projects, and after the base is completed on all street paving projects, all manholes, valve boxes, etc., will be set to finished grade by the utility companies. The site shall be left in a clean condition. On all projects, including private contracts, the Contractor shall exercise care not to damage any sanitary sewer pipe or manholes, storm sewer pipe, manholes or headwalls, or telephone cables or manholes, water or gas lines, valve boxes , meter boxes, nor any other pipe, pole or utility. If necessary, the Contractor shall call the department or company concerned and make arrangements for adjusting the manhole, valve box, meter box,or other utility to grade. on all projects for which he is awarded a contract, the Contractor will be responsible during the construction period for any damages to manholes, valve boxes, meter boxes, and other utilities. Should any item be damaged during the process of construction, the Contractor is to notify the affected utility company and the City Construction Inspector immediately. The utility company shall immediately repair the damaged item. Any bills for damage will be sent through the City of Lubbock Department of Engineering. The Department of Engineering will process all bills and fix V-81 r r responsibility for damage and govern the extent of repair. Private contracts do not normally have plans. Utility companies will be furnished cut sheets and notified of impending construction by letter. Other items such as adjustments, damages, etc. will be handled the same as for bid let contract projects. The utility companies shall schedule their work directly with the Contractor. When utility adjustments commence before the contract is awarded, it will be the responsibility of the utility company to barricade the project as necessary. When utility adjustments commence after construction has begun, the utility company shall supply and install extra barricading as needed. All barricading, signing, and other traffic control as necessary shall be in accordance with the Texas MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES. The sequence of utility adjustments has been mutually agreed uponbythe utility companies in the City of Lubbock. Unless otherwise agreed upon by the City and the utility companies involved, the sequence of installation of underground utilities shall be as follows: Sewer Electric (Primary) Construction Saqu nc— First Second Electric (Secondary) Third Telephone Fourth (last if no power or T.V.) T.V. Cable Fifth Water Sixth V-82 Gas Seventh Traffic Engineering Eighth On all projects, including private paving contracts, the Contractor shall not place curb and gutter or base material at points where underground utilities cross or propose to cross until such utilities have been adjusted or installed. 5.8. CONCRETE REMOVAL A. Description This item shall govern for cutting, breaking, removing, storing and disposing of,existing portland cement concrete. B. Construction Methods Existing portland cement concrete shall be removed from locations shown on the plans and from locations as necessary. In areas where only a portion of the existing concrete is to be removed, the existing concrete shall be saw cut and removed neat to the lines shown on the plans or established by the Engineer. If the concrete to be removed breaks in a location other than the sawcut then a new full width and depth sawcut shall be made behind the break to make a neat line. Any existing _ concrete which is to remain in place and is damaged by the removal operations shall be replaced, at the Contractors expense. All concrete shown on the plans to be salvaged, shall be broken into pieces not larger than twenty four inches (24 ") in any dimension, unless otherwise specified. Reinforcing steel to be removed shall be cut. When shown on the plans, broken concrete to be salvaged shall be loaded, hauled and neatly stored at V-83 is designated sites as shown on the plans, or used as directed by the Engineer. Concrete to be removed but not specified for salvage shall be disposed of by the Contractor at locations approved by the Engineer. Concrete to be removed from the project site need not be broken smaller than twenty four inches (24 ") in dimension. Removal of concrete pavement, fillets, sidewalks, driveways, and all other miscellaneous concrete flatwork shall be measured by the square yard, regardless of its thickness. 5.9. GROUND COVER FOR EROSION CONTROL A. Sodding for erosion control (1) . Sodding This item shall meet all the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 162, "Sodding For Erosion Control''. (2). Fertilizer This item shall meet all the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 166, "Fertilizer''. The fertilizer(s) shall be a standard commercial fertilizer supplied separately or in mixtures. The fertilizer shall have an analysis of 16-20-0 or 16-8-8; the figures representing the percentages of total nitrogen, available phosphoric acid and water-soluble potash. B. Seeding for erosion control (1). Seeding This item shall meet all the requirements of the Texas Department of Transportation Standard V-84 Construction Specifications, Item 164, "Seeding For Erosion Control". (2) . Fertilizer This item shall meet all the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 166, "Fertilizer''. The fertilizer(s) shall be a standard commercial fertilizer supplied separately or in mixtures. The fertilizer shall have an analysis of 16-20-0 or 16-8-8; the figures representing the percentages of total nitrogen, available phosphoric acid and water-soluble potash. 5.10. IRRIGATION SYSTEMS The Contractor shall be required to posess an irrigator's license issued by the Texas Board of _ Irrigators or he shall employ such a licensed irrigator to construct the irrigation system. The irrigation system shall be installed and maintained under the direct supervision of the licensed irrigator who must be on the site at all times during this work. A. Excavation and Trenching Unless otherwise shown on the plans, trenches shall be at a depth to provide for a minimum of eighteen inches (1811) of cover for all lines Common trenches shall be utilized wherever feasible. B. Pipe and Valve Assembly Pipe and fittings shall be thoroughly cleaned of all dust, dirt and moisture before assembly. Solvent shall be applied with a non -synthetic bristle brush. All connections between plastic pipe and metal valves shall be made with threaded fittings and plastic adapters. Pipe used to replace portions of an existing sprinkler system(s) shall be replaced with pipe of the same diameter and material as the piping removed. V-85 The minimum requirements for the pipe material shall be Class 200 PVC conforming to ASTM D2241. Fittings for pipes under 3 inches in diameter shall be manufactured from the.same materials as the pipe with a minimum pressure rating not less than that specified for the pipe. Fittings shall be socket fittings conforming to ASTM C1466 and shall. be solvent welded with cement conforming to ASTM D2564. Fittings for pipes larger than 3 inches in diameter shall be manufactured from the same materials as the pipe with a minimum pressure rating of not less than that specified for the pipe. Fittings shall be bell and spigot type with elastomeric rings conforming to ASTM D3139. C. Sprinkler heads Spray -type sprinklers shall be pop-up type for full circle or part circle coverage as required by the layout. The pop-up height shall be a minimum of 2 inches (211). Metallic parts shall be made of stainless steel or brass. The sprinkler housing shall be made of molded, seamless plastic, or brass construction. The sprinkler shall be mounted at finished grade or up to % " below finished grade. I Impact -type sprinklers shall be pop-up type for full circle or part circle coverage as required by the layout. The pop-up height shall be a minimum of 2 inches (211). Metallic parts shall be made of stainless steel or brass. The sprinkler case shall be made of molded, seamless plastic, or brass construction. The impact head shall be made of molded plastic or brass construction, as applicable. The sprinkler shall be mounted at finished grade or up to _ % " below finished grade. D. Closing of Pipe and Flushing of Lines The lines shall be plugged or capped immediately after installation to prevent the entrance of materials which would obstruct the pipe. The caps or plugs shall be left in place until removal is required to complete the installation. All water lines shall be thoroughly flushed before installing heads or valves. V-86 i' E. Hydrostatic Tests All preliminary testing shall be accomplished in the presence of the Engineer or City Representative. All piping to be tested shall be center loaded with small amounts of backfill to prevent arching or slipping while under pressure. A continuous and static water pressure of 100 PSI minimum shall be applied after all welded plastic joints have,been allowed to cure for at least twenty four (24) hours. With all valves closed, the preliminary testing for all main and lateral lines shall be preformed for a minimum of two (2) consecutive hours. For final approval, the lines shall remain under designated static pressure for a period of forty eight (48) hours without leaks. All tests shall be performed with all couplings exposed and in the presence of the Engineer or City Representative. F. Backfill and Compaction The excavations and trenches shall be with layers of clean soil, free of rocks larger than two inches (2 " ) in diameter to within four inches (4 " ) of final grade. Each layer shall not exceed eight inches (811) of loose depth and shall be compacted to a density equal to the surrounding undisturbed soil The upper four inches (4 ") shall be filled with topsoil. 5.11. SALVAGING AND REPLACING BASE A. Description "Salvaging and Replacing Base" shall consist of removing the existing base material where shown on plans, such temporary storage as is necessary, and the replacement of this material on the prepared roadbed as herein specified and in conformity with the typical sections shown on plans and to the lines and grades as established by the Engineer V-87 i B. Construction Methods 1.Salvaging Existing Base The existing base, including any bituminous mat not shown on the plans to be salvaged, shall first be cleaned of all dirt or other objectionable material by blading, brooming or other approved methods, then scarified to the width and depth as may be required to provide the estimated amount of salvaged material per station as shown on the plans. Subgrade shall be reworked, if necessary, as directed by the Engineer. Any bituminous mat encountered shall be broken into particles not more than two inches by two inches by two inches (2 " X 2" X 2 ") in size, and incorporated uniformly with the existing base. The material thus salvaged shall be placed in stockpiles or windrows in approved areas until sufficient subgrade has been prepared to receive the salvaged material; then, if the Contractor so elects, the remaining old base material as salvaged material may be placed directly upon the prepared subgrade as directed by the Engineer, thus eliminating the necessity of stockpiling. It shall be the responsibility of the Contractor that all the available material shall be salvaged and replaced and shall be kept reasonably free of soil from the subgrade or roadbed during the salvaging and replacing operations. When material is windrowed or stockpiled, it shall be so placed not to interfere with traffic, proper drainage or the general progress of the work. 2.Preparation of Subgrade Description Subgrade preparation shall include the removal, hauling and disposal of excess earthwork, flexible ►"' paving materials, obstructions shown on the plans or as designated by the Engineer and all scarifying, pulverizing, wetting, disking, blading and rolling with compactors to a depth of at least six inches (611) on residential streets and to a depth of twelve inches (1211) on major thoroughfares and collector streets. Mechanical compactors will be used from the bottom to the finished sub -grade elevation to compact the subgrade to ninety five percent (95%) Standard Proctor Density on residential streets according to r" ASTM D 698, "Test Method For Laboratory Compaction Characteristics Of Soil Using Standard Effort'' in conformity to the line, grade and sections as shown I� l- on the plans or as established by the Engineer. V-88 r Mechanical compactors will be used to compact the subgrade to 1000-. Standard Proctor Density on thoroughfare streets according to ASTM D 698, "Test Method For Laboratory Compaction Characteristics Of Soil Using Standard Effort''. After the obstructions have been removed, or in ` conjunction with such removal, the street or alley bed, alley return foundation and/or sidewalk foundation shall be excavated and shaped in conformity with the typical sections and to the line and grades as shown on the plans or as established by the Engineer. All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with approved material. The excavation shall be done in such a manner as to require a minimum of fill to bring the subgrade to the correct elevation. When the subgrade is too low as initially excavated, the Contractor shall place additional soil or caliche in layers not exceeding four inches (411). compacted thickness and compact each layer by moistening and rolling. 3.Replacement of Salvage Material The salvage material shall be in accordance with Section V, Item 2 "Earth Work " of these specifications. 5.12. SALVAGING AND STOCKPILING BASE MATERIAL A. Description This item shall consist of salvaging base material from places shown on the plans or as directed by the Engineer and of stockpiling that material where shown on the plans or as directed by the Engineer. B. Construction Methods Trash, wood, brush, stumps and other objectionable material at the storage site shall be removed and disposed of as directed by the Engineer prior to the beginning of work required by this item. The base material, including any asphalt mat, which may not be shown on the plans, shall be cleaned of all dirt or V-89 t'* Cother objectionable material. Asphaltic materials shall be broken into pieces not more than two inches (2 ") in size in any dimension and incorporated uniformly with the salvaged base material. Material to be salvaged shall be worked into stockpiles or windrows and loaded by approved equipment into approved hauling equipment for hauling to the stockpile site. It shall be the responsibility of the Contractor that all the available material shall be salvaged and kept reasonably free of soil from subgrade or road bed during the salvaging operations. 1 The operation shall be conducted in such manner as not to interfere with traffic, drainage or the general requirements of the work. After the material is deposited in the stockpile area, it shall be worked into a neat compact stockpile. 5.13. PREFABRICATED and PAINT -TYPE PAVEMENT MARKINGS A. Description This item shall consist of furnishing and installing Type I retroreflective preformed pavement markings and Type II paint -type pavement markings in accordance with this provision and in reasonably close conformity with the dimensions and lines shown on the plans or established by the Engineer. The materials and equipment used in this item shall conform to the Texas Department of Transportation r Standard Construction Specifications, Item 666, " Reflectorized Pavement Markings'' and/or Texas Department of Transportation Standard Construction s• Specifications, Item 668, "Prefabricated Pavement { Markings'' as applicable. B. Materials The preformed markings shall consist of white or yellow films with pigments selected and blended to conform to standard highway colors through the expected life of the film. Glass beads shall be r incorporated to provide immediate and continuing retroflection. The size, quality and refraction index of the glass beads shall be such that the performance requirements for the markings shall be met. The bead adhesion shall be such that beads are not 7 V-90 easily removed when the material surface is scratched with a thumbnail. The film shall have glass bead retention qualities such that when a two inch x six inch (2" x 611) sample is bent over a one-half inch (1/211) diameter mandrel, with the two inch (211) dimension perpendicular to the mandrel axis, microscopic examination of the area on the mandrel shows no more than ten percent (10%) of the beads with entrapment by the binder of less than forty percent (40%) . Preformed words and symbols shall conform to the applicable shapes and dimensions as outlined in the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways," dated 1980, or as modified. The preformed markings shall be capable of being adhered to asphaltic concrete or portland cement by means of a pre -coated pressure sensitive adhesive. A primer may be used to precondition the pavement surface. The preformed marking film shall mold itself to pavement contours by the action of traffic. The pavement marking films also shall be capable of application on new, dense and open graded asphalt concrete wearing courses during the paving operation in accordance with the manufacturer's instructions. After application, the markings shall identify proper solvents and/or primers (where necessary) to be applied at the time of application, all equipment necessary for proper application, and recomemndations for application that will assure the materials shall be suitable for use for one (1) year after the date of receipt. C. Classification The markings shall be general purpose high durability retroflective pliant polymer film without liner backing for preformed longitudinal and transverse markings. Words and symbols are required to have linear backing for proper shipping and handling. D. Requirements 1. Composition The retroreflective pliant polymer pavement marking film shall consist of a mixture of high quality V-91 polymeric materials, pigments and glass beads distributed throughout its base cross sectional area, with a reflective layer of beads bonded to the top surface. 2. Reflectance The white 'and yellow films shall have the following initial minimum reflectance values at two -tenths degree (0.20) and five -tenths degree (0.50) observation angles respectively and eighty six and zero tenths degree (86.00) entrance angle as measured in accordance with the testing procedure of the Federal Test Method Standard 370. The photometric quantity to be measured shall be specific luminance (SL), and shall be expressed as millicandelas per square foot per foot candle. The metric equivalent shall be expressed as millicandelas per square meter per lux. The test distance shall be fifty feet (501) or fifteen and two -tenths (15.2) meters. The sample size shall be a two feet x two and five -tenths feet (2.01 x 2.51) rectangle or sixty-one hundredths meter X seventy- six hundredths meter (0.61 meter x 0.76 meter). The angular aperture of both the photoreceptor and light projector shall be six (6) minutes of arc. The reference center shall be the geometric center of the sample, and the reference axis shall be taken perpendicular to the test sample. Observation Angle SL 3. Acid Resistance White 0.2 0.5 Yellow 0.2 0.5 410 250 The beads shall show resistance to corrosion of their surface after exposure to a one percent (1k) solution by weight of sulfuric acid. The one percent (i%) acid solution shall be made by adding five and seven -tenths (5.7) cubic centimeters of concentrated acid into one V-92 thousand (1000) cubic centimeters of distilled water. CAUTION: always add the concentrated acid into the water, not the reverse. The test shall be performed as follows: Take a one inch x two inch (1" x 211) sample, adhere it to the bottom of a glass tray and place just enough acid solution to completely immerse the sample. Cover the tray with a piece of glass to prevent evaporation and allow the sample to be exposed for twenty four (24) hours under these conditions. Then decant the acid solution (do not rinse, touch, or -' otherwise disturb the bead surfaces) and dry the sample while adhered to the glass tray in a 1500 F (660 C) oven for approximately fifteen (15) minutes. Microscopic examination (20 power) shall show no more than fifteen percent (15t) of the beads having a formation of a very distinct opaque white (corroded) layer on their entire surface. 4. Reflective Retention To have a good, effective performance life, the glass .- beads must be strongly bonded and not be easily removed by traffic wear. The following test(s) shall be employed to measure reflectivity retention: Taber Abraser Simulation Test Using a Taber Abraser with an H-18 wheel and a one hundred and twenty five (125) gram load, the sample shall be inspected at two hundred (200) cycles, under a "- microscope, to observe the extent and type of bead failure. No more than fifteen percent (15t) of the beads shall be lost due to popout and the predominate mode of the failure shall be "wear down" of the beads. V-93 6 5. Skid Resistance The surface of the retroreflective pliant polymer film shall provide an initial minimum skid resistance value of 45 BPN when tested according to ASTM E 303, "Method of Measuring Surface Frictional Properties Using The British Pendulum Tester''. 6. Tensile Strength and Elongation rr The film shall have a minimum tensile strength l of one hundred and fifty pounds per square inch (150 PSI) of cross-section when tested according to ASTM D 638, "Test Method For Tensile Properties of Plastics'', except that a sample six inch x one inch (6" x 111) shall be tested at a temperature between 70OF (210 C) and 800 F (27 ° C) using a jaw speed of ten inches to twelve inches (10" to 1211) per minute. The sample shall have a minimum elongation of seventy five percent (75t) at break when tested by this method. 7. Thickness The film without adhesive shall have a minimum thickness of six one -hundredth inch (0.0611). 8. Effective Performance Life The film, when applied according to the recommendations of the manufacturer, shall provide a neat, durable marking that will not flow or distort due to temperature if the pavement surface remains stable. Although reflectivity is reduced by wear, the pliant polymer shall provide a cushioned, resilient substrate that reduces bead crushing and loss. The film shall be weather resistant and, through normal traffic wear, shall show no fading, lifting, shrinkage, significant tearing, roll back or other signs of poor adhesion, which will significantly impair the intended usage of the marking for a period of one (1) year after installation. V-94 E. Installation: 1. Newly Paved Asphaltic Concrete Surface These markings shall be applied when directed by the Engineer after application of the fog seal emulsion. The markings shall be applied prior to opening the road to public traffic. Methods as _ recommended by the manufacturer shall be used. 2. Newly Paved Portland Cement Concrete Surface These markings shall be applied before the road surface is opened to public traffic. The surface shall be cleaned, blasted, and primed. -- Methods as recommended by the manufacturer, shall be used. 3. Existing Road Surface When markings are applied to existing road surfaces application shall be made in accordance with the manufacturer's recommendation. General Note: The City of Lubbock Traffic Engineering Department shall be contacted when the surface temperature is below 590F (150 C) to determine whether primer shall be used for proper installation of preformed markings. F. Method of Measurement Linear pavement markings shall be measured in linear -- feet, complete -in -place for the width specified. Word and symbol pavement markings shall be measured in units of each. V -95 G. Basis of Payment Retroreflective preformed pavement markings shall be paid for at the contract unit price as bid, which price shall be full compensation for cleaning and preparing the pavement surface, furnishing and placing all materials and for all materials, labor, tools,.equipment and incidentals necessary to complete the work. Payment will be made under: Payment Item Paint -type Pavement Marking, linear (width) Preformed Pavement Marking, linear (width) Preformed Pavement Marking, words/symbols Pay Unit Linear Foot Linear Foot Each V-96 A.D.A. CURB RAMPS AT VARIOUS LOCATIONS (PHASE # 5) PROJECT # 9923 MEASUREMENT AND PAYMENT r 7 MEASUREMENT AND PAYMENT GENERAL This project shall consist primarily of the installation of curb ramps in existing radii. The unit price bid on each item, as stated in the bid proposal, shall include furnishing all labor, machinery, equipment and materials necessary or incidental to complete the various items of construction in accordance with the plans and specifications of this contract. The cost of labor or materials required, whether or not shown on the plans or called for in the specifications, for which no separate payment is made shall be considered to be subsidiary to and paid under the various pay items in the bid proposal. ITEM #1- CONCRETE CURB REMOVAL AND REPLACEMENT 9 This item shall govern for the removal and replacement of all concrete curb as specified. Measurement shall be made along the face of the curb of the actual length of curb r� removed and replaced as shown. Payment shall be made at the unit price bid per linear foot of curb removed as specified. It shall be the Contractor's sole responsibility to notify the Engineer or City Representative prior to removal to enable measurements to be made. If the gutter on the street side of the sawcut is disturbed or cracked during sawing, the Contractor will remove and replace the entire curb and gutter section at no expense to the City of Lubbock. Any street pavement repair, deemed by the Engineer or City Representative, as { resulting from improper or excessive gutter removal will also be performed at no cost to the City of Lubbock. The City of Lubbock will be responsible for the removal of curb and gutter, as determined by the Engineer or City Representative, damaged prior to curb removal r operations. The unit price shall be full compensation for all labor including all curb removal as specified, loading, hauling, sawcuttin jointing and -disposal of all concrete curb at a p S, g� g,J g suitable site for waste disposal, manipulations, labor, equipment and incidentals necessary for the completion of the work as specified. ITEM #2 - CONCRETE SLAB REMOVAL AND DISPOSAL This item shall govern for the removal of all concrete valley gutters, fillets, sidewalks, residential driveways, commercial driveways, drainways, medians, pavement and other concrete slabs as specified. Measurements shall be made of the outside linear dimensions of the concrete slabs (actual surface area) and be measured prior to removal. F r MP-2 1 Payment shall be made at the unit price bid per square foot of concrete slab removed and disposed as specified. It shall be the Contractor's sole responsibility to notify the Engineer or City Representative prior to removal to enable measurements to be made. The unit price bid per square foot shall be full compensation for all labor including materials and equipment required for concrete removal, loading, hauling and disposal at a suitable site for waste disposal including all incidentals necessary for completion of the work specified. ITEM #3 - JOINT SAWING AND SEALING This item shall govern for the sawing and sealing of all longitudinal and contraction joints as specified. Measurement shall be made along the actual length of the sawed joints. Payment shall be made at the unit price bid per linear foot as specified. The unit price bid shall be full compensation for all labor including sawing, cleaning, drying and sealing the joints indicated including all materials, tools, labor, equipment and incidentals necessary to complete the work as specified. ITEM #4 - 4" CONCRETE FLATWORK This item shall govern for the installation of all sidewalks, residential drives and curb ramps with or without vertical sides (4" raised curbs) installed in place as specified. Vertical sides (4" raised curbs) if required, shall be poured monolithically with the adjacent new concrete flatwork. Measurement of all sidewalks, residential drives and curb ramps without vertical sides (4" raised curbs) shall be made of the actual outside linear dimensions of four inch (4") concrete placed as specified. Measurement of all curb ramps with vertical sides (4"raised curbs) less than six inches (6") in height shall be made of the outside linear dimensions of the horizontal four inch (4") concrete plus the outside linear dimensions of the four inch (4") thick vertical sides (4" raised curbs). Payment shall be made at the unit price bid per square foot of four inch (4") concrete placed as specified. The unit price bid shall be full compensation for all labor including clearing any and all obstructions, subgrade preparation, backfilling, furnishing and placing all materials, including finishing and stripping or painting curb ramps as required, all reinforcement; for all manipulations, labor, tools, equipment and incidentals necessary to complete the work as specified. ITEM #5 - 6" CONCRETE FLATWORK This item shall govern for the installation of all alley approaches, commercial drives, fillets, drainways and valley gutters. Measurement shall be made of the actual outside linear dimensions of six inch (6") concrete placed as specified. MP-3 x Payment shall be made at the unit price bid per square foot of six inch (6") concrete The unit rice shall be full compensation for all labor including placed as specified.p p g .M clearing any and all obstructions, subgrade preparation, backfilling, furnishing and placing all materials; including all reinforcement; for all manipulations, labor, tools, equipment and incidentals necessary to complete the work as specified. ITEM #6 - GRAVEL REMOVAL AND DISPOSAL BEHIND THE CURB AND GUTTER This item shall govern for the removal of all gravel behind the curb and gutter as necessary to facilitate the installation of four inch (4") concrete curb ramps and/or associated concrete flatwork. Measurement shall be made of the actual outside linear dimensions (actual surface area) C of full depth gravel removal as specified. Payment shall be made at the unit price bid per square yard of gravel removed as ., specified. The unit price bid shall be full compensation for all labor including removal, loading, hauling and disposal of all material at a site suitable for disposal of waste material including all incidentals necessary for completion of the work as specified. ITEM #7 - GRAVEL REPAIR BEHIND THE CURB AND GUTTER This item shall govern for the installation of all full depth six inch (6") pit run gravel behind the curb and gutter. Measurement shall be made of the outside linear dimensions (actual surface area) of the full depth gravel repair as specified. Payment shall be made at the unit price bid per square yard of full depth gravel repair as specified. The unit price bid shall be full compensation for all labor including subgrade preparation, loading, hauling and placing all materials, and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work as specified. ITEM #8 - ASPHALTIC PAVEMENT REMOVAL AND DISPOSAL BEHIND THE CURB AND GUTTER This item shall govern for the removal of all asphaltic pavement behind the curb and gutter as necessary to facillitate the installation of four inch (4") concrete curb ramps and/or associated concrete flatwork. Measurement shall be made of the outside linear dimensions (actual surface area) of f asphaltic pavement removed as specified. Payment shall be made at the unit price bid per square yard of asphaltic pavement removed as specified. The unit price bid shall be full compensation for all labor including removal, loading, hauling and disposal of all material at a site suitable for disposal of waste material including all incidentals necessary to complete the work as specified. MP-4 ITEM 99 - ASPHALTIC PAVEMENT REPAIR BEHIND THE CURB AND GUTTER This item shall govern for the installation of all asphaltic pavement repair to consist of six inch (6") caliche base and one and one-half inch (1'/z") TxDOT Type "C" hot mix asphaltic concrete with three percent (3%) latex polymer (SBR) and one percent (1%) hydrated lime, including prime coat and tack coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per square yard. Measurement shall be made of the outside linear dimensions (actual surface area) of paving as specified. Payment shall be made at the unit price bid per square yard of asphaltic paving as specified. The unit price shall be full compensation for all labor including furnishing and placing six inch (6") caliche base, one and one-half inch (1%") TxDOT Type "C" hot mix asphaltic concrete with three percent (3%) latex polymer (SBR) and one percent (1%) hydrated lime including prime coat and tack coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per square yard, including hauling and delivering, spreading and blading and for all labor including subgrade preparation, backfilling, compacting, blading, wetting and rolling, loading, hauling, placing all materials and disposal of all excess materials at a suitable site for dumping waste material, manipulations, labor, equipment and all incidentals necessary for the completion of the work as specified. ITEM #10 - BRICK REMOVAL AND REPLACEMENT BEHIND THE CURB AND GUTTER This item shall govern for the removal of all bricks behind the curb and gutter as necessary to facilitate the installation of four inch (4") concrete curb ramps and/or associated concrete flatwork and the replacement of matching bricks as required. Measurement shall be made of the outside linear dimensions (actual surface area) of bricks removed and replaced as specified. Payment shall be made at the unit price bid per square yard of bricks removed and replaced as specified. The unit price shall be full compensation for all labor including removal, loading, hauling, subgrade preparation, replacement and disposal of excess material at a site suitable for disposal of waste material including all incidentals necessary to complete the work as specified. ITEM #11- 6" CONCRETE RETAINING WALL (TYPE I) This item shall govern for a six inch (6") thick concrete retaining wall with a twelve inch (12") footing below finished grade (sidewalk top surface) reinforced with 6" x 6" W1.4 x W 1.4 welded wire mesh installed in place. This item shall be used only when a retaining wall greater than six inches (6") in height is required and, as determined by the Engineer that a footing is required. MP-5 Measurement shall be made of the actual length of the six inch (6") thick retaining wall constructed as specified. Payment shall be made at the unit price bid per linear foot of constructed six inch (6") thick retaining wall as specified. The unit price shall be full compensation for all labor ` including subgrade preparation, excavation and fill , backfilling, blading, tamping, wetting, rolling, loading, hauling and disposal of all excess material at a site suitable for disposal of waste material, removing and disposing of all obstructions, and furnishing and placing all materials, including reinforcement, and for all manipulations, labor, tools, and equipment and incidentals necessary for the completion of the work as specified. ITEM #12 - 6" CONCRETE RETAINING WALL (TYPE II - 6" to 1.2") This item shall govern for a six inch (6") thick concrete retaining wall above finished grade (sidewalk top surface), reinforced with 6" x 6" W 1.4 x W 1.4 welded wire mesh and poured monothically with adjacent new concrete flatwork, installed in place. This item r„ shall be used only when a wall greater than or equal to six inches (6") in height and less than or equal to twelve inches (12") in height is required as determined by the Engineer. Measurement shall be made of the actual length of the six inch (6") thick retaining wall r•. constructed as specified. f Payment shall be made at the unit price bid per linear foot of constructed six inch (6") thick retaining wall. The unit price shall be full compensation for all labor including subgrade preparation, excavation and fill , backfilling, blading, tamping, wetting, rolling, loading, hauling and disposal of all excess material at a site suitable for disposal of waste material, removing and disposing of all obstructions, and furnishing and placing all materials, including reinforcement, and for all manipulations, labor, tools, and equipment and incidentals necessary for the completion of the work as specified. ITEM #13 - 6" CONCRETE RETAINING WALL (TYPE II -13" to 2411) This item shall govern for a six inch (6") thick concrete retaining wall above finished grade (sidewalk top surface), reinforced with 6" x 6" W 1.4 x W 1.4 welded wire mesh and poured monothically with adjacent new concrete flatwork, installed in place. This item shall be used only when a wall greater than twelve inches (12") in height and less than or equal to twenty four inches (24") in height is required, as determined by the Engineer. Measurement shall be made of the actual length of the six inch (6") thick retaining wall constructed as specified. Payment shall be made at the unit price bid per linear foot of constructed six inch (6") thick retaining wall. The unit price shall be full compensation for all labor including subgrade preparation, excavation and fill , backfilling, blading, tamping, wetting, rolling, loading, hauling and disposal of all excess material at a site suitable for disposal of waste �- material, removing and disposing of all obstructions, and furnishing and placing all E materials, including reinforcement, and for all manipulations, labor, tools, and equipment and incidentals necessary for the completion of the work as specified. i- g. MP-6 I. k "i ITEM 914 - CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT This item shall govern for the removal of all concrete curb and gutter as specified. Measurement shall be made along the face of the actual length of concrete curb and gutter removed as specified. Payment shall be made at the unit price bid per linear foot of curb and gutter removed as specified. It shall be the Contractor's sole responsibility to notify the Engineer or City Representative prior to removal to enable measurements to be made. The unit price shall be full compensation for all labor including curb and gutter removal, loading, hauling, sawcutting, disposal of all material at a site suitable for disposal of waste material, necessary pavement repair, manipulations, labor, equipment and incidentals necessary for the completion of the work as specified. ITEM #15 - ASPHALTIC PAVEMENT REPAIR IN STREET This item shall govern for all asphaltic pavement repair, as specified, in front of the curb and gutter to consist of six inch (6") concrete base reinforced with 6" x 6" W2.9 x W2.9 welded wire mesh on a one inch (I") sand cushion and one and one-half inch (1'/z") TxDOT Type "C" hot mix asphaltic concrete with three percent (3%) latex polymer (SBR) and one percent (1%) hydrated lime, including prime coat and tack coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per square yard. Measurements shall be made of the outside linear dimensions (actual surface area) of asphaltic pavement repair as specified. Payment shall be made at the unit price bid per square yard of asphaltic pavement repair as specified. The unit price bid shall be full compensation for all labor including subgrade preparation, backfilling, compacting, blading,wetting, rolling, loading, hauling and disposal of all excess material at a site suitable for disposal of waste material; removing and disposing of all obstructions and for furnishing and placing six inch (6") portland cement concrete base, one and one-half inch (1 %") TxDOT Type "C" hot mix asphaltic concrete with three percent (3%) latex polymer (SBR) and one percent (1%) hydrated lime including prime coat and tack coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per square yard, including hauling and delivering, spreading and blading, mixing, sprinkling, compacting, rolling, hauling and placing all materials and all manipulations, labor, tools, equipment and other incidentals necessary to complete the work as specified. ITEM #16 - BRICK PAVEMENT REPAIR IN STREET This item shall govern for all brick pavement repair in front of the curb and gutter. Measurements shall be made of the outside linear dimensions (actual surface area) of the brick pavement repair as specified: Payment shall be made at the unit price bid per square yard of brick pavement repair as specified. The unit price bid shall be full compensation for all labor including removal, MP-7 f rloading, hauling, placing on a sand cushion, placing portland cement in the paving brick joints and disposal of excess material at a site suitable for waste disposal including all '., incidentals necessary to complete the work as specified. ITEM #17 - REMOVE AND REPLACE EXISTING SPRINKLER UNIT (POP-UP SPRAIN This item shall govern for the removal, salvage and replacement of portions of existing sprinkler systems as specified. Measurement shall be made of the amount of sprinkler head units removed, salvaged and replaced as specified. The quantity of new underground PVC irrigation piping and fittings installed, and connections made to the existing sprinkler system shall not be measured for separate payment, but shall be considered subsidiary to the sprinkler head unit installation. Payment shall be made at the unit price bid per each sprinkler head unit removed, salvaged and replaced as specified. The unit price shall be full compensation for all labor including trenching, backfilling and restoration of the disturbed landscaping; PVC irrigation piping and fittings required to complete the system; for furnishing all equipment, materials, tools and incidentals necessary to complete the work as specified. ITEM #18 - REMOVE AND REPLACE EXISTING SPRINKLER UNIT (POP-UP IMPACT SPRAY) This item shall govern for the removal, salvage and replacement of portions of existing sprinkler systems as specified. Measurement shall be made of the amount of sprinkler head units removed, salvaged and replaced as specified. The quantity of new underground PVC irrigation piping and fittings installed, and connections made to the existing sprinkler system shall not be measured for separate payment, but shall be considered subsidiary to the sprinkler head unit installation. Payment shall be made at the unit price bid per each sprinkler head unit removed, salvaged and replaced as specified. The unit price shall be full compensation for all labor including trenching, backfilling and restoration of the disturbed landscaping; PVC irrigation piping and fittings required to complete the system; for furnishing all equipment, materials, tools and incidentals necessary to complete the work as specified. ITEM 919 - NEW SPRINKLER UNIT (POP-UP SPRAY) This item shall govern for new sprinkler head units furnished and installed as specified. Measurement shall be made of the amount of new sprinkler head units furnished and l installed as specified. The quantity of new underground PVC irrigation piping and fittings t' installed, and connections made to the existing sprinkler system shall not be measured for t MP-8 l , separate payment, but shall be considered subsidiary to the sprinkler head unit installation. Payment shall be made at the unit price bid per each new sprinkler head unit furnished and installed as specified. The unit price shall be full compensation for all labor including trenching, backfilling and restoration of the disturbed landscaping; PVC irrigation piping and fittings required to complete the system; for furnishing all equipment, materials, tools and incidentals necessary to complete the work as specified. ITEM #20 - NEW SPRINKLER UNIT (POP-UP IMPACT SPRAY) This item shall govern for new sprinkler head units furnished and installed as specified. Measurement shall be made of the amount of new sprinkler head units furnished and installed as specified. The quantity of new underground PVC irrigation piping and fittings installed, and connections made to the existing sprinkler system shall not be measured for separate payment, but shall be considered subsidiaryto the sprinkler head unit installation. Payment shall be made at the unit price bid per each new sprinkler head unit furnished and installed as specified. The unit price shall be full compensation for all labor including trenching, backfilling and restoration of the disturbed landscaping; PVC irrigation piping and fittings required to complete the system; for furnishing all equipment, materials, tools and incidentals necessary to complete the work as specified. ITEM #21 - TRAFFIC CONTROL PLAN This item shall govern for designing, installing and maintaining all traffic channelization as required. Payment of this item shall be lump sum as bid and paid proportionally throughout the expected length of the project as applicable with the balance to be paid after final completion of the construction project should the construction period end prior to the expected project length. The unit price as bid shall be full compensation for all signalization, including loading, hauling, placing and maintaining all barricades, cones, signs, pavement markings, delineators lights, flags, drums or other signalization devices as required; complete signalization removal at end of project, including all manipulations, labor, tools, equipment and other incidentals as necessary to complete the work as necessary. MP-9 SPECIAL CONDITIONS 6., 7 I .a► ► M.•:. SPECIAL CONDITIONS The Local Public Agency may increase the quantity of the work in the Contract by supplementary projects, not included in C the Contract, without invalidating 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. If applicable unit prices are contained in the agreement, established as a result of either a unit price bid or a Supplement Schedule of Unit Prices, the Local Public Agency may order the Contractor to proceed with desired additions to the work as a result of supplementary projects, 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 additions does not increase or decrease the original total bid contract amount shown in the Agreement by more than twenty-five percent (25k). 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 or construction 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 the Contractor proposes to incorporate "Fast Track'' concrete construction into the project, he will be required to demonstrate his ability to successfully perform such construction. Documentation of the Contractor's successful experience with "Fast Track'' concrete pavement or similar construction shall be provided by the Contractor. No such work shall be permitted until required documentation is provided and verified by the City Engineer. SC-2 i The successful General Contractor and all successfulSubcontractors which are involved with any aspect of this contract project shall attend the project PRE -CONSTRUCTION CONFERENCE. The Superintendent and/or his assistants will not be allowed to serve two (2) or more functions simultaneously, such as 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. MMENWavu •►e el. -A 91 W.-M•: •u' a 00 Wfol► The construction covered by these contract documents and plans shall be fully completed within (150) working days from the date specified in the Notice to Proceed issued by the City of Lubbock Engineering Department to the successful bidder or the date specified in the written approval to begin construction at an earlier date, whichever comes first. u t-111 a ► Bpi 01 ►A► • • 1:-9 The Contractor shall do all such work as may be necessary to maintain detours and facilities for safe public travel. The Contractor shall maintain in passable condition such temporary roads and structures as may be deemed necessary by the Engineer to accommodate public travel. Temporary approaches and crossings of intersecting highways shall be provided and maintained in a safe and passable condition at all times, as determined by the Engineer, at the Contractor's entire expense. ij ���i�`jelli.�►}iiZi[�I�►�j�i`ii f4W The safety of the public and the convenience of traffic shall be regarded as of prime importance. It shall be the sole responsibility of the Contractor to provide for ingress and egress to private property at all times. Ingress and egress to private property shall be provided as specified in the plans or as directed by the Engineer. SC-3 F The Contractor shall plan and execute his operations in a manner that will cause minimum interference with traffic. The Contractor shall secure written approval from the City Traffic Engineer and Project Engineer of his proposed plan of operation, sequence of work and methods of providing for the safe passage of traffic before the Contractor begins any operations. If at any time during construction the approved 1' 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 at other times, all equipment not in use shall be stored in such 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 and for such periods of time as may be required to provide for the safety and convenience of the public and of the Contractor's personnel, as directed by the Engineer. Flaggers shall be English speaking, courteous, well informed, physically and mentally able to effectively 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 vehicular and/or pedestrian 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. 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, drums, cones, lights, signals and other such type devices for handling traffic control as indicated in the plans or as directed by the Engineer. All barricades, warning signs, barriers, flares, cones, lights, signals and other such type devices shall conform to details shown on the plans and as directed by the Texas Manual on Uniform Traffic Control Devices. At the time of the initial setup of the traffic control plan or at the time of major phase changes, one hundred percent (100t) of each traffic control device shall be classified as acceptable'' according to the American Traffic Safety Services Association in the manual titled "Quality Standards for Work Zone Traffic Control Devices''. Throughout the duration of the project, the number of acceptable devices may decrease to seventy five percent (75t) of the initial SC-4 quantity, as a result of damage and/or deterioration during the course of the work. Unacceptable devices or situations that are found on the jobsite shall be replaced immediately or the situation corrected immediately as directed by the Engineer. Any situation where there are more than two (2) adjacent channelizing devices missing or substantially out of alignment will cause an unacceptable situation. BARRICADES, WARNING SIGNS, BARRIERS, AND SUCH TYPE DEVICES SHALL HAVE FLASHING (WARNING) LIGHTS ATTACHED AND FUNCTIONING PROPERLY IN ACCORDANCE WITH THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES. Pavement tape, paint or raised pavement markers will be unacceptable if more than ten percent (101i) or fifty continuous feet (501) of solid line is missing. The Contractor shall retain full responsibility to comply with the requirements of the Texas Manual of Uniform Traffic Control Devices. The Contractor shall provide special signs not covered by the contract documents or plans as needed to protect the traveling public against special conditions or hazards, provided however, that such signs are first approved by the Engineer. Upon completion of the work, all barricades, warning signs, barriers, drums, cones, lights, flares, signals and other such type devices and evidence thereof shall be removed by the Contractor. All advance signing and all barricading shall be in place before construction operations are begun and during the entire time construction operations are in progress. Obstructions or hazards at the workplace shall be clearly marked and delineated at all times. All holes, trenches or other hazardous areas shall.be adequately protected by barricades, lights or other protective devices. Trenches shall be covered or protected with an orange plastic construction fence of height and gage thickness as approved by the Engineer. If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as directed by Figure 6-4.1, Texas Manual of Uniform Traffic Control Devices. The Texas Manual of Uniform Traffic Control Devices shall be followed in all cases. SC-5 F In areas of hot mix paving, not more than three (3) calendar days shall elapse between the time subgrade preparation is begun and the time of spreading and compaction of the flexible base material without approval of the Engineer. In areas of portland cement concrete paving, not more than five (5) calendar days shall elapse between the time subgrade preparation is begun and the portland cement concrete paving is poured, joints sawed, and the surface finished without approval of the Engineer. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 p.m. to 6:00 a.m., except during paving, curb and ., gutter, driveway and/or alley reconstruction. ( The Contractor is responsible for -all communications with adjacent property owners during construction, especially if the project may limit or deny access to their properties. �1 The Contractor shall maintain continual access to adjacent properties. Complete denial of access to an adjacent property will only be considered by the Engineer if the adjacent property owner is agreeable to such denied access. No free water will be supplied by the City of Lubbock for this project. No fire hydrant connection except the standard City of Lubbock fire hydrant connection shall be used. This connection shall be furnished by the Water Department and will be picked up by the Contractor at the Water Meter and Customer Service Department located at 600 Municipal Drive after he has received a permit and has made a deposit on the meter, valve and fittings. The permit will be valid only for the length of each project. The Contractor securing the permit will be responsible for the above equipment. If repairs on any of the equipment are required when they are returned by the Contractor due to misuse, freezing, vandalism or other damage not the fault of the equipment, the Contractor securing the permit will be billed for the repair. Should the meter, valve or fittings be stolen, the Contractor securing the permit will be billed for the replacement value. SC-6 If a connection is made on a faulty hydrant, a report of the faulty hydrant shall be made to the Water Meter and Customer Service Department (775-2604). The loading rack shall be equipped with a valve which will be pad -locked at all times except when the Contractor's truck is loading. The valve on the loading rack shall be used by the Contractor and at no time will the Contractor use the fire hydrant valve. The padlock on the rack valve shall be' furnished by the Contractor. The Contractor shall not use any fire hydrants for water loading unless there is an authorized rack and meter on the fire hydrant. Should a violation of the use of the fire hydrant be observed, the Contractor will be notified of the violation. Should the Contractor not comply immediately in correcting the violation, the City of Lubbock will terminate the permit. Should the fire hydrant receive damage during use due to the Contractor's employee or equipment, the Contractor shall repair the damage or pay to have it repaired to as good a condition as it was prior to its use by the Contractor and also to the satisfaction of the Director of Water Utilities. Should pavement or curb and gutter in the vicinty of a fire hydrant be damaged during the use of the fire hydrant, or if the pavement or curb and gutter fails due to the use of the fire hydrant, either while the fire hydrant is in use or after it is in use, the Contractor shall replace the damaged pavement or curb and gutter to the satisfaction of the Engineer. Meters shall be returned at the end of this project and the Contractor will be billed for the water used. After the billing for water consumption and meter and valve repairs have been paid, the City of Lubbock Water Department will refund the balance of the deposit, if any. A. The Contractor will need special permission to be permitted to work on weekends or legal holidays and shall do no work on any contract item before daylight or later than one hour after sundown, except as directed and approved by the Engineer. No work will be allowed between December 1st and January 1st unless approved by the Engineer. SC-7 F j� B. No work will be allowed by the Contractor on Lakeridge 1 Country Club property until October 1,1998. C. A 1:2 dilute treatment of MS-1 emulsified asphalt and water or SS-1 emulsified asphalt and water at a rate of one -tenth (0.10) gallon of diluted mixture per square yard of surface will be applied to the asphaltic concrete surface within ten (10) days of the placement of the asphaltic concrete surface. D. Temperature Requirements- The temperature readings to be used for construction activities will be determined by the Engineer. The temperature will be taken on the jobsite by the City Representative or he will elect to use the temperature as reported by the National Weather Service on an hourly report (local NWS telephone number is 762-0141). k (A) HMAC November 1st until April 1st r-� 1. The asphaltic mixture shall not be placed when the air temperature is below 55OF (130 C) and falling. 2. The asphaltic mixture may be placed when the air temperature is above 50OF (100 C) and rising. (B) HMAC — April 1st till November 1st 1. The asphaltic mixture shall not be placed when the air temperature is below 50OF (100 C). and falling. 2. The asphaltic mixture may be placed when the air temperature is above 450F (70 C) and rising. (C) Asphalt Stabilized Base 1. The asphaltic mixture shall not be placed when the air temperature is below 450 F (70 C)and falling. 2. The asphaltic mixture may be placed when the air temperature is above 400 F (40 C) and rising. The Engineer may use his discretion to require a cover over the asphaltic mixture when being hauled from the SC-8 a.. F plant to the job site. (D) Portland Cement Concrete 1. The portland cement concrete may not be placed until the air temperature is at least 350 F (20 C). See City of Lubbock Details of Construction for additional restrictions. E. Unless otherwise approved by the Engineer, the minimum temperature of asphalt materials immediately after placement by the laydown machine will be 3000 F (1490 C) for asphaltic concrete surface and 2750 F (1350 C) for asphalt stabilized base. F. Standby rollers shall be located at the job site for immediate use if needed. G. Proof rolling will be required on subgrade, caliche base, black base, embankment or surface. After rain showers or nuisance water discharge, if deemed necessary by the Engineer, each item that was approved will be re -rolled. The proof rolling will be performed using a self-propelled twenty five (25) ton pneumatic roller with certified weight certificate. H. Preliminary approval, by the Engineer, of aggregate at the pit and crusher location shall be required, prior to delivery to the plant. Final approval of the stockpile material, at the hot mix plant or concrete plant, or stockpile locations will be required by the Engineer, after which no additional aggregate will be added to the approved stockpile prior to entering the mixing plant. I. During the period of construction the Contractor will not use private driveways for turning or parking his equipment. Any damage to sidewalks, driveways, slabs, curb and gutter or any miscellaneous concrete structure or paving surface will be replaced at the Contractor's expense. J. Before any portion of any street is closed to traffic the Contractor shall be required to have a sufficient quantity and the correct type of equipment on the jobsite to adequately start and complete the construction. At no time shall any section of the closed area be left more than three (3) calendar days without some type of work being performed. If there is a shortage of equipment required to sufficiently work on all areas of the closed section then SC-9 r- r the Contractor shall immediately provide additional �= equipment as necessary at his expense. It is the intent of these requirements to construct the improvements listed in this contract with the least inconvenience to the property owners and the traveling public, and to construct the improvements in the least possible amount of time. The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc., prior to construction. It shall be the Contractor's responsibility to remove these obstructions at the direction of the Engineer except that the utility companies will move their equipment at no cost to the Contractor. The Contractor will receive no compensation for any delay caused by the Utility Companies in relocating or removing their equipment. The Contractor will bear the cost of all material tests on hot mix design and concrete design. The City of Lubbock shall bear the cost on tests during construction such as density on caliche base, gradation on concrete and paving aggregates and density and asphalt extraction tests on hot -mix and black base. (A) Ca i rh _ Rase Before caliche base materials can be used on any public right of way, independent laboratory test reports not older than forty five (45) days shall be submitted to the Engineer for approval. New test reports shall be required every forty five (45) days or as required by the Engineer before this material can be used on City of Lubbock contract projects. During the construction period, tests which fail will require re -testing by the City of Lubbock Lab at the contractor's expense. SC-10 F .. -arm u - The Contractor or concrete supplier shall submit a mix design on the crushed stone and gravel no less than twenty (20) days prior to beginning the concrete operation for approval by the Engineer. Contractors or Concrete Suppliers that supply concrete for any contract, new subdivision construction, street or alley use permits will be required to submit to the City Engineer a concrete mix design at least every forty-five (45) days for approval. Any contractor or concrete supplier that does not have a current mix design on file with the City Engineer will not be permitted to furnish concrete for any project within the City of Lubbock limits until a mix design is received. The City of Lubbock Testing Laboratory will make test cylinders and/ or beams during the construction period. When test cylinders or beams fail to meet the required strength at the 7 days or 28 days break, the concrete in question will be cored by the City of Lubbock Testing Laboratory within three (3) days after the 7 days or 28 days break. If the core samples fail to meet the required strength, the concrete will be rejected and removed. The cost of coring concrete that fails on the core test(s) will be charged to the Contractor or Concrete Supplier. After the mix design is submitted and approved by the Engineer, no changes in the design or materials will be permitted without written approval of the Engineer. (C) rement A certified mill test on each car or transport shall be required.. (D) Asphalt A certified laboratory test shall be required on all liquid asphalt. (E) Density Test (s) The City of Lubbock Testing Laboratory shall provide density tests on the base or subgrade. The City of Lubbock Testing Laboratory will be the final authority on all tests. SC-11 r: f 13. SUBCONTRACTORS 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 any and all such information as the Owner may require. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind Subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of Subcontractors and to give the Contractor the same power as to 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 the Contractor for any payments due the Subcontractor. All Subcontractors shall have at least 1 (one) copy of all plans, cut sheets, specifications and other project contract documents and drawings on the jobsite at all times. ��i1►1�73icZei Z�Zil�iiSiYliii� iliiiia�.� The Contractor's attention is directed to the fact that pipelines and other underground installations as may be shown on 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. The Contractor is responsible for contacting all utilities prior to construction, for location of all utility lines and facilities. 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 six inches (611) backfilled with 3-sack concrete. It is not the intent to require the Contractor to SC-12 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 of Lubbock underground installation, the Contractor may be required, at the Engineer's option, to repair the cut with 3-sack cement stabilized caliche at the unit price bid. MIEFTIONT540,11 rem I. • /; Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless at least one of the following conditions exist: (A) The project being constructed is essential to the City of Lubbock's ability to provide the necessary services to its citizens. (B) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provi- sions of the contract and the Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor shall notify the Owner's Representative not less than three (3) full working days prior to the weekend or holiday he desires to perform 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 shall be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. SC-13 16. On or before the tenth (loth) day of each month, the Contractor shall submit to the Owner's Representative an application for partial payment. The Owner's Representative shall review said application for partial payment and the rr progress of the work made by the Contractor and if found to R 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 Owner shall pay the Contractor on or before the fifteenth (15th) day of the current month the total amount of the work done the preceeding month less five �^ percent (5%) of the amount thereof which shall be retained until final payment, and further, under the terms of this agreement. 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 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 the final completion of the project. The Owner or the Owner's Representative shall give written notice of observed defects with reasonable promptness. The project completion will be based on working days allowed instead of calendar days allowed. Any places in these documents referring to the number of calendar days to complete the project are hereby revised and termed the number of working days to complete the project. A working day is defined as a calendar day, not including Saturdays, Sundays, or designated City of Lubbock holidays, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. For each Saturday or designated City of Lubbock holiday on which the Contractor chooses to work and has the proper authorization to work, one (1) day will be charged against the contract SC-14 I F 19. working time when weather conditions will permit at least seven (7) hours of work as delineated above. Work on Sunday will not be permitted except in cases of extreme emergency. If Sunday work is permitted, working time will be charged on the same basis as week days. The Contractor shall complete the work within the number of working days stated in these documents. For the purpose of computation, working days will be considered to begin on the effective date stated in the "Notice to Proceed" unless the Contractor is not allowed to begin work on that date due to factors beyond his control as determined by the Engineer. In that event, time charged against the project will begin on the date the Contractor could first work a minimum of seven (7) continuous hours. The Engineer shall furnish the Contractor a monthly statement showing the number of working days charged during the month, the total number of working days allowed in the contract, and the working days remaining in the contract. The Contractor shall be allowed ten (10) calender days in which to protest the correctness of the statement. This protest shall be in writing, adressed to the Engineer and shall show cause. The Engineer shall then have ten (10) calender days to investigate and respond in writing. Not filing a protest within the allowed ten (10) calender days for any statement will 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. If the satisfactory completion of the contract will require unforseen work or work and materials in greater amounts than set forth in the contract, additional working days or suspension of time charge shall be allowed the Contractor equal to the time which, in the opinion of the Engineer, the work as a whole is delayed. The Contractor shall submit this time extension request in writing to the Engineer. The Engineer will then have ten (10) calender days to respond. If the Contractor fails to complete the contract in the working days specified plus any permitted time extensions, the stated liquidated damages will be charged for each working day or portion of a working day thereafter. T,TQTL TDATRD D MA . .-q If the Contractor or Subcontractor(s) should fail, neglect, or refuse to complete the work within the time herein specified, or any proper time extension thereof granted by the Owner, then the Owner shall permanently withold from the Contractor's total compensation the sum of $500 (FIVE HUNDRED DOLLARS) per each working day after the stipulated completion date of this project as liquidated damages for the SC-15 breach of this contract. SC-16