HomeMy WebLinkAboutResolution - 2006-R0019 - Contract For The 2006 Secondary Streets Maintenance Program - Lone Star Dirt - 01_12_2006Resolution No. 2006-R0019
January 12, 2006
Item 5.23
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 for the 2006
Secondary Streets Maintenance Program, Bid #05-141-BM, by and between the City of
Lubbock and Lone Star Dirt & Paving Contracting of Lubbock, Texas, and related
documents. Said Contract is attached hereto and incorporated in this resolution as if fully
set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council this 121h day of January, 2006.
C MCDOUGAL, MAYOR
ATTEST:
Rebe ca Garza, City Secretary
TO CONTENT:
Hertel, )Zity
APPROVED AS TO FORM:
iw
. I
d
Dona d G. V diver, Attorney of Counsel
gs/ccdocs/res-Contract-Lone Star Dirt&Paving M05-141-BM
Dec.28, 2005
41, /t!�w la
CITY OF LUBBOCK
SPECIFICATIONS FOR
2006 SECONDARY STREETS MAINTENANCE PROGRAM
CONTRACT 96498
ITB #05-141 -BM
"A Cite Of Planned Arogress lyl
CITY OF LUBBOCK
Lubbock, Texas
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: 2006 SECONDARY STREETS MAINTENANCE PROGRAM
ADDRESS: LUBBOCK, TEXAS
ITB NUMBER: 05-141-BM
PROJECT NUMBER: 4531.9240
CONTRACT PREPARED BY: PURCHASING & CONTRACT MANAGEMENT DEPARTMENT
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
INDEX
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ITB #05-141-BM
Sealed bids addressed to Victor Kihnan, Director of Purchasing & Contract Management, City of Lubbock,
Texas, will be received in the office of the Director of Purchasing & Contract Management, Municipal Building, 1625
13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 o'clock p.m. on December 21st, 2005, 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:
"2006 SECONDARY STREETS MAINTENANCE PROGRAM"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Director of Purchasing & Contract Management and publicly read aloud. It is the sole responsibility of the bidder to
ensure that his bid is actually in the office of the Director of Purchasing & Contract Management for the City of Lubbock,
before the expiration of the date above first written.
Bids are due at 3:00 o'clock p.m. on December 21st, 2005, and the City of Lubbock City Council will consider
the bids on January 12, 2006, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may
be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder
will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of
100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be
required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a
company carrying a current Best RAfin of B or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days
after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH
THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN
DISQUALIFICATION OF THE BID SUBMITTAL.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid
conference on December 6th, 2005 at 10:00 o'clock a.m., in Purchasing & Contract Management Conference Room
204, 1625 13th Street, Lubbock, Texas.
Bidders may view the specifications without charge at the Purchasing & Contract Management Office, 1625 13'h
Street, 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 Director of Purchasing & Contract Management of the City
of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed
to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage
scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage
scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings
and bid openings are available to all persons regardless of disability. If you would like bid information made available in
a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-
2018 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
VICTOR KILMAN, DIRECTOR
PURCHASING & CONTRACT MANAGEMENT
is _.
GENERAL INSTRUCTIONS TO BIDDERS
1,,
r
GENERAL INSTRUCTIONS TO BIDDERS
1 BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish 2006 SECONDARY
STREETS MAINTENANCE PROGRAM per the attached specifications and contract documents.
Sealed bids will be received no later than 3:00 p.m. CST, December 21st. 2005 at the office listed
below. Any bid received after the date and hour specified will be rejected and returned unopened to the
bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled
in the lower left-hand corner: "ITB #05-141-BM, 2006 SECONDARY STREETS MAINTENANCE
PROGRAM" and the bid opening date and time. Bidders must also include their company name and
address on the outside of the envelope or container. Bids must be addressed to:
Victor Kilman, Director
Purchasing & Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing & Contract Management
Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If
bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a
receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting
will be held at 10:00 a.m., December 6th, 2005 in Purchasing & Contract Management Conference Room
204, 1625 13th Street, Lubbock, Texas. All persons attending the meeting will be asked to identify
themselves and the prospective bidder they represent.
2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
3 ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at http://www.RFPdepot.com. We strongly suggest that you check for any addenda a
minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT
INTERNET ACCESS may use computers available at most public libraries.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing & Contract Management Department. At the
request of the bidder, or in the event the Purchasing & Contract Management Department deems the
interpretation to be substantive, the interpretation will be made by written addendum issued by the
Purchasing & Contract Management Department. Such addenda issued by the Purchasing & Contract
Management Department will be available over the Internet at hqp://www.RFPdepot.com and will
become part of the proposal package having the same binding effect as provisions of the original ITB. NO
VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request
for interpretation considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing & Contract Management Department no later than five (5) days before the bid
closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing & Contract Management Department in writing or in this
ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after
receipt of this ITB with any individuals, employees, or representatives of the City and any information
that may have been read in any news media or seen or heard in any communication facility regarding this
bid should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Director of Purchasing & Contract Management and a clarification obtained before
the bids are received, and if no such notice is received by the Director of Purchasing & Contract
Management prior to the opening of bids, then it shall be deemed that the bidder fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in
accordance with these plans and specifications. If bidder does not notify Director of Purchasing &
Contract Management before bidding of any discrepancies or omissions, then it shall be deemed for
all purposes that the plans and specifications are sufficient and adequate for completion of the
project. It is further agreed that any request for clarification must be submitted no later than five
(5) calendar days prior to the opening of bids.
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or
a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
2
r
6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or
may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with
any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
71 conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment,
advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of
discretion concerning this bid.
' 10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
lcontemplated by said contract documents.
11 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
I
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Director of Purchasing & Contract Management if any language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in
this ITB to a single source. Such notification must be submitted in writing and must be received by the
City of Lubbock Purchasing & Contract Management Office no later than five (5) calendar days before
the bid closing date. A review of such notifications will be made.
BRUCE MACNAIR, SENIOR BUYER
City of Lubbock
1625 1P Street
Lubbock, Texas 79401
Fax: (806) 775-2164
Email: BMacnair@mylubbock.us
RFPDepot: http://www.RFPdepot.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within ONE
HUNDRED TWENTY (120) CONSECUTIVE CALENDAR DAYS from the date specified in the
Notice to Proceed issued by the City of Lubbock to the successful bidder.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
15 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.
16 MATERIALS AND WORI{MANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately
until incorporated into the project. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and
methods set forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a. result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will
be recognized and accommodated and will not, in any way, result in hardware, software or firmware
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
4
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will be famished 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 famished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will famish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired
immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades,
signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the
project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
ff 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
f of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall
use utmost care so as not to endanger life or property and the Contractor shall further use only such
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24 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.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL
INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT
NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL
BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF
OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
26 LABOR AND WORKING HOURS
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
6
1
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of
the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each
employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit
shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown)
have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must
t ` classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per
diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the
City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic
employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the
wages assigned to his articular classification as set forth in the schedule of general prevailing rate of per diem
g � p g P g
wages included in these contract documents.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
29 PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price
written in figures, the price written in words shall govern.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
29.3.1 Bidder's name
29.3.2 Bid for (description of the project).
30
31
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL
FORM PRIOR TO BID OPENING.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
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.
QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the
bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs with
City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar
municipal and similar non -municipal current and completed projects for the past three (3) years for review. This
list shall include the names of supervisors and type of equipment used to perform work on these projects. In
addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work
on this project in compliance with City of Lubbock specifications herein.
f
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
F, discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items 1 through 17 plus the sum of any Alternate Bids the City may select.
32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
No Text
C
BID SUBMITTAL
11
No Text
0
BID SUBMITTAL
UNIT PRICE BID CONTRACT
DATE: l Z- LI- 05
PROJECT NUMBER: #05-141-BM - 2006 SECONDARY STREETS MAINTENANCE PROGRAM
Bid of
(hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a 2006 SECONDARY STREETS
MAINTENANCE PROGRAM having carefully examined the plans, specifications, instructions to bidders, notice to
bidders and all other related contract documents and the site of the intended work, and being familiar with all of the
conditions surrounding the construction of the 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 below.' The price to cover
all expenses incurred in performing the work required under the contract documents.
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
1. 79,800 GAL CRS emulsified, polymerized asphalt for. Course #1, including labor, equipment,
and preparation of existing surface.
MATERIALS: a4e DewR. *No Flory Curs $ /.So /GAL( i/1*700-00 _)
LABOR: Foaw,ry s. je Co rri $ . r14 /GAL( 36, 70 f, aG )
TOTAL
BID ITEM # 1: a&r Pau4vr- Amo r dt1-1 J. t< 06n7S $ A f6, /GAL( / SG, 40t 00 , )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
2. 87,250 GAL CRS emulsified, polymerized asphalt for Course #2, including labor, equipment,
and preparation of existing surface.
MATERIALS: 6,uE Pat-L-ot, tj^ o Picry cE,vrs $ /. M /GAL( lio, #7.5 op )
LABOR: X'oca"y srx Ct.vrs $ • q4 /GAL( 46, /iS 60 )
TOTAL
BID ITEM #2: 6.rr Dottot Ao+G ViA09MY lVe 619.uTs G /GAL( / 7/, 0
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
(�.5. Bidder's Initials
1
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
3. 50,020 GAL CRS emulsified, polymerized asphalt for Single Course, including labor,
equipment and preparation of existing surface.
MATERIALS: "e Dr s Le lt. A0,0 V/FTY a lrA-Irs $ /. S 0 /GAL( 7 5, 6.70. 00 )
LABOR: $rl A'ry & / ctirr e$ . SB /GAL( al, 011, 6 d )
TOTAL
BID ITEM #3: Two Aoe tae.s v'- B/GkT eE--75 $ ?• op /GAL(1o51,. 4o )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
4. 2,170 CY Surface aggregate; TxDOT Grade No. 4 uncoated crushed gravel, meeting
gradation and soundness tests, including loading and freight at stockpiles in the
City of Lubbock, for Course #1, including labor, equipment and preparation
of existing surface.
MATERIALS: Fi6My Douaw A• y Noyary rwo eg•�r $ /5.. 4z- /CY( 35/� Sy6.yo )
LABOR: Acreto- D• tee+ Ag-4 7`&,*m r A-,,& etmr$ $ /S.2V /CY( 33, 070 . Fd )
TOTAL
BID ITEM #4: rAlArY a.1.6 yo ttoAP AAo Sf plee, Cda.$ $ 31.14 /CY(6 7, 6 /7- 20 )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
5. 3,110 CY Surface aggregate; TxDOT Grade No. 5 uncoated crushed gravel, meeting
gradation and soundness tests, including loading and freight at stockpiles in the
City of Lubbock, for Single Course and Course #2, including labor, equipment
and preparation of existing surface.
MATERIALS: rwelvw D a c I- OOL 4-4 7-wo 06Avts $ / 2 • o z /CY( 37, ?80Z, - D )
LABOR: . dg.-I Fiu E![ /CY( Y&A 587. V e }
TOTAL
BID ITEM #5: ttryew Al4"AJ OA• 0 Ko $ 27i00 /CY(83, 976.ee )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern)
Uj S. Bidder's Initials
2
i
C�
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
6. 2,000 SY Patching with Black Base, 3" depth (excavation of 4 '/z", with replacement
of 3" Black Base and 1 '/2" Type C Hot Mix), including labor, equipment,
removal and disposal of asphaltic surface, caliche base and subgrade (if
soft or unstable) to a depth of 4 ''/z" and replacing with 3" of Black Base and
1 ''/z" Type C Hot Mix.
MATERIALS: 7'9/&rte.- Aoteauer Ap_*2 r .m C«e errors $ /3.2s' /SY( .14_ oo.ao )
LABOR:-T-yrfrtc^, Doe.tear AV FIVC eCANS $/3.25 '/SY( ZG,Silo. to__)
TOTAL
BID ITEM #6: raoewvY s, x bac4.,.s ANo PtAry CEN711 $ 26 • Sn /SY( 5'3 oee , o o )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
7. 5,000 SY Patching with Black Base, 6" depth (excavation of 7 '/2", with replacement
of 6" Black Base and 1 '/z" Type C Hot Mix), including labor, equipment,
removal and disposal of asphaltic surface, caliche base and subgrade (if
soft or unstable) to a depth of 7 ''/z" and replacing with 6" of Black Base and
1 '/z" Type C Hot Mix.
Y �een CEO
MATERIALS: S oeo
Do c c..�rs �o� 77re.t � � F'!. � �K $ / 1. Lr /SY( Alt _02� )
LABOR: st w 4uq ,pa t. e.ed s At&.w Tje,, jg - A w w eawr $ /L. z f /SY( t'/. sfo
TOTAL
BID ITEM #7: ry/4-r y 74a P.ee..e�a
3 ~o 'tcr-r [' vv s $ 3L• S e /SY( /dzSao. do )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
8. 200 SY Patching with Black Base, 9" depth (excavation of 10'/z", with replacement
of 9" Black Base and 1 '/2" Type C Hot Mix), including labor, equipment,
removal and disposal of asphaltic surface, caliche base and subgrade (if
soft or unstable) to a depth of 10 ''/z" and replacing with 9" of Black Base and
1 ''/s" Type C Hot Mix.
MATERIALS: 7'&&"in 4, we AA,4 ki 6010 $ Zf o• /SY( r ose, oe )
LABOR: law" I De t, 4,e.1 AA.-; No ax4t;r $ =00 /SY(-5,- oeo. go )
TOTAL
BID ITEM #8: $ Se• ey /SY( /y,poo. ov }
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
10- S . Bidder's Initials
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
9. 300 SY Patching with 2 sack flowable fill; 6"depth, (excavation of 7 '/2", with
replacement of 6" 2 sack flowable fill and 1 ''/2" Type C Hot Mix), including
labor, equipment, removal and disposal of asphaltic surface, caliche base
and subgrade (if soft or unstable) to a depth of 7 ''/z" and replacing with 6"
of 2 sack flowable fill and 1 '/2" Type C Hot Mix.
MATERIALS: f I v E N P- `L 00 +..A *a. ctv,;j $ ?/, e e /SY( fS •e • e 6 )
LABOR: E1veo+ AsccoA4 A-4 NO 4FAA" $ //.eu /SY( 330f. 01 )
TOTAL
BID ITEM #9: T".+r-1 2A11 P14&&V0,3 a' JUe Cary $ ZZ oa /SY( G600. oe )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern)
10. 6,000 SY Patching 1 '/z" H.M.A.C.; with approved crushed stone or approved
crushed gravel, including labor, equipment, removal and disposal
of existing surface, (if applicable), including prime and tack coat.
MATERIALS: Two be4-t-o&S *4V c11.6s-r rwa Z 3S— /SY( /7, /oo. oa )
LABOR: tmov oft L o s 4•v7 tie dery Ply des,-ts $ 2. s-c- /SY( /'7, i00. m )
TOTAL
BID ITEM #10: F&t Do LLOAS 44WIV Stoe.4" C atri $ S. 70 /SY( 3 e/ Atw, an
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
11. 250 LF Curb and Gutter; 6" concrete, Class E (3,000 psi @ 7 days), 30" wide
separate gutter or sawtooth curb and gutter, including labor, equipment, removal
and disposal of existing C & G, subgrade preparation, complete in place, with
locations as directed by the Street Superintendent.
MATERIALS: Toil ve & c.Lvo1 A-0 Ff ciy CENrS $ /t-3-0 /LF( I/Zs . oo )
LABOR: -f ► it VE Do LLea, i 4^,4 Al" CE+41* $ IL Sd /LF(
TOTAL
BID ITEM #11: TwueyN Free Pot -Lao" d A" eadors $ Lf.oa /LF( 62,s•,0o )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
W S • Bidder's Initials
4
I
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
12. 500 SY Valley Gutter; 8" reinforced Class C concrete (3,600 psi @ 28 days)
(see Section 2, Item 10 of the Specifications for reinforcement information);
including labor, equipment, removal and disposal of existing material, subgrade
preparation, complete in place, with locations as directed by the Street
Superintendent.
MATERIALS: ` lr•ea- Do 41:etJ Amo A& $,23.e o /SY( //� 4-4b•oo )
LABOR:.6j,ml,DotineAs A4-W A& CV^IrS $23. d o /SY( //, S'00•00 )
TOTAL-
BID ITEM #12:AyU"-Y Sew Ps"e y Agjo Nc Camr-3 /SY( 246ee.0o )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
13. 150 SY Sidewalk and driveway adjustment; 4" concrete (Class A, 3,000 psi @
28 days), reinforced, including labor, equipment, removal and disposal
of existing sidewalk and/or driveway, subgrade preparation, complete in
place, with locations as directed by the Street Superintendent.
MATERIALS: Six/ee-t <lto 71*e." r/*& Curl $ /L.Zf' /SY( .2107.50 )
LABOR: S iK {er •, &o Lu04 AA-2 ZWC41-7 Glee O&UO $ 14.4,5' /SY(,? 1V3 7, So )
TOTAL
LJ
BID ITEM #13: 7#/"y 7wo at,y fCE.t
ouAvo -Icry rrS $ 3LS'* /SY( V87S. oo )
(Unit Price Amounts shall be shown in both words and numerals. Incase of discrepancy, the amount shown in words shall govem.)
14. 12,500 SY Asphaltic Concrete Milling, milling of existing street surface; 1"-2" in
depth, or in increments of 2" if deeper, including labor, equipment,
removal and stockpiling of milled surface, with locations as directed by
1- the Street Superintendent.
MATERIALS: $ /SY( _ )
LABOR: -gyp D• e-"44 a Lv.. r I $ ',Z X0 /SY( 31. y' ro . o o )
TOTAL
BID ITEM #14:71y0 P&L"A Aygp7 Coy" $ .t. jV /SY( 31,1ro.0a )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern)
1U. S. Bidder's Initials
3 5
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
15. 12,000 LF Herbicide application; spraying of weeds and grass in street Right -of -Way,
one foot in width, by a licensed applicator, including labor, equipment,
licensing and insurance, with locations as directed by the Street Superintendent.
MATERIALS: roa Ap.7 bE NYS $ qO /LF( y 800. ee )
LABOR: C-64*3 $ .40 /LF( f4t oa oa )
TOTAL
BID ITEM#15: ar1L*r-Y CF.V71 $ -So /LF( 96e6.00 )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern)
16. 1,000 CY Asphaltic concrete crushing, crushing of asphaltic material salvaged from
patching operations, including labor, equipment, removal, crushing and
delivery of asphaltic material, with locations as directed by the
Street Superintendent.
MATERIALS:
$ — /CY( — )
LABOR: C t4 K7
Do 4 e oa s 4.v4 M CW"'rl $ 0'8 90 /CY( &,ore, do )
TOTAL
BID ITEM#16: Ejr-h&
aLz.&" 0-0 No e49-OY-3 $ 8'•e /CY( F,00•. se )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
17. 4,000 TABS
Paint stripe tabs for all streets requiring lane line repainting, including labor,
equipment, preparation of existing surface, etc; with locations as directed by the
Street Superintendent.
MATERIALS: e."A—y A" e4r^'V4 $ / 66 /TABS
LABOR:
Fl o E $ , Va /TAB( i foo•oa )
TOTAL
BID ITEM #17: 04c
AeLt-W- -It"Q "Fo-Ar'f wtvc CEP -Ts $ I.gr /TAB( S�� 4� )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
A. Bidder's Initials
1
Estimated
N Item Quantity
tY
No. & Unit Description of Item Total Amount
TOTAL BID ITEMS #1 - 417:
MATERIALS: SSG -ryr. /a
LABOR: 64. lu...G,a :Ft� /t►,wa�vJ &'t«t� .e��e s� �. $ 38/..�`_7,T 7a
TOTAL BID
ITEMS #1 - #17:N/Me A%4"d 'M,^i7-at wr Amftw note A,.~ ,rnm4ar« r �R•, $_ �j3�i /•�l, 8�
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
Ll "Notice to Proceed" of the Owner and to substantially complete the project within 120 (ONE HUNDRED TWENTY)
consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby
4 further agrees to pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED) for each consecutive calendar
day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general
' conditions of the contract documents.
j Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
�. bidding. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the , u
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
'J commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
1 which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and
execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of Dollars
($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event
the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance
certificates, and the required bond (if any) with the Owner within ten (10) business 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.
1
to - C; Bidder's Initials
13
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL, FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date: I Z-221- 65-
2!�S4 "z - -a-
Authorizetl Signature
fMIJ,-, 5&&4tX.N
(Printed or Typed Name)
�t1tT c PAu%
Company
AA
l 12"Le
Address
Citv,
County
74.#!0
, 79fzy
State
Zip Code
Telephone: Sro L
- 7qs— 6oI/
Fax: 8o(& -
-2q5-V07V
M/WBE Firm: Woman Black American Native American
�I Hisnanic American I I Asian Pacific American I I Other (Snecifv)
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
El
0 0
E 0
Fj 0
❑ Ll
11 Ll
Ej 0
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH
INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO
SECTION 28G OF THE GENERAL CONDITIONS.
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by
me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able
to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance
certificate to the City meeting all of the requirements defined in this bid/proposal.
Contract (Signature)
i/le;L&Y Se.J04A5
Contractor (Print)
CONTRACTOR'S FIRM NAME: Rohe. S4*o- 17 ta.i �.►u. ►,off
(Print or Type )
CONTRACTOR'S FIRM ADDRESS: 1I82-b Ufttwe rst� f V-*--
L1-1&_ Cq 1715*71;
Name of Agent/Broker: SDI Na 4,u c -O&S. X-A MC.*_
Address ofAgentBroker: o.Ave- .
City/State/Zip: L4Ld'
Agent/Broker Telephone Number: ( 9W) ?9 Z, - SSG 4
Date: L7--Z1- a!(
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2165.
BID #05-141-BM - 2006 SECONDARY STREETS MAINTENANCE PROGRAM
10
I
SAFETY RECbkb QUESTIONNAIRE
F, (Must Be Submitted With Bid Submittal)
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
p The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
-A1 environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
m� contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
t<
questions and submit them with their bids:
QUESTION ONE
�3
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
_a assessed.
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or fcderal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
OUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO "�
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
Signature
Title
12
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
i
L1
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY NAME: 4ote 5;e,,c D%
Signature of Company
Date Signed: Is-zi-ems-
Printed name of company official signing above: (491"!1 S-AP- SAb
13
I
r
PAYMENT BOND
r!
O
• W
U
d
O
W
A4
THE AMERICAN INSTITUTE OF ARCHITECTS
BOND NO. 808977
AIA Document A312
Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
Lone Star Dirt & Paving Contracting
11820 University Ave.
Lubbock, TX 79423
OWNER (Name and Address):
City of Lubbock
P.O. Box 2000
Lubbock, TX 79453
SURETY (Name and Principal Place of Business):
Insurors Indemnity Company
3701 W. Waco Dr.
Waco, TX 76710
CONSTRUCTION CONTRACT
Date: 01 /12/2006
Amount: $938,121.80
Description (Name and Location): 2006 Secondary Streets Maintenance Program
BOND
Date: 02/21 /2006
Amount: $938,121.80
Modifications to this Bond:
CONTRACTOR AS PRINCIPAL
Company: (Corporate Seal)
Lone Star Dirt & P ving Contracts
Signature:
Name an i
(Any additional signatures appear on page 6)
X None
SURETY
❑ See Page 6
Company: (Corporate Seal)
Insurors Indemnity Company
Signature: Ox��Jv' A,. '0��
Name and Title: A rney-In-Fact
(FOR INFORMATION ONLY - Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer
or other party):
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-1984 4
THIRD PRINTING • MARCH 1987
I The Contractor and the Surety, jointly and severally, bind
themselves, their heirs, executors, administrators,
successors and assigns to the Owner to pay for labor,
materials and equipment fumished for use in the
performance of the Construction Contract, which is
incorporated herein by reference.
2 With respect to the Owner, this obligation shall be null
and void if the Contractor:
2.1 Promptly makes payment, directly or indirectly, for
all sums due Claimants, and
2.2 Defends, indemnifies and holds harmless the
Owner from claims, demands, liens or suits by any
person or entity whose claim, demand, lien or suit is for
the payment for labor, materials or equipment furnished
for use in the performance of the Construction Contract,
provided the Owner has promptly notified the
Contractor and the Surety (at the address described in
Paragraph 12) of any claims, demands, liens or suits
and tendered defense of such claims, demands, liens
or suits to the Contractor and the Surety, and provided
there is no Owner Default.
3 With respect to Claimants, this obligation shall be null
and void if the Contractor promptly makes payment,
directly or indirectly, for all sums due.
4. The Surety shall have no obligation to Claimants under
this Bond until:
4.1 Claimants who are employed by or have a direct
contract with the Contractor have given notice to the
Surety (at the address described in Paragraph 12) and
sent a copy, or notice thereof, to the Owner, stating
that a claim is being made under this Bond and, with
substantial accuracy, the amount of the claim.
4.2 Claimants who do not have a direct contract with
the Contractor:
.1 Have furnished written notice to the Contractor
and sent a copy, or notice thereof, to the
Owner, within 90 days after having last
performed labor or last furnished materials or
equipment included in the claim stating, with
substantial accuracy, the amount of the claim
and the name of the party to whom the
materials were furnished or supplied or for
whom the labor was done or performed; and
6 When the Claimant has satisfied the conditions of
Paragraph 4, the Surety shall promptly and at the Surety's
expense take the following actions:
6.1 Send an answer to the Claimant, with a copy to the
Owner, within 45 days after receipt of the claim, stating
the amounts that are undisputed and the basis for
challenging any amounts that are disputed.
6.2 Pay or arrange for payment of any undisputed
amounts.
7 The Surety's total obligation shall not exceed the amount
of this Bond, and the amount of this Bond shall be credited
for any payments made in good faith by the Surety.
8 Amounts owed by the Owner to the Contractor under the
Construction Contract shall be used for the performance of
the Construction Contract and to satisfy claims, if any, under
any Construction Performance Bond. By the Contractor
furnishing and the Owner accepting this Bond, they agree
that all funds earned by the Contractor in the performance of
the Construction Contract are dedicated to satisfy
obligations of the Contractor and the Surety under this
Bond, subject to the Owner's priority to use the funds for the
completion of the work.
9 The Surety shall not be liable to the Owner, Claimants or
others for obligations of the Contractor that are unrelated to
the Construction Contract. The Owner shall not be liable for
payment of any costs or expenses of any Claimant under
this Bond, and shall have under this Bond no obligations to
make payments to, give notices on behalf of, or otherwise
have obligations to Claimants under this Bond.
10 The Surety hereby waives notice of any change,
including changes of time, to the Construction Contract or to
related subcontracts, purchase orders and other obligations.
11 No suit or action shall be commenced by a Claimant
under this Bond other than in a court of competent
jurisdiction in the location in which the work or part of the
work is located or after the expiration of one year from the
date (1) on which the Claimant gave the notice required by
Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last
labor or service was performed by anyone or the last
materials or equipment were furnished by anyone under the
Construction Contract, whichever of (1) or (2) first occurs. If
the provisions of this Paragraph are void or prohibited by
law, the minimum period of limitation available to sureties as
a defense in the jurisdiction of the suit shall be applicable.
.2 Have either received a rejection in whole or in 12 Notice to the Surety, the Owner or the Contractor shall
part from the Contractor, or not received within be mailed or delivered to the address shown on the
30 days of furnishing the above notice any signature page. Actual receipt of notice by Surety, the
communication from the Contractor by which Owner or the Contractor, however accomplished, shall be
the Contractor has indicated the claim will be sufficient compliance as of the date received at the address
paid directly or indirectly; and shown on the signature page.
.3 Not having been paid within the above 30
days, have sent a written notice to the Surety
(at the address described in Paragraph 12)
and sent a copy, or notice thereof, to the
Owner, stating that a claim is being made
under this Bond and enclosing a copy of the
previous written notice fumished to the
Contractor.
5 If a notice required by Paragraph 4 is given by the
Owner to the Contractor or to the Surety, that is sufficient
compliance.
13 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where the
construction was to be performed, any provision in this Bond
conflicting with said statutory or legal requirements shall be
deemed deleted herefrom and provisions conforming to
such statutory or other legal requirement shall be deemed
incorporated herein. The intent is that this
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED.. AIA
l� THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006
THIRD PRINTING • MARCH 1987
A312-1984
Bond shall be construed as a statutory bond and not as a in the Construction Contract, architectural and
common law bond. engineering services required for performance of the
work of the Contractor and the Contractor's
14 Upon request by any person or entity appearing to be a subcontractors, and all other items for which a
' potential beneficiary of this Bond, the Contractor shall mechanic's lien may be asserted in the jurisdiction
promptly furnish a copy of this Bond or shall permit a copy where the labor, materials or equipment were
to be made. furnished.
I
15 DEFINITIONS
15.1 Claimant: An individual or entity having a direct
contract with the Contractor or with a subcontractor of
the Contractor to furnish labor, materials or equipment
for use in the performance of the Contract. The intent
of this Bond shall be to include without limitation in the
terms "labor, materials or equipment" that part of
water, gas, power, light, heat, oil, gasoline, telephone
service or rental equipment used
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
15.2 Construction Contract: The agreement between
the Owner and the Contractor identified on the
signature page, including all Contract Documents and
changes thereto.
15.3 Owner Default: Failure of the Owner, which has
neither been remedied nor waived, to pay the
Contractor as required by the Construction Contract or
to perform and complete or comply with the other
terms thereof.
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corporate Seal) Company: (Corporate Seal)
Signature:
Name and Title:
Address:
Signature:
Name and Title:
Address:
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA 0
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-1984 6
THIRD PRINTING • MARCH 1987
THE AMERICAN INSTITUTE OF ARCHITECTS
BOND NO. 808977
r
a
Mr�
AIA Document A312
Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
Lone Star Dirt & Paving Contracting
11820 University Avenue
Lubbock, TX 79423
OWNER (Name and Address):
City of Lubbock
P.O. Box 2000
Lubbock, TX 79453
SURETY (Name and Principal Place of Business):
Insurors Indemnity Company
3701 W. Waco Dr.
Waco, TX 76710
CONSTRUCTION CONTRACT
Date: 01/12/2006
Amount: $938,121.80
Description (Name and Location): 2006 Secondary Streets Maintenance Program
BOND
Date: 02/21 /2006
Amount: $938,121.80
Modifications to this Bond:
CONTRACTOR AS PRINCIPAL
Company: (Corporate Seal)
Y Lone Star Dirt & P Ing Contracting
jSignature:
Name a I le:
„j (Any additional signatures appear on page 3)
❑ None ❑ See Page 3
SURETY
Company: (Corporate Seal)
Insurors Indemnity Company
Signature:
Name and Title: At ney-In-Fact
(FOR INFORMATION ONLY- Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or
other party):
Imo; AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. • AIA
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-1984 1
THIRD PRINTING • MARCH 1987
L
I The Contractor and the Surety, jointly and severally, bind
themselves, their heirs, executors, administrators,
successors and assigns to the Owner for the performance
of the Construction Contract, which is incorporated herein
by reference.
2 If the Contractor performs the Construction Contract, the
Surety and the Contractor shall have no obligation under
this Bond, except to participate in conferences as provided
in Subparagraph 3.1.
3 If there is no Owner Default, the Surety's obligation
under this Bond shall arise after:
3.1 The Owner has notified the Contractor and the
Surety at its address described in Paragraph 10 below
that the Owner is considering declaring a Contractor
Default and has requested and attempted to arrange a
conference with the Contractor and the Surety to be
held not later than fifteen days after receipt of such
notice to discuss methods of performing the
Construction Contract. If the Owner, the Contractor
and the Surety agree, the Contractor shall be allowed a
reasonable time to perform the Construction Contract,
but such an agreement shall not waive the Owner's
right, if any, subsequently to declare a Contractor
Default; and
3.2 The Owner has declared a Contractor Default and
formally terminated the Contractor's right to complete
the contract. Such Contractor Default shall not be
declared earlier than twenty days after the Contractor
and the Surety have received notice as provided in
Subparagraph 3.1; and
3.3 The Owner has agreed to pay the Balance of the
Contract Price to the Surety in accordance with the
terms of the Construction Contract or to a contractor
selected to perform the Construction Contract in
accordance with the terms of the contract with the
Owner.
4 When the Owner has satisfied the conditions of
Paragraph 3, the Surety shall promptly and at the Surety's
expense take one of the following actions:
4.1 Arrange for the Contractor, with consent of the
Owner, to perform and complete the Construction
Contract; or
4.2 Undertake to perform and complete the
Construction Contract itself, through its agents or
through independent contractors; or
4.3 Obtain bids or negotiated proposals from qualified
contractors acceptable to the Owner for a contract for
performance and completion of the Construction
Contract, arrange for a contract to be prepared for
execution by the Owner and the contractor selected
with the Owner's concurrence, to be secured with
performance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the
amount of damages as described in Paragraph 6 in
excess of the Balance of the Contract Price incurred
by the Owner resulting from the Contractor's default;
or
4.4 Waive its right to perform and complete, arrange
for completion, or obtain a new contractor and with
reasonable promptness under the circumstances:
.1 After investigation, determine the amount for
which it may be liable to the Owner and, as
soon as practicable after the amount is
determined, tender payment therefor to the
Owner, or
.2 Deny liability in whole or in part and notify the
Owner citing reasons therefor.
5 If the Surety does not proceed as provided in Paragraph
4 with reasonable promptness, the Surety shall be deemed
to be in default on this Bond fifteen days after receipt of an
additional written notice from the Owner to the Surety
demanding that the Surety perform its obligations under
this Bond, and the Owner shall be entitled to enforce any
remedy available to the Owner. If the surety proceeds as
provided in Subparagraph 4.4, and the Owner refuses the
payment tendered or the Surety has denied liability, in
whole or in part, without further notice the Owner shall be
entitled to enforce any remedy available to the Owner.
6 After the Owner has terminated the Contractor's right to
complete the Construction Contract, and if the Surety
elects to act under Subparagraph 4.1, 4.2, or 4.3 above,
then the responsibilities of the Surety to the Owner shall
not be greater than those of the Contractor under the
Construction Contract, and the responsibilities of the
Owner to the Surety shall not be greater than those of the
Owner under the Construction Contract. To the limit of the
amount of this Bond, but subject to commitment by the
Owner of the Balance of the Contract Price to mitigation of
costs and damages on the Construction Contract, the
Surety is obligated without duplication for:
6.1 The responsibilities of the Contractor for correction
of defective work and completion of the Construction
Contract;
6.2 Additional legal, design professional and delay
costs resulting from the Contractor's Default, and
resulting from the actions or failure to act of the Surety
under Paragraph 4; and
6.3 Liquidated damages, or if not liquidated damages
are specified in the Construction Contract, actual
damages caused by delayed performance or non-
performance of the Contractor.
7 The Surety shall not be liable to the Owner or others for
obligations of the Contractor that are unrelated to the
Construction Contract, and the Balance of the Contract
Price shall not be reduced or set off on account of any
such unrelated obligations. No right of action shall accrue
on this Bond to any person or entity other than the Owner
or its heirs, executors, administrators or successors.
8 The Surety hereby waives notice of any change,
including changes of time, to the Construction Contract or
to related subcontracts, purchase orders and other
obligations.
9 Any proceeding, legal or equitable, under this Bond may
be instituted in any court of competent jurisdiction in the
location in which the work or part of the work is located and
shall be instituted within two years after Contractor Default
or within two years after the Contractor ceased working or
within two years after the Surety refuses or fails to perform
its obligations under this Bond, whichever occurs first. If
the provisions of this Paragraph are void or prohibited by
law, the minimum period of limitation available to sureties
as a defense in the jurisdiction of the suit shall be
applicable.
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA O
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-1984 2
I
10 Notice to the Surety, the Owner or the Contractor shall
be mailed or delivered to the address shown on the
signature page.
11 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to be performed, any provision in this
Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions
conforming to such statutory or other legal requirement
shall be deemed incorporated herein. The intent is that
this Bond shall be construed as a statutory bond and not
as a common law bond.
12 DEFINITIONS
12.1 Balance of the Contract Price: The total amount
payable by the Owner to the Contractor under the
Construction Contract after all proper adjustments
have been made, including allowance to the
Contractor of any amounts received or to be received
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
by the Owner in settlement of insurance or other
claims for damages to which the Contractor is entitled,
reduced by all valid and proper payments made to or
on behalf of the Contractor under the Construction
Contract.
12.2 Construction Contract: The agreement between
the Owner and the Contractor identified on the
signature page, including all Contract Documents and
changes thereto.
12.3 Contractor Default: Failure of the Contractor,
which has neither been remedied nor waived, to
perform or otherwise to comply with the terms of the
Construction Contract.
12.4 Owner Default: Failure of the Owner, which has
neither been remedied nor waived, to pay the
Contractor as required by the Construction Contract or
to perform and complete or comply with the other
terms thereof.
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corporate Seal) Company: (Corporate Seal)
Signature:
Name and Title:
Address:
Signature:
Name and Title:
Address:
AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • ALA 0
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006
THIRD PRINTING • MARCH 1987
A312-1984 3
amount o
ase
lepo :: an
and that
of said ct
Jr
blic.,
dkv 2
id Power of Attorney shall e!
,ect . lie;Aeslmation. the slgaaiiWle of
executed and e6ifled by facsinfte:46Mure and seal shall be vali&and"'Nhding upon, thee6mpany with respect to any handof
p: validly :attached._
4wtc I,
kig6d6, that Attorneys In: !act shall tb� A authority, 6 t imitations the: V
pve e power :, rp,-411--orl Y, su pctld terms an of
oMpaq and t f h ny a, ithy n a _ow.,
ihen'i, to ex pityie and deliver
de . I .. iver on hehali of the' C ilie�:� I of the towpatbonds and in
, S�U`C�4 Attorneys
ys in Fact �: sha lifte a binding; upon . lfie.Company ii S if signed by 'ain: Executive- Oltt a i and 4
Sceretary 4' MA'stant. Secretary f the :C pany.
ecre ary o k. Pf"
• Tammy TieA96", Secretary
p?
1 084.:.
y;
Th& ewer of Attornev EX:Dlris
7
:d
46tf- IF YOU AA.VP .. VP AN QUESTIONS REGARDING THE. VALIDITY 00 MiDING OF MtS POWER Of ATTORNVY:ML
Oft KA :v
Ox
:��i683 WXCO T
WRITE4.11 US'Ay; X 70 .26ti
E-mailtts at'Info insurors.com
IICPAGEN 01/44.:
exas, and
er for and
33-7444
s
u t .IL. JJ't`y
own %or L.1AoIL,.1 1 1 Imawl 11lVVr
��-D564 FAX (906) 792-93d4 THIS CERTIFICATE IS 133UED AS A MATTER OF INFOP
aanford Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFIC
6303 Indiana HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXM
AL
P.O, Sox 64790 R THE COVERAGE AFFORDED Y THE POLICIES
Lubbock, TX 79464 INSURERS AFFORDING COVERAGE N*
INSUtiED Lone star Dirt 6 Pavixtg, Ltd. INSURERA, fterican Homo Assurtance/AID
INSURER & Illinois pat' 1/AIG
11020 9, University INSURERC. Texas Mutual insurance Co. 0049
Lubbock, TX 79423 INs~0!
INSURER E:
THE POLICIES OF INSURANCE LISTED 13ELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHS
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF
POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IN9R TYPE OF #WURAWA POLICY NUNWA ExF IRA LIMB
GENERA UABILITY GLO919955 06/02/2005 05/30/20064M=0FDXP
RRENCE $ 1, 0t
$ COMMERCIAL GENERAL uA iure RENTED i 5
7 — :1 CLAW WIDE a OCCUR ny aft parson) I S ZxC.
A
PERSONAL a ADV INAKY
i 1,004
S 2,OOC
a 1,000
GENERAL AGGREGATE
GERL AGGREGATE LIMIT APPLIES PER
POLICY jECT LOG
PRODUCTS - COW/OP AGG
9
AUTOMOBILE LIJABILMY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AVY08
x HIRED AUT08
7C NON -AWNED AUTOS
-
CM166036
05/30/2005
05/30/2006
COMBINEDSNGLELIM►T
(rm)
i 1,000,
BODILY INJURY
(Pu Damn)
;
BODILY INJURY
(Pv ooddent)
�
(Par ooWard)ROPKIM AtrtAGE
AUTO ONLY . EA ACCIDENT
i
i
GARAGE LINGIL"Y
ANY AUTO
ORI T" BA ACC
AIttO ONLY; AGG
S
a
EXCMUMBREL.tw LIABILITY
OCCUR CLAIMS MADE
X DEDUCTIBLE
RETENTION a
EACH OCCUNRENCB
a
AGGREGATE
i
a
a
G
womirrR9COMPENSATIONAND
supLoYERB't.IAMLm
ANY PROPRIETORIPARTNIERIEX9CUTIVE
OFFICERA MBER EXCLUDE09
N yysN� duav+be a,0
SPECW PROVISIONS below
TSF-0001163063
11 06/2005
05/30/2006
X TA DTta
E L. EACH ACCIDENT
i 500, 0t
E,L, DIseASE _EAfiWLOYE
1 50010(
ILL DISEASE - POLICY LIMIT
a 500,0(
OTHER
OP�w� T�IIitvER OF 9FB OGA tTONA BYON�G i WG I9 NAM>rD AS
tTOVOONS
SrICATN3 SO ,
IT20NAL INSURRD ON AOTO AMID GL ON A YRIMRY NON COIQ't'RISOTORZ BASIS AS RXQUIJUM 13T V=TTZN CONTRI►OT.
XTB 05-140-Sec 2006 PPLn9 Z STRZETS MAINTEMUINCL PRO(MM CONTRACT #6497
City of Lubbock
ATW- PQRCKM3116 D>ZPT,
P.O. SOIL 2000
LU880CR, TX 19457
WOULD ANY OF THE ADM DEICAfeED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING NBUREA WALL ENDEAVOR YID IWL
10 DAYS WRITTEN NOTICE TO THE CERTIFM- E HOLDER NAMED TO THE t"T,
BUT FAILURE TO MAL BUCM NOTICE aNAL.L 11100069 NO COUGATWN OR L1ABL"y
AUTHORIZED REPRESENTATIVE
23 (2001/0)
i
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services._
3
No Text
CONTRACT #6498
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 12"' Day of Januarv, 2006 by and between the City of
Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to
do so, hereinafter referred to as OWNER, and LONE STAR DIRT & PAVING CONTRACTING 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 #05-141-BM - 2006 SECONDARY STREETS MAINTENANCE PROGRAM - $938,121.80
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 LONE STAR DIRT & PAVING CONTRACTING'S bid dated
DECEMBER 21, 2005 is incorporated into and made a part of this 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. It
CONTRACTOR: CITY OKUBBOQy, TEXAS (OWNER):
LONE STAR DIRT & PAVING CONTRACTING By:
/MAY
By: Gw•ATTEST:
P NAME: -/_ " r n e r—
TITLE: )/; c e Ne i
COMPLETE ADDRESS:
Lone Star Dirt & Paving Contracting
11820 University Avenue
Lubbock, TX 79423
ATTEST:
Corporate Secretary
APPROVED AS TO ORM:
City Attorney
GENERAL CONDITIONS OF THE AGREEMENT
NO
I
FGENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit LONE STAR DIRT & PAVING CONTRACTING who has agreed to
perform the work embraced in this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative ROBERT COOK, STREET SUPERINTENDENT, so
designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or
inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers,
supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not
directly supervise the Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. 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.
ri
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 e ac ries cessary for the execution and completion of the work covered by the contract documents. Unless
r
� 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.
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.
F-1,11
1 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to said
work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
' calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
fd, 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 material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
1 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
i Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
f terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
�' 3
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any
location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation
that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each
part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work
found to be defective or not in accordance with the contract documents, regardless of the stage of its completion
or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously
accepted the work through oversight or otherwise. If any such work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at
Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
FFf
' 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
Al 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
FI tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
�Jll and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
P! inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
F
-j 22. DEFECTS AND THEIR REMEDIES
1 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
F1, 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:
I Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been
charged by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
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 before bidding of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are
sufficient and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of bids.
0
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
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.
Ei 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
f protection as hereinafter specified. Coverage in excess of that specified herein also. shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL
PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
A. General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
Heavy Equipment Endorsement
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, $0 Combined Single Limit. This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation
Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit,
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned Vehicles. The City is to be named as a primary additional insured on this policy for this
specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance.
The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract mice (100%
of potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The Contractor shall have Umbrella Liability Insurance in the amount of §on all contracts with coverage
to correspond with Comprehensive General Liability and Comprehensive Automobile Liability
coverages.
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.
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'slperson's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-
01 operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
¢ delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
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.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal
., delivery, within 10 days after the Contractor knew or should have known, of any change that
4 materially affects the provision of coverage of any person providing services on the project.
The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
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
10
Fa,
F-i 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
F1 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.
R1,
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work 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;
11
(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:
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 80013 72- 7713 or 5121804-4000
(http://www.twcc.state.tr—us/twcccontacts.himl) 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;
12
(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;
(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
f ; the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees,
harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in
any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and
furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of
this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
f..:. 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
1 ^J 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
13
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances
within said time, any objection and/or assertion that the plans and specifications are at variance with any federal,
state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or
subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice
to the Owner's Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $500 (FIVE HUNDRED) PER
DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and
every working day that the Contractor shall be in default after the time stipulated for substantially completing the
work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
14
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute 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.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time'required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to nor will it request, an extension of time on this contract except when its
gr' q P
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
(' extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
38. OUANTITIES 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
l 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
15
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
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.
16
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.
F",
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,
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
j the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
Pjj completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such 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.
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) Damage to another contractor.
17
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
18
is
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the
cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
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 Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
L the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
19
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
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 bome 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.
20
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.
21
CURRENT WAGE DETERMINATIONS
RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
} Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -Heavy
Equipment Operator -Light
Fire Sprinkler Fitter -Journey
Fire Sprinkler Fitter -Apprentice
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
Laborer -General
Mortar Mixer
Painter
� Plumber
►; _' Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Hourly
11.50
12.00
7.50
9.00
12.50
12.50
7.00
11.00
7.00
9.00
11.00
15.00
8.00
10.00
9.00
18.00
10.00
9.50
10.50
10.50
7.00
11.00
6.00
6.00
9.50
12.50
7.00
9.00
7.00
10.00
7.00
11.00
1
EXHIBIT C
Prevailing Wage Rates
F Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
WJ
I.
L;
L;
i 3
�e^
t-LLB
f
SPECIAL CONDITIONS
1._
L'
L_
l__
SPECIAL CONDITIONS
TIME AND ORDER FOR COMPLETION
The seal coat process covered by the contract documents shall be fully completed within 120 (ONE HUNDRED
TWENTconsecutive calendar days from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
A. The patching, with locations and materials as designated by the City's representative, may begin as
soon as the Contractor receives the Notice to Proceed, and proceed until all designated locations are
completed.
B. The sealing and two -course application shall not begin until May 15, 2006, and shall be completed by
September 15, 2006. The Contractor shall pay to the owner $500.00 per day for each calendar day after
September 15, 2006, until completion of the sealing and two course application, as liquidated damages.
No credit will be given for bad weather days or other delays occuring before September 15, 2006. In the
event it is determined by the City that the progress of the work is not satisfactory, the City may direct the
Contractor to take such action as the City deems necessary to insure completion of the project within the
time specified.
2. CHANGES IN THE WORK
The Street Department may make changes in the scope of the work required to be performed by the Contractor
under the Contract or making additions thereto, or by omitting work therefrom, without involving the Contract,
and without relieving or releasing the Contractor from any of his obligations under the contract or any guarantee
given by him pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and
without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the
(' terms of the original Contract unless it is expressly provided otherwise
Except for the purpose of affording protection against any emergency endangering health, life, limb or property,
the Contractor shall make no change in the materials used or in the specified manner of constructing and/or
installing the improvements or supply additional labor, services or materials beyond that actually required for the
execution of the contract, unless in pursuance of a written order from the local Public Agency authorizing the
Contractor to proceed with the change. No claim for an adjustment of the contract price will be valid unless so
ordered.
If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a
Supplement Schedule of Unit Prices) the Street Department may order the Contractor to proceed with desired
changes in the work, the value of such changes to be determined by the measured quantities involved and the
applicable unit prices specified in the contract; provided that in case of a unit price contract the net value of all
changes does not increase or decrease the original total amount shown in the Agreement by more than twenty-five
(25%) percent.
3. SUPERINTENDENCE
The Contracor's Superintendent and/or his assistants will not be allowed to serve two functions simultaneously,
such operating machinery and acting as Superintendent at the same time. The Contractor's Superintendent must be
free of individual responsibilities to enable him to give the entire project his constant attention to facilitate the
progress thereof.
4. PROSECUTION OF WORK
The Contractor will, before starting any work on any street, erect barricades and signs, or provide sufficient
flagmen, as approved by the Street Superintendent, to give notice to vehicular traffic.During the construction the
Contractor is to close to traffic streets, as approved by the Street Superintendent.
L
At no time during the period of construction shall driveways and/or alleys be left impassable between the night
hours of 6 P.M. to 6 A.M., except during the construction of the curb and gutter for which the driveways and/or
alleys shall remain closed not more than 4 days including 72 hours for curing.
The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such
barricades and warnings, as approved by the Street Superintendent, necessary to give notice to vehicular and
pedestrian traffic of any and all obstructions and insofar as possible keep the streets and/or alleys on which work
is being done in a passable condition. During the time the concrete is curing in the alleys and until it can be
opened to traffic, the Contractor shall maintain warning signs on barricades with lights at each end of the block
until the alley can be opened to traffic.
The flagmen will be required to wear vests and use the type of flag as shown on flagging detail sheet in
specifications.
All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent red -orange
flags at least 16" x 16" in size. These flags shall be mounted high enough on the equipment so that they will be
visible to all traffic meeting or passing the equipment.
Before work is started on any street it will be the responsibility of the Contractor to notify each property owner
that has a car or cars parked in their driveways or garages so that each owner might have the opportunity to move
their cars.
The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in advance, in order
that businesses may have time to adjust their plans. On all thoroughfares and collectors, the Contractor and the
City's Representatives will work with each of the businesses, hospitals, schools, etc., so that only part of the
driveways into their parking lots will be closed. At no time will any parking lot be completely closed, without
prior approval from the Owner's Representative, unless the work is being accomplished at night and the
businesses are closed. The Contractor shall be responsible for notifying affected businesses of the proposed work
and the projected schedule for completion of this work.
Immediately after each application of asphalt, re -construction or black base construction the Contractor shall
clean, remove paper, surplus aggregate or paving materials from gutters, rubbish and temporary structures from
the street, restore in an acceptable manner all property, both public and private which has been damaged during
the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The
cost of the "cleanup" shall be included as part of the cost of the various items of the work involved, and no direct
compensation will be made for this work.
The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL
DEVICES for Streets and Highways. Part VI.
BARRICADES AND DANGER, WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING
The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining,
cleaning and removing upon completion of work, all barricades, warning signs, barriers, cones, lights, signals and
other such type devices for handling traffic control as indicated in the plans or as directed by the Street
Superintendent. All barricades, warning signs, barriers, cones,lights,signals and other such type devices shall
conform to details shown on the plans and as indicated in the Texas Manual on Uniform Traffic Control Devices.
The Contractor may provide special signs not covered by plans to protect the traveling public against special
conditions or hazards, provided however, that such signs are first approved by the Street Superintendent.
Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such type
devices and evident thereof shall be removed by the Contractor.
MAINTENANCE OF DETOURS
The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public travel in
accordance with the Traffic Control Plan and these specifications. There shall be maintained in passable
condition, such temporary roads and structures as may be necessary to accommodate public travel. Temporary
approaches and crossings of intersecting highways shall be provided and maintained in a safe and passable
condition by the Contractor at his entire expense.
1
r7. PUBLIC SAFETY AND CONVENIENCE
Ingress and egress to private property shall be provided as specified in the plans or as directed by the Street
Superintendent.
The Contractor shall plan and execute his operations in a manner that will cause the minimum interference with
traffic.
The Contractor shall secure the Street Superintendent's approval of his proposed plan of operation, sequence of
work, and methods of providing for the safe passage of traffic before it is placed into operation. If at any time
during construction the approved plan does not accomplish the intended purpose, due to weather or other
conditions affecting the safe handling of traffic, the Contractor shall immediately make necessary changes therein
to correct the unsatisfactory conditions.
At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as not to
interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such points an for
such periods of time as may be required to provide for the safety and convenience of public travel and
Contractor's personnel, and as directed by the Street Superintendent. Flaggers shall be English speaking,
courteous, well informed, physically and mentally able to effectually perform their duties in safeguarding and
directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on duty. When
directing traffic, flaggers shall use standard attire, flags and signals and follow the flagging procedures set forth in
the Texas Manual on Uniform Traffic Control Devices for Streets and Highways.
8. REMOVING OBSTRUCTIONS
The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc., prior
to building. It shall be the Contractor's responsibility to remove these obstructions at the direction of the Street
Superintendent, except that the utility companies will move their equipment at no cost to the Contractor. The
P p tY P
Contractor will receive no compensation for delay caused by the Utility Companies in relocating or removing
their equipment.
9. TEST OF MATERIALS
The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for approval of
materials, mix designs, adequacy of procedures, etc. The results of such testing shall be evaluated and final
approval given by the Street Superintendent.
A. CALICHE BASE MATERIALS
Before caliche materials can be used on any street, current (not older than 30 days) test reports will submitted to
the Street Superintendent for approval. Test reports will be required every 30 days as this material is used on
El
City Streets. During the construction period, tests that fail will require re -testing.
B. ASPHALT STABILIZED BASE
The Contractor, or supplier of such materials, shall submit to the City Pavement Management Lab, as soon as
possible after the Notice to Proceed is issued, a sample of the aggregate to be used, for gradation testing and
magnesium sulfate testing. The gradation requirements shall meet those established in Item 5.2 of the Standard
� g 8r q
Paving Specifications. The maximum loss from Magnesium Sulfate testing, when tested in accordance with
ASTM C-88 (4 cycle), shall not exceed fifteen (15) percent.
C. HOT MIX AND SEAL COAT AGGREGATE
The Contractor, or supplier of such materials, shall submit to the City Pavement Management Lab, at least
ninety (90) days prior to the beginning of the sealing operations, samples of the various grades of aggregate to
be used in the reconstruction hot mix and the seal coat operations for gradation testing, crushed face counts,
Flakiness Index tests, and magnesium sulfate tests. The gradation requirements shall be that as necessary to
meet the gradation requirements of Item 6.3 (HMAC Mix Design Requirements) and Item 14.3 (Aggregate for
Single Course and Two Course Seal Coat Maintenance). The crushed face count, Flakiness Index, and
Magnesium Sulfate require ments shall meet those established in City of Lubbock Standard Paving
Specifications, Item number 6.4.
4
D. CEMENT
Certified mill tests on each car or transport.
E. BASE DENSITY TESTS
The City of Lubbock Materials Testing Laboratory will provide density tests on the caliche base and/or black
base.
12. SUBCONTRACTOR
The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which
approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed
award to the subcontractor, which statement shall contain such information as the Owner may require.
The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of
persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly
employed by him.
The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind
subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as
applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any
subcontract that the Owner may exercise over the Contractor under any provision of the contract documents.
Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner
and said subcontractor will look exclusively to contractor for any payments due subcontractor.
13. UNDERGROUND UTILITIES
The Contractor's attention is directed to the fact that pipelines and other underground installations as may be
shown of the plans have been taken from the best available information. There may be other pipelines or
installations. The Contractor shall save harmless the City from any and all suits or claims resulting from damage
by his operations to any pipeline or underground installation.
It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in the
limits of street construction have been properly backfilled, compacted, and the top 6" inches backfilled with 2-
sack flowable fill. It is not the intent to require the Contractor to provide for the utility cut repair but for the
individual utility company making the cut to provide their own repairs.
In the case of a City underground installation, the Contractor may be required, at the Street Superintendent's
option, to repair the cut with 2-sack flowable fill at the unit price bid.
14. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment. Owner's Representative shall review said application for partial payment and the progress of
the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing
as completely as practical the total value of the work done by the Contractor up to and including the last day of
the preceding month.
15. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy and defects due thereto and pay for any
damage to other work resulting therefrom, which shall appear within a period of one (1) year from date of final
acceptance of the project. The Owner or the Owner's Representative shall give notice of observed defects with
reasonable promptness.
F
16. LABOR
The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of Labor,
and must not pay less than the rate legally prescribed or as set forth herein, whichever is higher.
Payment for time worked over forty -hours per week shall be made at one and one-half (1-1/2) times the above
prevailing rates. Payment for time worked on legal holidays shall be paid at one and one-half (1-1/2) times the
regular governing per diem wage rates.
Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar day,
under the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No. 201 of the
47th Legislature shall be paid on the basis of eight (8) hours constituting a day's work.
6
No Text
F
F
Fill,
SPECIFICATIONS
l
G
No Text
r
CITY OF LUBBOCK
STREET DEPARTMENT
STANDARD PAVING SPECIFICATIONS
TABLE OF CONTENTS
SECTION PAGE NUMBER
1.1
GENERAL
1.2
Specifications
1.3
1.4
Warranty and Acceptance
Testing and Inspection
1.5
Cleanup and Site Restoration
Notification of Property Owners
L1.6
1.7
Protection of Utilities and Irrigation Systems
1.8
Water for Construction
2.1
CONCRETE
2.2
Classification
2.3
2.4
Mix Design
Strength Requirements
2.5
Cement
2.6
Aggregate
2.7
Flowable Fill
2.8
Water
Admixtures
E2.9
2.10
Reinforcing Materials
2.11
Joints
2.12
Joint Sealing Materials
2.13
Curing Compounds
2.14
Forms for Concrete
[(
2.15
Placing and Finishing Concrete
3.1 SUBGRADE
L4.1
FLEXIBLE BASE (CALICHE)
4.2
Materials Tests
4.3
Flexible Base Construction
5.1
(,, S
L.
ASPHALT STABLIZED BASE
1
1
2
2
2
3
4
4
5
5
5
6
6
7
7
10
10
10
11
1
6.1
HOT MIX ASPHALT CONCRETE SURFACE (HMAC)
11
6.2
Thickness of HMAC Surface
11
6.3
Mix Design
11
6.4
Coarse Aggregate
13
6.5
Fine Aggregate
13
6.6
Asphalt
13
6.7
Placing HMAC
13
6.8
Compaction
14
6.9
Prime and Tack Coats
15
6.10
Emulsified Asphalt Sealer
15
7.1
STORM SEWER
15
7.2
Reinforced Concrete Pipe
16
7.3
Mortar
16
7.4
Preformed Bituminous Gasket Joints
16
7.5
Manholes
16
7.6
Manhole Frames and Covers
17
7.7
Construction Methods
17
7.8
Excavation
17
7.9
Pipe Installation
18
7.10
Backfilling
19
7.11
Trench Protection
20
8.1
FENCES
20
9.1
SALVAGE OF ASPHALT PAVING
20
10.1
BARRICADES
20
11.1 PROSECUTION OF THE WORK AND WORKING DAYS 21
11.2 Working Days Definition 21
11.3 Work Between November 1 and January 2 22
12.1
MEASUREMENT AND PAYMENT
22
12.2
Curb and Gutter
22
12.3
Concrete Flat Slabs
22
12.4
Curb Ramps
22
12.5
Concrete Drainage Channel
22
12.6
Retaining Wall or Curb on Drain Channel or Curb Ramp
23
12.7
Concrete Median
23
12.8
Concrete Street Paving
23
12.9
Sawing and Sealing Joints
23
12.10
Storm Sewer Inlet Boxes and Manholes
23
12.11
Headwalls
23
12.12
Storm Sewer Pipe
23
12.13
Extra Vertical Feet of Manhole
24
12.14
Curb and Gutter Removal
24
2
12.15
Concrete Slab Removal
12.16
2 Sack Flowable Fill
12.17
Asphalt Paving
12.18
Asphalt Paving Repair
12.19
12.20
Excavation and Grading
Ditch Grading and Unpaved Street Surface Grading
.,
13.1
STANDARD DETAILS
Street Crown Elevations
14.1
SEAL COAT AND TWO COURSE MAINTENANCE
14.11
Preparation of Surface
14.2
Asphalts
14.21
14.22
Asphalt Heaters
Asphalt Applicationq
14.3
Aggregate for Single Course and Two Course Maintenance
14.31
Stockpiles
14.32
Application of Rock
14.33
Required Rolling
(�(^
14.4
Night Work
15.1
Patching Ahead of Seal Coat or Two Course Maintenance
15.11
Patching with Black Base
15.12
Patching with 6" of Two Sack Flowable Fill Stabilizer
15.13
Patching with 1 %" of Hot Mix
15.14
Curb and Gutter Patching
15.15
Valley Gutter Construction
15.2
Asphaltic Concrete Milling
16.1
Herbicides
�a
17.1
Cleanup
�I
L
�w
3
24
24
24
24
24
25
25
25
25
25
25
26
26
27
28
28
28
28
29
29
29
29
29
29
30
30
30
CITY OF LUBBOCK
STREET DEPARTMENT
STANDARD PAVING SPECIFICATIONS
1.1 GENERAL
The construction and materials for any City of Lubbock Street Department project shall conform to the following
specifications and associated plan sheets. Any construction or materials failing to meet the requirements of these
specifications or the plan sheets shall be removed and replaced at the Contractor's expense. No consideration will
be given to requests for reduced payments, except as specified, or extended warranties for construction or materials not in
conformance with these specifications or the plan sheets.
The Street Superintendent may require certificates from manufacturers certifying that materials or equipment to
be incorporated into the work meet these specifications. Material Safety Data Sheets (MSDS) shall be required on
all materials. All materials or equipment shall be subject to approval by the Street Superintendent before being
incorporated into any project. After approval, the source and/or character of materials shall not be changed
without written authorization by the Street Superintendent.
The term Street Superintendent used in these specifications may refer to the City of Lubbock Street Superintendent or an
individual designated by the Street Superintendent to administer these specifications and associated plans.
1.2 SPECIFICATIONS
Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality
standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and
revision thereof.
When information indicated on plan sheets is different from these specifications, the information on the plans shall
govern.
1.3 WARRANTY AND ACCEPTAINC E
All equipment, materials, and construction incorporated into any project covered by these specifications shall be
guaranteed against defective material and workmanship. Prior to final acceptance, the contractor shall furnish to the
Street Superintendent, a written guarantee which shall provide that the contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in or from such defects when such defects appear
within one year from the date of acceptance of the work. The determination of the necessity during the warranty period
for the contractor to repair or replace the work in whole or in part shall rest with the Street Superintendent.
1.4 TESTING AND INSPECTION
All work shall be inspected and/or tested by a representative designated by the Street Superintendent, who shall have the
authority to halt construction when, in his opinion, construction is being performed contrary to these specifications or
associated plans. Whenever any portion of these specifications or associated plans is violated, the Street Superintendent
may order that portion of construction wh icb is in violation to cease until such violation is corrected.
Contractor shall cooperate with the Street Superintendent in providing for sampling and testing procedures. In the event
City tests indicate out of specification materials, additional tests may be provided by the contractor at his expense.
F,
Conflicting test provided by the contractor will not automatically be considered as compliance with specifications, but
will be considered only as additional information to be used by the Street Superintendent to determine the acceptance
Fstatus of the material or construction in question.
Upon completion of construction, the contractor shall flood all paving improvements within the project. Any
improvements holding water one quarter inch or more in depth, or extending more than 10 feet in length shall be removed
Ciand replaced.
1.5 CLEANUP AND SITE RESTORATION
1
After any construction covered by these specifications is completed, the Contractor shall remove all equipment,
surplus materials, and rubbish from the site. The contractor shall restore all disturbed areas to their original
condition satisfactory to the Street Superintendent.
Ll
1.6 NOTIFICATION OF PROPERTY OWNERS
The contractor shall be responsible for maintaining positive communication with adjacent property owners. The
contractor shall notify all affected property owners with respect to pending construction, restricted access, and driveway
locations.
z 1.7 PROTECTION OF UTILITIES AND IRRIGATION SYSTEMS
The plans show only approximate locations of utilities as obtained from various utility companies. It is not implied that
P Y PP tY P P
all utilities or accurate locations are shown on the plans. It is the contractor's responsibility to familiarize himself with all
utilities and locations. The contractor shall comply with all laws, ordinances, and regulations with respect to utility
notification and protection, including Underground Facility Damage Prevention Notification Center.
On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water
lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will
be responsible during the construction period for damages to any utilities.
Irrigation systems affected by construction shall be properly repaired with materials equal the existing system. The
repairs shall be pressure tested to the satisfaction of the Street Superintendent prior to being covered.
01, 1.8 WATER FOR CONSTRUCTION
The City will not furnish water at no charge for construction. To use City water for construction the contractor shall
acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used.
The contractor shall contact Lubbock Power and Light Customer Service Department (775-2509) and establish a utility
account. The contractor must pay the current deposit for a fire hydrant meter. After the account is established and the
l deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive.
Fire hydrants shall be operated only by use an approved fire hydrant wrench. No pipe wrenches, or other unapproved
devices, shall be used to open and close a fire hydrant.
For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of
the meter. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. When filling
the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container.
For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention
L4 assembly. All Reduced Pressure Zone type back flow prevention assemblies must be tested, and the test results approved
by the City prior to use. The test results shall be sent to the City of Lubbock Water Utilities Department, Meter and
Customer Service Supervisor for approval.
In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", the City representatives
are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention
devices are installed.
These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters, alley paving,
sidewalks, street paving, drainage channels. The concrete shall be produced at a Ready -Mix Concrete Batch Plant
conforming to ASTM C 94.
The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed
within one hour of mixing time. The concrete shall be continuously mixed during transit.
No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs,
the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no
evidence of displacement may be repaired with epoxy, only where approved by the Street Superintendent.
All concrete shall have 5%, plus or minus 1-1/2%, air entrainment in conformance with ASTM C 260.
2.2 CLASSIFICATION
The following City of Lubbock classes of concrete shall be used:
Class A Curb and gutter, sidewalks, curb ramps, drainage channels
medians, inlet boxes, headwalls, junction boxes, driveways, and
retaining walls.
Class B Alley returns and alley paving.
Class C Valley gutters, fillets, and concrete street pavement.
Class D Utility encasements
Class E Fast setting concrete pavement such as "Fast Track" Concrete
Pavement or, other special design.
2.3 MIX DESIGN
Twenty to thirty days prior to beginning any concrete construction the contractor shall submit the following to the Street
Superintendent for approval:
1. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall
indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate (not to exceed 18%).
2. A mix design based on water -cement ratio.
3. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with
ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or
6 beams at curing times appropriate to the class of concrete.
F;
I
r.
The Street Superintendent will approve or reject the mix design and materials based on these submittals. This approval
shall be subject to additional testing during construction.
Mix designs for various classes of concrete shall conform to the following:
Minimum Sacks Maximum Gal Maximum Slump
Class Cement per CY Water per Sack Inches
A 5.0
6.5
5
B 5.5
5.5
5
C 6.0
6.0
3
D 4.5
6.5
5
E 7.0
5.0
As specified by
concrete batch plant
2.4 STRENGTH REQUIREMENTS
The various classes of concrete shall conform to the following strengths in psi as determined by the average of two test
Li cylinders or beams. If cores are subsequently used to prove compressive strength where test cylinders indicate failures,
the required compressive strength shall be increased by 10%.
COMPRESSIVE FLEXURAL
Class 1 Dav 3 Dav 7 Dav 28 Dav
A - 2100 3000 -
B - 2500 3000 - -
C - 2500 3600 600(28 day)
D - - 2500 -
E 3000 Unless otherwise specified 500 (16 hr)
2.5 CEMENT
Cement shall be Type I, Type II, or Type III cements conforming to ASTM C 150 "Standard Specification for Portland
s Cement". Air entrained cement shall be Type IA, Type IIA, or Type IIIA conforming to ASTM C 175 "Specification for
Adding Air Entraining to Portland Cement' and ASTM C 226 "Standard Specification for Air -Entraining Portland
Cement'.
2.6 AGGREGATE
f Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed
I stone conforming to ASTM C 33. The aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2
inches, and shall conform to ASTM C 136.
i
All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, or organic impurities.
Coarse aggregate for Class C or E concrete shall be crushed limestone ( Brownwood type or equivalent).
Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall
meet the following requirements by weight:
4
FINE AGGREGATE
COARSE AGGREGATE
Sieve
Percent Retained
Sieve
Percent Retained
3/8 inch
0
1-3/4 inch
0
No. 4
0- 5
1-1/2 inch
0- 5
No.16
20-55
3/4inch
30-65
No. 30
45-75
3/8 inch
70-90
No. 50
70-90
No. 4
95-100
No. 100
98-100
Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of
impurities finer than the #200 sieve shall conform to ASTM C It 7. Maximum amounts of soft particles shall conform to
ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142.
Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Street
Superintendent. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing
stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the
same lift repeatedly.
2.7 FLOWABLE FILL
Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 2 sacks per cubic yard.
Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as specified. Utility
ditches in existing paved streets shall be backfilled with flowable fill from the bottom of the ditch to the paving surface.
2.8 WATER
Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other
chemicals and shall conform to AASHTO T26.
2.9 ADMIXTURES
Admixtures may be applied to the concrete mix design when approved by the Street Superintendent to achieve any desired
special properties. Chemical admixtures shall conform to ASTM C 494. Chemical admixtures shall not be used as a
substitute for Cement.
Mineral admixtures such as Fly Ash and Natural Pozzolans in conformance with ASTM C 618 may not be used with
Types I, II, and III Portland Cement unless specifically approved by the Street Superintendent. If approved only Class
C or Class F fly ash may be used.
When fly ash is used, "cement" in relation to mix design shall be defined as "cement plus fly ash". Fly ash may constitute
no more than 15% by absolute volume of the cement as approved by the Street Superintendent.
2.10 REINFORCING MATERIALS
GENERAL - All concrete, except for curb and gutter, shall incorporate wire mesh or fiber reinforcement, and/or other
reinforcement as indicated on plan sheets. Metal reinforcement shall be grade 40 (40KSI) unless indicated otherwise on
plan sheets.
All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of
reinforcement used, subject to approval by the Street Superintendent.
STEEL - Wire mesh shall conform to ASTM A 185, and shall be 6"x 6"-10 gauge welded wire fabric, or size as indicated
on plan sheets. Reinforcing bars shall be open-hearth basic oxygen or electric furnace new billet steel manufactured in
accordance with ASTM A 615 and ASTM A 305. Steel reinforcing materials stored at any location shall be protected
from accumulations of grease, mud or other foreign matter, and rust producing materials. When incorporated into
construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects.
Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Sleeves or
wrapping shall be as indicated on plan sheets.
Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be
made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position.
FIBER - Fiber reinforcement may be used in place of wire mesh only if approved by the Street Superintendent. Fiber
reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as
concrete reinforcement, containing no reprocessed olefin materials, or steel fibers equivalent to Novocon Xorex. The
quantity of fiber reinforcement used shall be in conformance with the manufacturer's recommendation or as directed by
the Street Superintendent.
a The minimum physical characteristics on the fiber shall be as follows:
s
Specific Gravity 0.91
Tensile Strength 70,000 psi to 110,000 psi
Length 3/4"
2.11 JOINTS
Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent point of each return at
intersections and at intervals not more than 40 feet between the intersections. The 40 foot intervals may be omitted for
machine placed curb and gutter. Construction joints formed by removable metal templates accurately shaped to the cross-
section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or as directed by
the Street Superintendent. Tooled contraction joints, cut at least one quarter the concrete depth, shall be placed at 10 foot
intervals.
Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint and at intervals of 39 feet.
Tooled contraction joints, cut 1/2 inch wide 2 inches deep, shall be placed at 13 foot intervals. Alley paving contraction
joints shall be sealed with an asphaltic sealer.
Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and
detail sheets. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the
pavement thickness plus one half inch. Joints shall be saw cut within 12 hours of placement of the concrete paving. The
joints shall be sealed with an elastomeric system as specified in section 2.12.
Valley gutters and fillets shall be constructed with tooled construction and construction joints. The joints shall be sealed
with an elastomeric system as indicated in section 2.12.
2.12 JOINT SEALING MATERIALS
Bituminous premolded expansion joint material shall conform to ASTM D 1751, and shall be placed as indicated on plan
sheets or elsewhere in these specifications.
r Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOF-SEAL" or "GARDOX"
l� as required by plan sheets. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall
f' 6
conform to ASTM D 3405. Hot poured joint sealant for all other joints in Portland cement concrete pavement, shall
conform to ASTM D 3406. Cold poured joint sealant shall conform to ASTM C 920.
Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. Prior to
application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to
form an effective seal against moisture and solid particles. The sealant shall be a soft, highly flexible, rubber like material
after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of
local conditions.
Backer rod used with elastomeric sealant shall be 25% greater in diameter than the joint width. It shall be made of
polyethylene foam or other material as recommended by the sealant manufacturer. Compression of the backer rod
material shall be approximately 25% shrinkage at 8 psi applied stress. The material shall not melt, shrink, evaporate, or
absorb water, and shall be compatible with the application of the sealant to be used.
2.13 CURING COMPOUNDS
All fresh concrete surfaces shall be completely covered with a liquid membrane forming curing compound and the
application shall conform to ASTM C 309 and TxDOT Item "Membrane Curing".
No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Street
Superintendent.
2.14 FORMS FOR CONCRETE
Forms for concrete construction shall be set to the lines and grades established by the Street Superintendent after subgrade
has been prepared. The forms shall be held together and in place in such a manner that they will not move during the
placing and working of the concrete. The forms shall be cleaned and oiled prior to placing concrete. Face forms and
construction joints (removable metal plates) shall be set to hold the concrete in place until it is to be finished.
Forms that are warped or damaged in any manner so as to make them unacceptable to the Street Superintendent shall not
be used.
Forms for radii shall be set in the same manner as straight forms, and shall be set to produce curves true to the plans. Face
forms will not be required for curb and gutter on radii if a true section can be obtained by other methods acceptable to the
Street Superintendent.
2.15 PLACING AND FINISHING CONCRETE
Concrete shall be placed as close to its proper location as practical. Sufficient concrete shall be placed to allow for
shrinkage and extra material for finishing. The concrete shall be floated and troweled to the approximate section. No
water shall be added during placement or finishing of any concrete, unless specifically authorized by the Street
Superintendent.
For curb and gutter removal of face forms and finishing shall be started after a partial set occurs. For all concrete
construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or
detail sheets.
Concrete shall not be placed when the ambient temperature is below 40 degrees F as determined by the National Weather
Service continuous broadcast. Concrete shall not be placed on frozen subgrade. The contractor shall have available
sufficient covering material, approved by the Street Superintendent, to immediately protect concrete placed less than 6
hours should the air temperature fall below 33 degrees F. This protection shall remain in place as long as the temperature
7
continues below 32 degrees, to a maximum of 5 days. No salt or other chemical admixtures shall be added to the concrete
to prevent freezing.
All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Street
Superintendent and designed to vibrate the concrete internally. Vibrators shall be operated in a manner not to interfere
with joints, and shall not come in contact with forms. The surface of concrete street paving shall incorporate a heavy
broom finish, or tined finish if indicated on plans. All other concrete surfaces shall be completed with a light broom
finish.
Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge. Prior
to acceptance, the contractor shall apply sufficient water to all concrete and paving to determine locations of ponding.
Ponded areas shall be removed and replaced. Any concrete construction damaged by equipment, tools, vandals, or other
influences shall be replaced at the contractor's expense.
3.1 SUBGRADE
Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from
vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and
replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the
following requirements:
Liquid Limit 45 maximum
y Plasticity Index 15 maximum
Linear Shrinkage 2 min - 10 max
3 Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The
conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements.
Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Street
Superintendent, by scarifying and compacting to a minimum of 95% of Standard Proctor Density at optimum moisture
content plus or minus 2%. Subgrade shall be constructed in maximum of 6 inch lifts. The total thickness of the subgrade
shall be 6 inches minimum for streets 36 feet wide or less, 12 inches minimum for streets greater than 36 feet wide, or as
indicated on plan sheets.
+ The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate
equipment. After each section of subgrade is complete, tests as determined necessary by the Street Superintendent will
be made by the City of Lubbock Testing Lab with respect to moisture and density using nuclear testing equipment. At
any time the Street Superintendent may require proof rolling on streets or alleys with a 25 ton pneumatic roller, or
equivalent, to test the uniformity of compaction.
All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch.
Any fill placed within existing or proposed street right of way in execution of an approved cut and fill plan shall meet
these specifications for materials and construction. Cut and fill operations shall comply with Chapter 25 of the City of
Lubbock Code of Ordinances.
Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as
determined by the Street Superintendent.
jj 4.1 FLEXIBLE BASE WALICHE)
1 The material for flexible base shall consist of crushed caliche, limestone, calcareous clay particles, conglomerate, gravel,
sand, or other approved granular materials produced from oversize quarried aggregate, sized by crushing and produced
f` 8
from a naturally occurring single source. Blending of sources shall be allo-%--z;- ed only if both
requirements of these specifications. If material characteaistics within the �-�prc -Ved sources c
subject to retesting and re -approval prior to continued use. The Contractor -Ball not chang c--= -
approval by the Street Superintendent.
All base material sources are subject to approval by the S 1Y-c!�et Superintend Q - xXrt, Approved s c�a
consistently within the limits of these specifications durimEM construction rn--- � be rejected by -
Flexible base material may conditioned by addition of crL:Lsl-ied concrete (C ss A Concrete
crushed concrete and caliche shall be performed at the co:Dritractor's produces -4- won site. The corx-c
remove wood, steel, and other contaminants before blend rig. The final material sh a
performance specifications as stated herein.
4.2 MATERIAL TESTS
Flexible base material shall conform to the following test requirements:
Sieve Analysis
Sieve Size 2-1/2" 1-3/4" 7/9" 1/ -
%Retained 0 0-10 10-3 5 :3 0 -50 4 AS
70— S
Atterberg Limits
Material passing the No. 40 Sieve shall be known as "Soil B inder" and shaL 1 meet the folIoWi--X3-
Liquid Limit 45 maximum
Plasticity Index 15 maximum and 3 minimum
Linear Shrinkage 10 maximum
Wet Ball Mill
When tested in accordance with Tex- 116-E (Wet Ball MiL1> the material sh.-R-11 Dave a value no t-- rt
of material passing the #40 sieve shall not increase by moa-c-- than 25 during the test.
4.3 FLEXIBLE BASE CONSTRUCTION
Areas behind curbs shall be backfilled and leveled with approved topsoil pri to placing
base material. Approved flexible base material shall be hauled in vehicles o f uniform capacity,
the project length for processing and compaction. Processirig shall be accorw-._p 1 ished in multipL-�
compacted thickness. Each course shall be wetted and rol lead with a pneuma.-*-- TL c roller as requirc--- mcz:A
compaction of 95% minimum of Standard Proctor Density at a moisture con 1 % to 2% bela -*---
the Street Superintendent may require proof rolling with a 2 S ton pneumatic roller to ensure un mm f-
Processing for compaction of caliche base with a sheeps foot type roller will rzot be permitted.
The base shall be maintained by blading, watering, or other methods until the wearing surface i
shall not be removed until the base has passed finish inspe ction. Base which becomes wet, or o-tALM
subject to retesting and reprocessing as determined by the Street Superintend -K=--nt-
The compacted flexible base shall be finished and shaped arria ediately proce mc--n-.cliirig the applicatio-r
All loose or unconsolidated material shall bo removed and the surface moister j - 4(-- cl and rolled with =
irregularities, depressions, or weak spots which develop s13all be corrected by sc arifying, adding -K--
required, reshaping, and recompacting, or other methods approved by the Str-Cz�-e✓t Superintendent_
N
F
Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section,
using a 10 foot long straight edge, shall be corrected as provided above.
5.1 ASPHALT STABILIZED BASE (ASB)
Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate and asphalt cement mixed hot in a
mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall
conform to TxDOT Item "Asphalt Stabilized Base" (Plant Mix). The contractor's plant and equipment are subject to
approval by the Street Superintendent, and shall be appropriate and in suitable condition to produce the base material
consistently in compliance with these specifications.
Samples of the compacted ASB will be removed by City personnel from locations designated by the Street Superintendent
to determine composition, compaction, thickness, and density. The contractor shall replace the pavement removed from
core holes at no cost to the City. ASB found to be deficient in composition, compaction, thickness, or density shall be
corrected at the contractor's expense as directed by the Street Superintendent.
5.2 ASB MIX DESIGN
The contractor shall provide a current mix design using the approved materials indicating gradation and, optimum asphalt
content. The aggregate mixture shall conform to the following master gradation:
Sieve Size 1-1/2" 3/4" 1/2" #4 #40
Percent Retained by Weight 0 8-30 30-55 50-70 70-90
Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements:
Liquid Limit shall not exceed 45
Plasticity Index shall not exceed 15
Linear Shrinkage shall not exceed 5
The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt.
The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate
shall conform to the gradation requirements specified. The percent asphaltic material shall be determined in accordance
with Test Method Tex.-126-E or Test Method Tex.-204-F and procedures outlined in TxDOT Bulletin C-14. In no case
shall the asphalt content be less than 4% or more than 9% by weight. Asphalt for the mixture shall meet the requirments
of TxDOT Item "Asphalt, Oils, and Emulsions". The grade of asphalt and source must be approved by the Street
Superintendent prior to use.
The contractor shall submit the mix design prepared by a qualified lab for approval by the Street Superintendent. The
Street Superintendent will approve the asphalt content to be used in the mixture after design tests have been made with the
aggregate to be used. The asphalt content of the production mixture shall not vary from the design more than 0.2% dry
weight based on total mixture.
5.3 PLACING ASB
ASB shall be placed and compacted in 3 inch lifts, unless otherwise directed by the Street Superintendent. Prior to
placing ASB, the subgrade shall be prepared as previously specified The cross-section shall be constructed to form the
w specified crown on the HMAC surface at the centerline of the street, or as indicated on the plans.
G ASB shall not be placed when the air temperature as reported by the National Weather Service is below 45 degrees F and
falling. During June, July, and August ASB shall be placed at a temperature between 255 and 285 degrees F. During
other months ASB shall be placed at a temperature between 275 and 325 degrees F. Any ASB material that is above, or
10
below the specified temperature range may be rejected by the Street Superintendent. No payment will be made for any
rejected material.
The ASB material shall be spread on the approved prepared surface using an approved spreading machine. The material
shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in
conformance with the cross -sections and grades shown on the associated plans.
5.4 ASB COMPACTION
The ASB shall be compacted thoroughly and uniformly with approved rollers to a density of 93% to 96% of Marshall
density, molded at 275 degrees F. Rolling shall be continued until no further increase in density can be obtained and all
roller marks are eliminated. Compaction shall be completed before the ASB mixture cools below 185 degrees F.
The compacted ASB shall conform the cross -sections, lines, and grades shown on the plans or as directed by the -Street
Superintendent. The surface shall be smooth and have a uniform texture acceptable to the Street Superintendent.
6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAQ
Hot mixed asphalt concrete surface shall consist of a compacted mixture of coarse aggregate, fine aggregate, mineral filler
(if required), and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise
specified, the materials and construction shall conform to TxDOT Item "Hot Mix Asphalt Pavement". The contractor's
plant and equipment are subject to approval by the Street Superintendent, and shall be appropriate and in suitable
condition to produce the HMAC surface consistently in compliance with these specifications. Approval of the source and
character of the materials shall be obtained from the Street Superintendent prior to use.
The combined mineral aggregate , after final processing by the mixing plant and prior to addition of asphalt and mineral
filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The
percent of flat of elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test
Method Tex 224-F.
Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime or liquid
anti -stripping agent approved by the Street Superintendent. Anti -stripping agents shall meet requirements of TxDOT Item
"Asphalt Anti -stripping Agents", and shall be added at the manufacturer's recommended dosage and temperature range.
Core samples of the HMAC surface will be removed by City personnel from locations designated by the Engineer
(minimum of 2 cores per 600 foot block) to determine composition, compaction, thickness, and density. HMAC surface
found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor's expense as
directed by the Street Superintendent. The contractor shall replace the pavement removed from core holes at no cost to
the City.
6.2 THICKNESS OF HMAC SURFACE
The thickness of HMAC surface shall be one and one half (1-1/2) inches, unless otherwise indicated on plans. If only one
core measures zero to 1/4 inch less than required thickness no corrective action shall be required. If two or more cores
measure at least 1/4 inch less than the specified thickness, the HMAC surface shall be considered deficient with respect to
thickness. Additional cores will be taken at 25 foot spacing to define the limits of deficiency.
No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified.
6.3 MIX DESIGN
Type "D" HMAC shall be used on streets 36 feet or less in width. Type "C" HMAC shall be used on streets greater than
36 feet in width, and strip paving (no curb and gutter). The contractor shall provide a current HMAC mix design using
11
I
the approved materials indicating gradation and optimum asphalt content. If the contractor elects to use Type "C" where
R_ Type "D" is specified, the material must meet the Type "C" specifications.
The aggregate mixture shall conform to the following master gradation:
Tvne "C" (Coarse Graded Surface Course - Streets greater than 36 feet wide
Percent passing 7/8"
100
Percent passing 5/8"
98-100
Percent retained on 3/8"
12-25
Percent retained on No. 4
15-30
Percent retained on No. 10
12-30
Total percent retained on No. 10
53-65
Percent retained on No. 40
10-20
Percent retained on No. 80
5-15
Percent retained on No. 200
5-15
Percent passing No. 200
1- 6
3
Type "D" Fine Graded Surface Course - Streets 36 feet or less wide)
Percent passing 5/8"
100
Percent retained on 3/8"
0-15
Percent retained on No. 4
30-50
Percent retained on No. 10
12-30
Total Retained on No. 10
53-65
Percent retained on No.40
10-20
Percent retained on No. 80
5-15
Percent retained on No. 200
Percent passing No. 200
5-15
1- 6
L,
Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements:
Liquid Limit shall not exceed 45
Plasticity Index shall not exceed 15
Linear Shrinkage shall not exceed 5
The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt.
The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The percent asphalt in
the mixture shall be determined to meet the Marshall Stability criteria as follows:
Marshall Criteria Type "C" Type "D"
No. Blows (each end of specimen)
Stability (Lb.)
Flow (units of 0.01 inch)
Percent Air Voids
75 50
1500 1200
8 min-16 max 8 min-18 max
2 min-5 max 3 min-6 max
If approved by the Street Superintendent, the contractor may provide an alternate mix design based on his proposed
materials. The contractor's materials and mix design shall meet the performance criteria addressed in these specifications.
12
6.4 COARSE AGGREGATE
The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, tough, durable fragments
of crushed stone of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted.
Coarse aggregate shall be crushed to the extent that produces a minimum of 50% crushed faces for Type "D" HMAC, and
55% crushed faces for Type "C" HMAC, when tested in accordance with Test Method Tex 413-A.
Coarse aggregate shall have a maximum loss of 15% when subjected to 4 cycles of the Magnesium Sulfate Soundness
Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable
materials shall not exceed 2 percent. When subjected to the Los Angeles Abrasion Test, the coarse aggregate shall not
have a loss greater than 40 percent by weight.
Coarse aggregate may be enhanced by addition of crushed concrete (Class A minimum). The crushed concrete shall be
processed and blended at the contractor's batch plant. The material shall be processed to remove wood, steel, and other
objectionable materials so as to produce a crushed aggregate in confromance with these specifications.
6.5 FINE AGGREGATE
The fine aggregate shall be that part of the material passing the No. 4 sieve and shall consist of sand and/or screenings.
The plasticity index of that part of the sand passing the 40 sieve shall not exceed 6. The plasticity index of the screenings
shall not exceed 9.
Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or
similar material as specified for coarse aggregate.
Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the
Street Superintendent. The mineral filler shall be free of foreign and other injurious matter and shall meet the following
gradation:
Percent by Weight Retained on No. 30 Sieve 0
Percent by Weight Retained on No. 80 Sieve 10 maximum
Percent by Weight Retained on No. 200 Sieve 35 maximum
6.6 ASPHALT
Asphalt shall be AC 10 with Latex (3% by weight of asphalt), or performance grade 64-28 S or L. The contractor shall
notify the Street Superintendent of the source of asphaltic material for approval prior to production of the asphaltic
mixture. The optimum asphalt content shall be determined by the Marshall Stability method. The percent asphalt content
in HMAC surface shall be optimum plus 0.25% as indicated by Marshall Stability for streets for Type "C" HMAC, and
optimum plus 0.5% for Type "D" HMAC. The asphalt content of the paving mixture shall not be below optimum, or vary
from the specified design asphalt content by more than plus 0.3 percent dry weight, based on total mixture.
6.7 PRIME AND TACK COATS
Prior to placing HMAC on flexible base, the surface shall be primed using an application of 0.20 gallons of MC-30
asphalt per square yard of surface.
Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned to the
satisfaction of the Street Superintendent. The surfaces shall be given a uniform application of tack coat using asphaltic
materials of this specification. The tack coat shall be applied as directed by the Street Superintendent with an approved
sprayer. Where the pavement mixture will adhere, as determined by the Street Superintendent, to the surfaces on which it
is to be placed without the use of a tack coat, the Street Superintendent may waive the requirement for the tack coat. All
13
contact surfaces of curbs, structures, and joints shall be painted with a thin uniform tack coat. The tack coat shall be
rolled with a pneumatic tire roller as directed by the Street Superintendent.
The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC-2, or shall be a Cut -Back
Asphalt made by combining 50 to 70 percent by volume of the asphaltic material as specified for the paving mixture with
50 to 30 percent by volume of gasoline and/or kerosene. If RC-2 Cut -Back Asphalt is used, it may, upon direction from
the Street Superintendent, be diluted by addition of an approved grade of gasoline and/or kerosene, not to exceed 15
percent by volume.
6.8 PLACING HMAC
HMAC surface shall be constructed to a minimum compacted thickness of 1-1/2 inches. The pavement shall be
constructed on the previously approved base. Laying of HMAC shall not start until sunrise, and must stop one hour
before sunset. HMAC surface shall not be layed until at least 48 hours after the application of the prime coat.
Air temperature requirements for placing HMAC shall be as follows:
LJ p
November 1 to April 1
HMAC shall not be placed when the air temperature is below 55 degrees F and falling.
HMAC may be placed when the air temperature is above 50 degrees F and rising.
April 1 to November 1
j HMAC shall not be placed when the air temperature is below 50 degrees F and falling.
HMAC may be placed when the air temperature is above 45 degrees and rising.
Air temperature shall be determined by the National Weather Service hourly report. If the temperature of any HMAC,
measured while passing through the lay down machine, is 25 degrees F more or less than the mixing temperature, the load
shall be rejected. No payment will be made for rejected material.
The asphaltic mixture shall be dumped and read on the approved prepared surface using an approved spreading and
p p p PP P p g PP P g
finishing machine. The material shall be placed in such a manner that when properly compacted the finished course is
smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans.
Raking loose material back across the HMAC mat will not be permitted. Wings of the laydown machine may not be
g,
dumped unless they are dumped after every load.
uI A level up course, 1/2 inch or more in thickness, shall require the use of ASB or a coarse grade of HMAC approved by the
Street Superintendent.
F.
When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may
use other methods approved by the Street Superintendent provided a satisfactory surface can be obtained.
Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it
will be th inch above 1 4 curb or flush structure.
/ e
All joints shall present the same texture, density, and smoothness as other sections of the course. The joints between old
`-` and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new
sections of the course. The transverse edges of old pavement and, if required by the Street Superintendent, the successive
day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the
course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot
Bituminous material before the fresh mixture is placed.
L
14
6.9 COMPACTION
RMAC surface compaction shall be as follows:
Type C - 95% to 98% of Marshall density (2% to 5% air voids)
Type D - 94% to 97% of Marshall density (3% to 6% air voids)
Using appropriate rollers approved by the Street Superintendent, the pavement shall be compacted thoroughly and
uniformly to a density consistent with the density developed in the laboratory Marshall test method of molding stability
specimens. At a minimum one tandem roller weighing not less than 8 tons, two pneumatic rollers with a weight capable
of being uniformly varied from 275 to 550 psi per inch width of tire tread, and one three wheel roller weighing not less
than 10 tons shall be provided for each job. Additional rollers shall be provided by the contractor if needed.
Rolling with three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the
pavement, overlapping on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall
be slightly different in length. On super -elevated curves rolling shall begin at the low side and progress toward the high
side.
Rolling with pneumatic rollers shall be done as directed by the Street Superintendent and shall be continued until required
compaction is obtained and all roller marks are eliminated.
The motion of the rollers shall be slow enough to avoid displacement of the mixture. Rollers shall not be permitted to
stand on pavement which has not been fully compacted. Any displacement of the mixture shall be corrected immediately
by the use of rakes and fresh mixture where required.
Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in
operation or standing.
Places inaccessible to the rollers may be compacted using lightly oiled tamps. Trenches and other limited areas where
required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller.
The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section.
When tested with a 10 foot straight edge placed parallel to the centerline of the roadway, or other means acceptable to the
Street Superintendent, the maximum deviation shall be not exceed 1/8 inch in 10 feet. An acceptable 10 foot straight edge
shall be provided by the contractor. Any point in the surface not meeting this requirement shall be corrected as directed
by the Street Superintendent. When placed on existing surfaces, the 1/8 inch maximum deviation requirement may be
waived by the Street Superintendent.
6.10 EMULSIFIED ASPHALT SEALER
All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of an
MS-2, or 20/80 SS-1, liquid anionic asphalt and distilled water. The emulsified asphalt sealer shall be applied after
the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per
square yard of surface.
7.1 STORM SEWER
Storm sewer shall include installation of pipe, manholes, inlet structures and outlet structures. Contractor shall use only
materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the
Street Superintendent. Grade and horizontal alignment shall be maintained using a laser or batter boards.
15
F
0
7.2 REINFORCED CONCRETE PIPE
Storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. The pipe shall conform to
the requirements of AASHTO M-170 or ASTM C-76. Pipe shall be Class III unless otherwise noted on plan sheets.
7.3 MORTAR
Mortar shall be used for caulking and filling between pipe and drainage structures.
Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. The Portland cement shall
conform to the requirements of ASTM C-150, Type I.
The sand shall conform to the requirements of ASTM C-144. Hydrated lime may be added to the mixture of sand and
cement in an amount equal to 15% of the weight of cement used. The hydrated lime shall meet the requirements of
l ASTM C-6.
:f Mortar which has not been used after 45 minutes of having water added shall be discarded. Mortar may not be
- retempered by having water added.
7.4 PREFORMED BITUMINUS GASKET JOINTS
l
Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements of Fed. Spec. SS-S-00210
(GSA-FSS), and shall be Ram-Nek or approved equal. Gaskets shall be installed in accordance with manufacturer's
recommendations and shall form a water -tight joint.
7.5 MANHOLES
Manhole barrel, cone and extension sections shall be constructed of precast concrete. A plant inspection may be required
for production facility inspection and to review record -keeping for material certification.
The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM
P g
Specifications:
Aggregates ASTM C-33
Cement ASTM C-150
Sampling Specimens ASTM C-39
Reinforcing ASTM C-185
Sand and Mortar ASTM C-144
. Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive strength test results
must verify concrete strengths meet or exceed 4,000 psi. Aggregate shall be crushed limestone and shall conform to
ASTM C-33 specifications.
L Joints, excepting n ade rings, shall be tongue and groove or an equivalent male and female tyPa joint as approved by the
f. Street Superintendent. All joints shall be effectively jointed to prevent leakage and infiltration. All connections between
wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. This sealant
will be provided by supplier and will be considered an essential part of each shipment.
All cones and adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be reinforced with the same
percentage of steel as risers and tops and will also meet ASTM C-478 specifications. Adjusting rings, as well as all
precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout
and free of voids or honeycombs.
1
16
All manholes shall be designed to withstand H-20 AASHTO loading. They shall also have lifting holes that do not
protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside wall of
manhole.
Manhole barrels shall be assembled of precast riser section. Riser sections and top cone sections shall be placed vertically
with tongues and grooves properly keyed.
Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent pipe section. Changes
in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole with permit.
Changes in size and grade of the channels shall be made gradually and evenly. The invert channels may be formed
directly in the concrete of the manhole base or may be half -pipe laid in concrete. The floor of the manhole outside the
channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per
foot.
All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the
manholes watertight. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. Preformed
flexible plastic sealing compounds equivalent to "Ram-neV or "Kent Seal" may be used provided a watertight seal is
achieved.
Adjusting rings may be used for adjusting the top elevation, except that the total height of the adjusting rings shall not
exceed 12 inches at any manhole. Concrete shall be placed around and under the rings to provide a seal and seat the ring
at the proper elevation. Each manhole shall have a minimum of 6 inches of grade adjustment.
7.6 MANHOLE FRAMES AND COVERS
Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A-48, having a clear
opening of not less than 22 inches. The casting shall be designed with a full bearing ring so as to provide a
continuous seat between frame and cover. The cover shall be furnished with lifting ring cast into the cover in such
manner as to prevent water leaking through. Frame and cover shall have a weight of not less than 275 pounds.
The manhole ring and cover shall be Western Iron Works #40 or approved equal.
7.7 CONSTRUCTION METHODS
All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the
project, in first-class working condition, and approved by the Street Superintendent before construction is permitted to
start. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment
to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe.
The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the
manhole bed and the backfill, as specified.
7.8 EXCAVATION
The Contractor shall do all excavation to the depth shown on the plans. Where rock, or soil containing rocks or gravel,
hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in
accordance with the requirements of one of the classes of bedding, and the hard unyielding material shall be excavated
below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1/2 inch for each foot of fill
over the top of the pipe, whichever is greater, but not more than three -fourths the nominal diameter of the pipe. The
cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required
for the specified class of bedding. The cost of famishing and placing the cushion material shall be included in the bid
price per linear foot of pipe in place. The bottom of the trench shall be excavated to a horizontal section as far as
practicable. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed
by the Street Superintendent. Excavation shall not be carried below the required depth; but when it is, the trench shall be
17
backfilled at the Contractor's expense with material approved by the Street Superintendent and compacted to the density
of the surrounding earth material as determined by AASHTO T-180.
When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved
granular material. The Street Superintendent shall determine the depth of removal of unstable soil and the amount of
backfill necessary. The backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed
for the pipe.
Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Street
Superintendent.
The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper
construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless
otherwise approved by the Street Superintendent. The maximum allowable width of the trench shall not exceed the
widths shown below unless otherwise approved by the Street Superintendent.
L3 NOMINAL PIPE MINIMUM TRENCH MAXIMUM TRENCH
SIZE WIDTH AT SPRINGLIKE WIDTH AT TOP OF PIPE
Less than 18" Pipe O.D. + 12" Pipe O.D. + 18"
18" thru 36" Pipe O.D. + 18" Pipe O.D. + 24"
37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30"
The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation
of the pipe. Excavation in paved areas shall be confined to a minimum practical width. The bed for pipe shall be so
shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the
trench.
The excavation for manholes shall be essentially the same as that for the piping. The sides of the excavation shall be
vertical unless otherwise approved by the Street Superintendent. The Contractor shall do such trench bracing, sheathing
or shoring necessary to perform and protect the excavation as required for safety and conformance to applicable laws and
regulations. The bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive
stages to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheathing, or shoring and
the removal of same, shall be included in the unit price bid per foot for the pipe.
OSurface water shall be prevented from entering the excavation. Heavy equipment, except for excavating equipment, shall
ki not be operated within 20 feet of the edge of the excavation. Excavated materials shall be stockpiled no closer than 3 feet
from the edge of the excavation.
7.9 PIPE INSTALLATION
The Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as
shown on the drawings. The Contractor's facilities for lowering precast pipe into the trench shall be such that neither the
pipe nor the trench will be damaged or disturbed.
7 " The Street Superintendent shall inspect all precast pipe before it is placed. Any section that is damaged by handling or is
defective to a degree which in the opinion of the Street Superintendent will materially affect the function and service of
the pipe shall be rejected and removed from the job site.
Installing the precast pipe in the finished trench shall be started at the lowest point and is laid upgrade. For tongue and
groove precast pipe, the grooved end shall be laid upgrade.
L� The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. The pipe
shall be protected from water during placing and until the concrete, in cast -in -place pipe, or the mortar, in the joints of
.' 18
precast or cast in place pipe, has thoroughly set. The contractor shall provide temporary diversions as necessary to
prevent surface water flow into the excavation.
Pipe shall not be laid or installed on frozen ground.
Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and
re-laid or re -installed without extra compensation.
Mortar shall be used for caulking and filling between the pipe and the drainage structures. Mortar that is not used
within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted.
Pipe joints for precast concrete pipe shall be of the tongue and groove type. The joints shall be of a water tight
joint. Each joint shall be sealed with a preformed bituminous gasket as specified. The gasket shall be installed as
recommended by the pipe manufacturer.
Field poured concrete bases shall be at least 12 inches thick and not less than 1 (one) foot greater diameter than the
outside diameter of the manhole riser section. Concrete shall be Class A at a minimum 3000 psi 28 day compressive
strength. Concrete placement shall conform to ACI and good construction practices. Concrete shall be consolidated and
struck -off to a horizontal surface within the forms or pouring rings.
Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. The manhole
shall be constructed to ASTM C-891 standards.
Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details.
7.10 BACKFILLING
All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the
Street Superintendent. Outside of street right of way the backfill material shall be selected granular material from
excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be
material which can be readily compacted. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of
highly plastic clay, or any other material which is objectionable to the Street Superintendent. The material shall be
moistened or dried, if necessary, to be compacted by the method in use. Backfill material shall be approved by the Street
Superintendent.
The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole.
Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole.
This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or
such greater elevation as directed by the Street Superintendent.
Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe and manhole. Backfill shall be
compacted to 95% (min.) Standard Proctor Density.
Unless otherwise directed by the Street Superintendent or plans, excavation within street right of way shall be backfilled
with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 1-1/2 inches below the asphalt surface. The
pipe shall be restrained so that during the pour the pipe shall not be displaced.
Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. Any damaged
construction shall be removed and replaced at the expense of the Contractor.
19
F7.11 TRENCH PROTECTION
F Trench excavationsnot exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and
local requirements. Trench excavations greater than five feet in depth shall be protected in accordance with the following
specifications. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State
and Local codes. The Contractor shall be responsible for complying with all trench safety requirements, the requirements
of the specifications, drawings and all applicable codes.
Trench protection shall be performed by forces having at least two years experience with similar types of trench safety
systems. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of
experience in fabricating the items.
The contractor shall provide detailed drawings for proposed trench safety systems. The drawings shall identify where
each system is proposed for use and type of system to be used. Trench excavations shall not be started until trench safety
systems have been submitted and approved by the Street Superintendent.
If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of compliance
stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use.
F'. If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall
submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection.
Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. Materials
shall be clean, free of rust, holes, knots and other defects, and shall conform to the following:
Steel — Steel shall be of type and thickness as required and shall have a minimum
yield stress of 36 ksi.
Aluminum — Type 6061-T6, thickness as required.
Wood in Contact with Earth — Pressure treated woods.
Wood not in Contact with Earth — Soft or hardwood as required.
8.1 FENCES
Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the
same or equivalent materials, height, and construction in the proper location. The contractor shall remove existing fence
and either store for reuse or legally dispose of the fence materials, whichever is appropriate.
New fence construction shall be in accordance with specifications and details included on plan sheets.
L 9.1 SALVAGE OF ASPHALT PAVING
All salvage asphalt material shall be broken into pieces not more than 2 inches in size and stockpiled at a location
indicated in the plans. Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the
salvaged asphalt.
J 10.1 BARRICADES
r Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for
Lapproval by the Street Superintendent. The contractor shall have the sole responsibility for providing, installing, moving,
replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. The Traffic Control
20
Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD) alld
1993 National Cooperative Highway Research Program Report 350 (NCERP 350).
The Traffic Control Plan approved by the Street Superintendent shall be considered the minimum requirement for tl
project. The contractor shall provide additional devices as determined to be necessary during the project. If at Oy
e
during construction the approved plan does not accomplish the intended purpose, due to weather or other condition
affecting the safe handling of traffic, the contractor shall immediately make necessary changes to correct the
unsatisfactory conditions.
The contractor shall maintain ingress and egress to private property at all times.
All signing and barricading shall be inplace before construction operations are started and during all tunes constr,
in progress. All hazards shall be clearly marked and adequately protected. If pedestrian walkways are blocked, V
control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as indicated in TeXas
MUTCD.
No separate payment will be made for traffic control. The required plan and devices shall be considere:ci to be sul
to pay items.
11.1 PROSECUTION OF THE WORK AND WORKING DAYS
During the period the contractor is directing traffic over the base, the surface shall be satisfactorily maintained
of sprinkling and blading as required, so that no hazard will result. The base course shall be maintained until the
surface is placed thereon.
At no time during the period of construction shall driveways and/or alleys be left impassable between the night 1
6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley' s s
remain closed not more than 4 days.
No work will be performed after dark or before daylight.
11.2 WORKING DAYS DEFINITION
City contracted paving projects will be based on working days allowed. No requests for extensions of time vv
considered. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of LubboG�
holidays, in which weather or other conditions beyond control of the contractor will permit the performance O
principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm.
Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Street SupetG
(see item 11.3). For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor
work and has authorization from the Engineer to work, 1 day will be charged against the contract working ti_ir z
conditions will permit at least 7 hours of work as described above. Work on Sunday will not be authorize
cases of extreme emergency, as determined by the Street Superintendent.
Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the co3r_
unable to begin work on that date due to factors beyond his control as determined by the Street Superintended
event, time charged against the project will begin on the date the contractorcould first work a rninimurri of 7
described above.
The Street Superintendent will furnish the contractor a monthly statement showing the number of working d�
the working days remaining. The contractor shall be allowed 10 calendar days in which to protest the correc'
statement. The protest shall be in writing, addressed to the Street Superintendent, and shall indicate bass s of
The Street Superintendent shall respond to the protest within 10 calendar days of receiving the protest. Fail
21
protest within the allotted 10 days for any statement shall indicate the contractor's approval of the time charges as shown
on that period's time statement, and future consideration of that time statement will not be permitted.
11.3 WORK BETWEEN NOVEMBER 1 AND JANUARY 2
If conditions are such that, in the opinion of the Street Superintendent, construction will negatively affect local businesses
during holiday periods, the Street Superintendent may suspend construction operations from November 1 to January 2.
The City Of Lubbock observes specific holidays, and City staff are not required to work those days. As standard
procedure, construction operations that require testing/inspection may not be performed on those holidays. If the
contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a
written request for authorization to work from the Street Superintendent. The request shall state the reason the work is
necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary,
overtime, and benefits. If City personnel are available, the Street superintendent may appove the request.
[]11'
12.1 MEASUREMENT AND PAYMENT
The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence,
machinery, equipment, and materials, except as otherwise specified, necessary or incidental to complete the various items
of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the
specifications and on which no separate payment is made shall be included in the bid prices on the various pay items.
Payment will not be made for any item that is not complete, including all associated incidental work. All of the items
covered by these standard specifications may not be included in a particular project. Only those items indicated on bid
documents and plan sheets shall be included for construction and payment.
12.2 CURB AND GUTTER
Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter will be paid for at
the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials, excavation,
filling, backfilling, forming, finishing, and all incidentals necessary to complete the work.
12.3 CONCRETE FLAT SLABS - SIDEWALK, DRIVEWAY, ALLEY RETURN, ALLEY PAVING. AND
VALLEY GUTTER
Measurement will be made of the area, in square feet, of flat slab actually constructed. Flat slabs will be paid for at the
unit price bid per square foot for each specific type of slab. Curb on alley returns shall be included in the area measured
for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and installing all materials,
excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary
to complete the work.
12.4 CURB RAMPS (HANDICAP RAMPS)
Measurement will be made of the area, in square feet, of curb ramp actually constructed, including top surface area of any
retaining wall or curb. Curb ramps will be paid for at the unit price bid per square foot. The unit price bid shall include
furnishing and installing all materials, excavation and filling within two feet of the ramp, back filling, reinforcement,
forming, finishing, and all incidentals necessary to complete the work.
12.5 CONCRETE DRAINAGE CHANNEL
Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area
of any retaining wall or curb. Drainage channel will be paid for at the unit price bid per square foot. The unit price bid
22
shall include furnishing and installing all materials, excavation and filling within two feet of the channel, backfilling,
reinforcement, forming, finishing, and all incidentals necessary to complete the work.
12.6 RETAINING WALL OR CURB ON DRAINAGE CHANNELS AND CURB RAMPS
Measurement will be made of the height and linear feet of wall or curb actually constructed. Retaining wall or curb will
be paid for at the unit price bid per linear foot multiplied by the height of the wall or curb in inches above the top of the
slab (per linear foot per inch height).
The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement,
forming, finishing, and all incidentals necessary to complete the work.
12.7 CONCRETE MEDIAN
Measurement will be made of the area, in square feet, of median actually constructed. Median will be paid for at the unit
price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation, filling,
reinforcement, forming, finishing, and all incidentals necessary to complete the work.
12.8 CONCRETE STREET PAVING
Measurement will be made of the area, in square yards, of concrete street paving actually constructed. Concrete street
paving will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and installing all
materials, excavation, filling, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the
work.
Sawing and sealing of joints shall not be included and will be paid for as a separate bid item.
12.9 SAWING AND SEALING OF JOINTS IN CONCRETE STREET PAVING
Measurement will be made of the linear feet of sawed and sealed joints actually constructed. Sawing and sealing of joints
will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials,
equipment, sawing, cleaning, seal components, and all incidentals necessary to complete the work.
12.10 STORM SEWER INLET BOX AND MANHOLES
Storm sewer inlet boxes and manholes will be paid for at the unit price bid per each. The unit price bid shall include
furnishing and installing all materials, excavation, filling (except flowable fill), floor, connection to pipes, reinforcement,
forming, finishing, manhole rings and covers, and all incidentals necessary to complete the work.
12.11 HEADWALLS
Storm sewer headwalls will be paid for at the unit price bid per each. The unit price bid shall include furnishing and
installing all materials, excavation, filling, reinforcement, forming, finishing, grates, and all incidentals necessary to
complete the work.
12.12 STORM SEWER PIPE
Measurement along the centerline of the pipe will be made of the actual length of pipe constructed, from face of structure
to face of structure or to centerline of manhole, and will be paid for at the unit price bid for Storm Sewer. Depth of cut
shall be considered to be from the top of the adjacent grade stake to the flowline of the pipe. The unit price bid shall
include furnishing and installing all materials, pavement removal, excavation, filling, backfilling with compacted soil
where applicable, and all incidentals necessary to complete the work. Flowable fill will be paid for as a separate pay item.
23
r
12.13 EXTRA VERTICAL FEET OF MANHOLE
The actual constructed manhole will be measured from the top of the base to the top of the ring and cover. Any depth of
manhole exceeding 6 feet in depth will be paid for at the unit price bid for extra vertical feet of manhole. The unit price
bid shall include furnishing and installing all materials and all incidentals necessary to complete the work.
12.14 CURB AND GUTTER REMOVAL
Measurement will be made of the linear feet of curb and gutter actually removed. Payment will be made at the unit price
bid per linear foot of curb and gutter removed. The contractor shall ensure that the Engineer has the opportunity to
measure the linear feet of curb and gutter prior to removal. If curb and gutter is removed without measurement by the
Engineer, no payment will be made for that removal. The unit price bid shall include sawing, hauling, labor and
equipment, and legal disposal for removal of the curb and gutter.
12.15 CONCRETE SLAB REMOVAL
t-' Measurement will be made of the area in square feet of concrete slab actually removed. Payment will be made at the unit
price bid per square foot of concrete slab removed. The contractor shall ensure that the Street Superintendent has the
opportunity to measure the area of concrete slab prior to removal. If concrete slab is removed without measurement by
the Street Superintendent, no payment will be made for that removal. The unit price bid shall include sawing, breaking,
hauling, labor and equipment, and legal disposal for removal of the concrete slab.
12.16 2 SACK FLOWABLE FILL
Quantities of 2 sack flowable fill will be determined from tickets provided by the drivers of the delivery trucks.
Payment will be made at the unit price bid per cubic yard of in place 2 sack flowable fill. The unit price bid shall include
furnishing and placing the material and all incidentals necessary to complete the work.
12.17 ASPHALT PAVING
Measurement will be made of the area, in square yards, of asphalt paving actually constructed. Payment will be made at
the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, subgrade
preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats,
HMAC surface, emulsion seal, and all incidentals necessary to complete the work.
12.18 ASPHALT PAVING REPAIR
Measurement will be made of the area, in square yards, of in place asphalt paving repair. Payment will be made at the
unit price bid per square yard of paving repair. The unit price bid shall include furnishing and placing all asphaltic
materials, sawing of existing paving edges, smoothing and preparation of the existing base, flowable fill if required, tack
and prime coats, compaction, and all incidentals necessary to complete the work.
12.19 EXCAVATION AND GRADING (OUTSIDE LIMITS OF CONSTRUCTION)
Volume of excavation or fill, in cubic yards, will be determined by average end area method. Payment will be made at the
unit price bid per cubic yard of completed excavation or fill. The unit price bid shall include all labor, equipment, and
incidentals necessary to excavate or fill the site to the grades established by Street Superintendent. No separate payment
will be made for disposing of excess material.
J1 24
L
12.20 DITCH GRADING AND UNPAVED STREET SURFACE GRADING
The volume of ditch grading, in cubic yards, will be determined by average end area method. Measurement will be
made of the area, in square yards, of completed surface grading of unpaved streets. Payment will be made at the
unit price bid per cubic yard of completed ditch grading per cubic yard, or surface grading per square yard. The
unit price bid shall include all labor, equipment, and incidentals necessary to grade ditches or surface grade
unpaved streets to the grades established by the Engineer. No separate payment will be made for disposing of
excess material.
13.1 STANDARD DETAILS
Construction shall be in accordance with the following standard details unless otherwise indicated on plans, or
directed by the Street Superintendent. The 24 inch curb and gutter details shall be considered to be standard. 30
inch curb and gutter details shall apply only if specifically indicated on plans or bid documents.
STREET CROWN ELEVATIONS
PAVEMENT WIDTH
FINISHED PAVING SURFACE
CURB FACE TO CURB FACE
ABOVE GUTTER
24 feet
0.35 feet
26 feet
0.37 feet
28 feet
0.40 feet
30 feet
0.42 feet
32 feet -
0.45 feet
36 feet
0.50 feet
42 feet
0.57 feet
46 feet
0.62 feet
52 feet
0.69 feet
64 feet
0.85 feet
66 feet
0.86 feet
86 feet
1.14 feet
88 feet
1.15 feet
All street paving shall incorporate a centerline crown at the listed elevation unless otherwise indicated on plans, or as
directed by the Street Superintendent. The widths listed above refer to the total proposed future full width of street.
14.1 SEAL COAT AND TWO -COURSE MAINTENANCE
The following paragraphs give the specifications on the various materials and applications to be used in seal coat and two -
course maintenance projects. All materials shall be subject to the approval of the Street Superintendent before use.
14.11 PREPARATION OF SURFACE
Before the seal coat operation is started, the Contractor will be required to patch all areas that have failed or raveled as
marked by the Street Superintendent. The City of Lubbock Street Department will sweep the streets before the sealing
and two -course operation is started.
14.2 ASPHALTS
Asphalts for use on this project shall comply with Texas State Highway Department Specifications, Item 300 including
revisions, and a certified copy of the test results will be furnished to the City.
25
t
14.21 ASPHALT HEATERS
Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material required to the desired
temperature. Asphaltic material may be heated by steam coils which shall be absolutely tight. Direct fire heating of
asphaltic materials will be permitted, provided the heater used is manufactured by a reputable concern and there is
positive circulation of the asphalt throughout the heater. Agitation with steam or air will not be permitted. The heating
apparatus shall be equipped with a recording thermometer with a 24-hour chart that will record the temperature of the
asphaltic material where it is the highest temperature.
All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt shall be kept clean and
in good operating condition at all times, and they shall be operated in a manner that there will be no contamination of the
asphalt with foreign material. Asphalt is not to be heated above 2000 F at any time. The Street Superintendent will select
the temperature of application, and the Contractor shall apply the asphalt at a temperature within 15 degrees of the
temperature selected. All asphalt material heated above 2000 F will be rejected. Recirculating tank car heating
equipment shall be equipped with an approved type recording thermometer.
14.22 ASPHALT APPLICATION
Asphalt shall be applied to the clean surface by an approved type of self propelled hydro -statically controlled pressure
distributor so operated as to distribute the material in the quantity specified, evenly and smoothly. The beginning and
ending of each shot of asphalt shall start and stop on a strip of heavy kraft paper of not less than thirty inches in width.
Asphalt for seal coat and two -course application shall not be applied unless covering with aggregate is assured within ten
(10) minutes. No asphalt shall be applied when wind velocity is 25 M.P.H. or more. Asphalt shall not be applied if the
ambient temperature is below 650F. Any block or blocks that receives a seal coat or two -course asphalt application that
exceeds the rate set by the Street Superintendent by .04 or more will not be accepted until the bleeding is stopped. The
Contractor will be required at his expense to furnish extra rock and equipment necessary to control this bleeding. After
the bleeding is stopped, the City will then assume the maintenance of the block or blocks that were shot heavy.
Application of asphalt on street returns shall be accomplished by the distributor bars unless otherwise directed by the
Street Superintendent. In areas regarded by the Street Superintendent as inaccessible to the distributor, use of the hand
hose will be permitted, as directed by the Street Superintendent. Care shall be taken during application of any asphalt to
shield the curb and gutter from asphalt spray. Manholes and valve boxes will be covered before each application of
asphalt and immediately uncovered after the application of aggregate and before rolling operations. Successive
applications of asphalt shall be made in the same manner after application of aggregate.
TxDOT
Grade No.
1. SINGLE COURSE
#5
f 2. TWO -COURSE
L
L lst Course #4
RATE OF APPLICATION OF MATERIALS
Gals
of AUhalt/S.Y.
0.35
0.32
THOROUGHFARES
Spread
Ratio
1:120
1:115
26
2°d Course #5 0.35 1:130
COLLECTORS
I" Course #4 0.32 1:115
2nd Course #5 0.35 1:130
14.3 AGGREGATE FOR SINGLE COURSE AND TWO -COURSE MAINTENANCE
All gravel or crushed stone shall not exceed fifteen percent (15%) loss when tested by the four (4) cycle magnesium
sulfate soundness test, A.S.T.M. C-88. Crushed gravel shall have a minimum of 50 percent of the particles retained on the
No. 4 sieve with more than one crushed face, as determined by Test Method Tex-413-A (particle count) and T.H.D. 302.2.
The percent of flat or elongated slivers of stone or gravel for any course shall not exceed 25%, when tested in accordance
with Test Method Tex 224-F.
The amount of organic matter, clays, loams, or particles coated therewith or other undesirable materials, when washed
over the #10 sieve, shall not exceed 2 percent.
The City of Lubbock Pavement Management Laboratory test results shall be the sole consideration for approval of
materials, mix designs, adequacy of procedures, etc.. The results of such testing shall be evaluated and final approval
given by the Street Superintendent. Final acceptance of the aggregate shall be made only AFTER the material is in
stockpile in the City of Lubbock.
SINGLE COURSE
Aggregate grading (TxDOT #5 Crushed Gravel, or Crushed Stone).
Percent by Weight
Retained on 1 /2" sieve.....................................................................................0
Retained on 3/8" sieve.............................................................................0 - 5
Retained on #4 sieve............................................................................40 - 85
Retainedon #20 sieve...........................................................................99 - 100
TWO COURSE
Aggregate Grading (Tx DOT #4 Crushed Gravel, or Crushed Stone).
Percent by Weight
Retainedon 5/8" sieve....................................................................................0
Retained on 1/2" sieve............................................................................0 - 5
Retained on 3/8" sieve..............................................................................20 - 45
Retained on #4 sieve................................................................................85 100
Retained on #10 sieve..............................................................95 - 100
27
r
Aggregate grading (TxDOT #5 Crushed Gravel, or Crushed Stone).
Percent by Weight
Retainedon 1/2" sieve.....................................................................................0
Retained on 3/8" sieve.............................................................................0 - 5
Retainedon #4 sieve............................................................................40 85
Retained on #20 sieve...........................................................................99 - 100
14.31 STOCKPILES
The location of all stockpiles of aggregate shall be approved by the Street Superintendent prior to unloading as to zoning
requirements, smoothness and compaction of the ground, and traffic conditions. Stockpiles of aggregate to be
incorporated into the project shall be protected from dust by drift fences of any suitable material approved by the Street
Superintendent, when sandstorms possibilities exist. Care will be taken to prevent dusty conditions in the stockpiles area
from any sources.
14.32 APPLICATION OF ROCK
Immediately after making the first application of asphalt, the surface shall be covered with aggregate, spread with an
approved type self-propelled aggregate spreader on which the rate of application of rock and the speed of travel may be
controlled by the operator. Applications shall be at the rates herein specified or at rates as directed by the Street
Superintendent. After the aggregate has been spread, it shall be bladed with an approved blade grader and "bullwheeled"
with an approved three -wheeled roller weighing not less than ten (10) tons. If necessary to obtain a uniform distribution
of aggregate or to fill low areas, hand spotting and hand brooming of the aggregate shall be required. Care shall be taken
in di sections to maintain an accurate flow line. Considerable hand work may be required at intersections and at joints in
p Y q J
order to maintain a uniform distribution of the aggregate,and to prevent the incorporation of foreign materials such as
caliche and dirt.
After the first and second application of aggregate on the two -course, it will be thoroughly rolled with pneumatic rollers,
bladed, dragged and all thin spots spotted with extra aggregate, then rolled with an approved three -wheeled roller
weighing not less than ten (10) tons. Rolling shall be continued until the surface presents a smooth appearance.
Gutter edges shall be cleansed of aggregate before such application of asphalt and this aggregate will not be "ridged"
along the gutter edge but if placed back on the surface area shall be well scattered. There should be a slight excess of
aggregate on the surface after completion of the work specified above.
Care shall be taken in loading aggregate from the stockpiles to prevent getting dirt and other foreign matter into
aggregates. Loads of aggregate containing dirt will be rejected.
L, 14.33 REQUIRED ROLLING
The completed asphalt surface shall be broomed and rolled with pneumatic rollers immediately after the asphalt is covered
with aggregate. The entire surface that is sealed will receive one hour rolling for each 1000 S.Y., the same day that the
asphalt is applied. No back rolling will be permitted (unless a rain storm occurs during the day then that surface may be
rolled the next day). The City will assume maintenance on these streets the following day after the rolling has been
completed.
14.4 NIGHT WORK
�.'._ Application of asphalt and aggregate at night shall be applied by the same methods as for daylight application, except that
all equipment that is to be used on the street after dark shall have sufficient lights in compliance with State vehicle code.
28
Additional lights will be required on the back end of the asphalt distributor, the aggregate spreader and at the aggregate
stock pile area. No night work will be authorized unless approved by the Street Superintendent.
15.1 PATCHING AHEAD OF SEAL COAT OR TWO -COURSE MAINTENANCE
The black base, two sack flowable fill, hot mix material, and concrete to be used in patching ahead of the seal coat or two -
course maintenance shall be used at locations as directed by the Street Superintendent. No substitutions shall be permitted
without prior approval from the Street Superintendent. The areas to be patched shall be marked and measured by the
Street Superintendent. The area to be patched shall be barricaded, according to Texas Manuel for Uniform Control
Devices, at all times during patching operations; however, if the Street Superintendent permits, the patched area may be
opened to traffic prior to placing the final hot -mix surface. In that event, the Contractor shall taper the edges of the patch
with mix to minimize any bumps or inconvenience to traffic.
15.11 PATCHING WITH BLACK BASE
Patching shall include removing the existing surfacing, either three (3), six (6), or nine (9) inches of the existing base and
subgrade (as the Street Superintendent directs), and, if the sub -grade is unstable, it will be removed and replaced with
black base. The excavated base will then be replaced with asphalt stabilized base material (either three (3), six (6), or nine
(9) inches), as directed by the Street Superintendent, and compacted to 95% of design density. The surface course, 1 1/2"
of hot mix, shall then be placed and rolled until the required density is obtained.
The edges of the patch shall be vertical and shall be tacked before placing the black base and the 1-1/2 inches of hot -mix.
All hot -mix edges will meet the grade of the existing surface.
15.12 PATCHING WITH 6" OF TWO SACK CEMENT FLOWABLE FILL
Same as above except six (6) inches of two (2) sack cement flowable fill will be used in lieu of six (6) inches of black
base.
At all times the patching area will be barricaded according to Texas MUTCD. If open to traffic before the hot mix is
placed, the edges of the patch will be leveled up with mix to minimize bumps.
NOTE: Both black base and two sack flowable fill are anticipated being used, with locations of each type of
material to be directed by the Street Superintendent.
15.13 PATCHING WITH 1-1/2" OF HOT -MIX
Same as "Patching with Black Base" except only the existing asphalt surface will be removed.
15.14 CURB AND GUTTER PATCHING
Patching shall include removing the existing curb and gutter and replacing with the proper configuration (24 or 32 inch),
as directed by the Street Superintendent.
15.15 VALLEY GUTTER CONSTRUCTION
The construction of new valley gutter shall include removing the existing surfacing and replacing with 8 inches of
concrete, with locations as directed by the Street Superintendent.
29
r
15.2 ASPHALTIC CONCRETE MILLING
This item consists of removing 1" - 2" (or as the Street Superintendent directs) of the existing asphaltic concrete surface
and replacing it with either a single course seal coat, a two course seal coat, or hot mix (as the Street Superintendent
directs). The material removed from the milled surface will remain remain the property of the City of Lubbock and shall
be stockpiled at a location as directed by the Street Superintendent.
The edges of the patch shall be vertical and shall be tacked before placing hot mix. The hot mix edges will meet the grade
of the existing surface.
�J
16.1 HERBICIDES
Prior to the sealing operation, a herbicide shall be applied to the areas of the streets to be sealed where weeds and grass
are growing. This application shall be done far enough in advance, and at a rate, to insure the vegetation has carried the
herbicide to the roots of the plants before the application of the asphalt and rock. Locations shall be as directed by the
Street Superintendent.
The herbicide to be applied shall be a biodegradable surface acting liquid, such as "Roundup" or an approved equivalent.
Unless otherwise directed by the Street Superintendent, a soil sterilent shall not be used.
17.1 CLEANUP
Immediately after each application of asphalt, the Contractor shall clean, remove paper, piles of asphalt from manholes
and water valves, extra aggregate that is in the gutter, rubbish and temporary structures from the street, restore in an
acceptable manner all property, both public and private, which has been damaged during the prosecution of the work, and
leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as
part of the cost of the various items of work involved, and no direct compensation will be made for this work. This work
shall be done before final acceptance.
30
SITE WORK MEASUREMENT AND PAYMENT
GENERAL
The unit price bid on each item, as stated in the proposals, shall include furnishing all labor, superintendence,
machinery, equipment and materials, except materials specifically specified to be furnished by the Owner,
necessary or incidental to complete the various items of work in accordance with the plans and specifications.
Cost of work or materials shown on the plans or called for in the specifications and on which no separate
payment is made shall be included in the bid prices on the various pay items.
Item Numbers 1 2 AND 3 ASPHALT APPLIED FOR SINGLE COURSE AND TWO -COURSE PURPOSES
Payment for this unit price bid shall be paid for actual gallons used in the City's 2006 Secondary Streets
Maintenance Program. This unit price shall be full compensation for furnishing, sweeping and applying
asphalt as described in Section 14 of the Specifications, and all manipulations, labor, tools equipment and
incidentals to complete the work herein specified.
Item Numbers 4 and 5 AGGREGATE FOR SINGLE COURSE AND TWO -COURSE PURPOSES
Payment of this unit price bid shall be made for actual cubic yardage used in the process of single course and
two -course. All crushed gravel shall have a maximum of fifteen percent (15%) loss when tested by the (4)
four cycle Magnesium Sulfate Soundness Test (A.S.T.M. C-88). Crushed gravel shall have a minimum of 50
percent of the particles retained on the No. 4 sieve with more than one crushed face, as determined by Test
Method Tex. 413-A. The percent of flat or elongated slivers of stone or gravel, for any course, shall not
exceed 25%, when tested in accordance with Test Method Tex 224-F. Final acceptance of the aggregate shall
be made only AFTER the material is in stockpile in the City of Lubbock. This payment being full
compensation for furnishing and placing all materials including spreading, brooming and rolling with
pneumatic roller and all necessary clean-up labor, tools, equipment and incidentals necessary for the
completion of work as herein specified.
Item Number 6. PATCHING WITH 3 INCHES OF BLACK BASE
Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per square
yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base and any
subgrade that is soft or unstable and including tack coat, 3" of black base and 1-1/2" of type "C" Hot -Mix
including removal, haul and disposal of materials excavated, hauling, rolling, tamping and placing 1-1/2" of
Hot -Mix surface and all manipulations, labor, tools, equipment, traffic provisions, barricades, flagmen and
other incidentals necessary to complete the work as herein specified.
Item Number 7. PATCHING WITH 6 INCHES OF BLACK BASE
Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per square
yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base and any
subgrade that is soft or unstable and including tack coat, 6" of black base and 1-1/2" of type "C" Hot -Mix
including removal, haul and disposal of materials excavated, hauling, rolling, tamping and placing 1-1/2" of
Hot -Mix surface and all manipulations, labor, tools, equipment, traffic provisions, barricades, flagmen and
other incidentals necessary to complete the work as herein specified.
Item Number 8. PATCHING WITH 9 INCHES OF BLACK BASE
Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per square
yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base and any
subgrade that is soft or unstable and including tack coat, 9" of black base and 1 1/2" of Type "C" of Hot Mix
surface and all manipulations, labor, tools, equipment, traffic provisions, barricades,flagmen and other
incidentals necessary to complete the work as herein specified.
Item Number 9. PATCHING WITH 6 INCHES OF 2 SACK CEMENT FLOWABLE FILL STABILIZER
Measurement shall be made of the actual area patched, and shall be paid for at the unit price bid per cubic yard
of two sack cement flowable fill stabilizer. This unit price shall be full compensation for removal of asphalt,
caliche base and any sub -grade that is soft or unstable and including tack coat, six (6") inches two (2) sack
r
cement flowable fill stabilizer and 1-1/2" of Type "C" Hot -Mix, including removal, haul disposal of materials
excavated, hauling, placing, rolling, tamping and placing 1-1/2" of hot -mix surface and all manipulations,
labor, tools, equipment, traffic provisions, barricades, flagmen and other incidentals necessary to complete the
work as herein specified.
Item Number 10. PATCHING WITH 1-1/2 INCHES OF HOT -MIX
Measurement shall be made of the actual area and shall be paid for at the unit price bid per square yard. This
unit price shall be full compensation for removal and disposal of the existing surfaces (asphalt), all sawing,
brooming, blading, wetting, and rolling, loading, hauling and wasting all excess excavated material, removing
and disposing of all obstructions noted on the plans or as become necessary, prime coat and tack coat, and for
the furnishing and placing one and one-half inches (1-1/2") of Type "C" hot -mix, including freight, preparing,
hauling and placing all materials, and all manipulations, labor, tools, equipment, and incidentals necessary to
complete the work as herein specified.
Item Number 11. CURB AND GUTTER
Measurements shall be made of the actual linear feet removed and replaced, and shall be paid for at the unit
_j price per linear foot. This unit price shall be full compensation for removal and disposal of the existing curb
and gutter, for preparation of the subgrade, and for construction of the new 30" curb and gutter; including all
manipulations, labor, tools, equipment, hauling, placing all materials, expansion joint material, curing
compound, concrete additives, and incidentals necessary to complete the work as herein specified.
l
Item Number 12. VALLEY GUTTER
Measurements shall be made of the actual area removed and replaced, and shall be paid for at the unit price per
square yard. This unit price shall be full compensation for removal and disposal of existing materials,
preparation of the subgrade, and for construction of the new reinforced 8" valley gutter; including all
manipulations, labor (including sawing, if necessary), tools, equipment, hauling, placing all materials, joint
material, curing compound, concrete additives, reinforcing materials, and incidentals necessary to complete the
work as herein specified.
Item Number 13. 4" CONCRETE SIDEWALK AND DRIVEWAY ADJUSTMENT
Measurements shall be made of the actual area removed and replaced, and shall be paid for at the unit price per
square yard. This unit price shall be full compensation for the removal and disposal of existing materials,
preparation of the subgrade, and for construction of the new sidewalk/driveway; including all manipulations,
labor, tools, equipment, hauling, placing all materials, joint material, curing compound, concrete additives,
reinforcing materials, and incidentals necessary to complete the work as herein specified.
Item Number 14. ASPHALTIC CONCRETE MILLING
Measurements shall be made of the actual area milled, and shall be paid for at the unit price per square yard.
This unit price shall be full compensation for the milling and removal and stockpiling of the milled surface.
The milled material shall remain the property of the City of Lubbock Street Department. The areas to be
milled and the stockpiles of the milled surface shall be at the direction of the Street Superintendent. This bid
item is for one inch to two inch depth milling. If the Street Superintendent directs the contractor to mill in
depths greater than the two inch depth, the extra depth will be paid for in increments of two inches.
Item Number 15. HERBICIDE APPLICATION
Measurements shall be made of the actual linear feet sprayed, at the specified width, and shall be paid for at
the unit price per linear foot. This unit price shall be full compensation for the chemicals, spraying, all labor,
equipment, licensing, and insurance. Locations will be as directed by the Street Superintendent.
Item Number 16. ASPHALTIC CONCRETE CRUSHING
Payment of this unit price bid shall be made for the actual cubic yardage of asphaltic concrete material crushed
and stockpiled from the patching operations. This payment being full compensation for the loading, hauling,
crushing, and delivery of the material to two sites maintained by the City Of Lubbock Street Department, N
Ave K and Erskine Street and 86`b and Avenue P. The material shall be crushed into particles not more than 1
1/2 inches in size. The crushed asphaltic concrete material shall remain the property of the City of
Lubbock Street Department.
Item Number 17. LANE TABS
Payment for this unit price bid shall be made for the actual number of paint stripe tabs used in delineating
existing lane lines on the streets to be seal coated. This payment being full compensation for the tabs, labor
and equipment used in the installation, and preparation of the existing surface. Locations will be as directed
by the Street Superintendent.
�- - a
Page One 2006 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
Sinale Course- Gr 5 Gravel. CRS Emulsion
ROCK
EMULSION
Gr # 4
Gr #
5
DIST. STREET
FROM
TO
LENGTH
WIDTH
AREA
RATE
GALS
RATE C.Y.
RATE
C.Y.
6
Ursuline St
Conc @ N Quaker Ave
W ER Clovis Rd Acc Rd
1,020
22
2,493
0.35
873
1:120
21
4
99th St
ELL Gary Ave
CDS to East
575
29
2,103
0.35
736
1:120
18
4
100th St
ELL Gary Ave
CDS to East
480
29
1,797
0.35
629
1:120
15
4
101st St
ELL Gary Ave
CDS to East
380
29
1,474
0.35
516
1:120
12
4
102nd St
ELL Gary Ave
CDS to East
415
29
1,587
0.35
556
1:120
13
4
103rd St
W ER Gary Ave
Alley E of Gary Ave
612
42
2,856
0.35
1,000
1:120
24
4
Gary Ave
S ER 98th St
VG @ 103rd St
1,615
39
6,998
0.35
2,449
1:120
58
6
16th St
VG @ Kirby Ave
CDS E of Juneau Ave
1,136
29
3,910
0.35
1,369
1:120
33
6
17th St
VG @ Kirby Ave
VG @ Iola Ave
1,256
29
4,047
0.35
1,416
1:120
34
6
Kirby Ave
VG @ 18th St
NLL 16th St
580
33
2,127
0.35
744
1:120
18
6
LaSalle Ave
VG @ 19th St
VG @ 18th St
702
39
3,042
0.35
1,065
1:120
25
6
18th St
WLL LaSalle Ave
CDS E of Juneau Ave
1,740
29
5,857
0.35
2,050
1:120
49
6
Juneau Ave
VG @ 16th St
Alley N of 16th St
110
33
403
0.35
141
1:120
3
6
Juneau Ave
NLL 18th St
VG @ 17th St
260
29
838
0.35
293
1:120
7
6
6th St
VG @ Fulton Ave
CDS W of Fulton Ave
328
29
1,307
0.35
457
1:120
11
6
10th St
ELL Genoa Ave
130' E of Grover Ave
295
33
1,082
0.35
379
1:120
9
6
8th St
ELL Iola Dr
VG @ Fulton Ave
670
29
2,159
0.35
756
1:120
18
6
Genoa Ave
VG @ 8th St
CDS to South
318
29
1,275
0.35
446
1:120
11
6
9th St
WLL Grover Ave
ELL Genoa Ave
330
29
1,063
0.35
372
1:120
9
6
9th Dr
ELL Iola Dr
WLL Grover Ave
544
29
1,753
0.35
614
1:120
15
6
Grover Ave
VG @ 8th St
VG @ 9th St
432
33
1,584
0.35
554
1:120
13
6
Genoa Ave
VG @ 10th St
SLL 9th St
285
29
918
0.35
1
321
1:120
1
8
Page One TOTALS:
50,673
17,736
---
422
Page Two 2006 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
Sinole Course: Gr 5 Gravel. CRS Emulsion
ROCK
EMULSION
Gr # 4
Gr #
5
DIST. STREET
FROM
TO
LENGTH
WIDTH
AREA
RATE
GALS
RATE C.Y.
RATE
C.Y.
44th St
210' E of Memphis Ave
WLL Louisville Ave
480
30
1,600
0.35
560
1:120
13
3
77th St
ELL Ave S
CDS E of Ave Q
1,174
29
4,033
0.35
1,412
1:120
34
3
Ave R
Alley S of 77th St
VG @ 77th St
130
29
419
0.35
147
1:120
3
3
Ave S
Alley N of 78th St
Alley N of 77th St
314
33
1,151
0.35
403
1:120
10
3
Ave P (W 1/2)
Alley N of 79th PI
SLL 77th St
733
24
1,955
0.35
684
1:120
10
3
78th St
E ER Ave Q
CDS to East
382
29
1,481
0.35
518
1:120
12
3
79th St
E ER Ave Q
CDS to East
380
29
250
0.35
88
1:120
2
3
75th St
80' W of Quanah Ave
CDS W of Red Springs
580
29
2,119
0.35
742
1:120
18
3
76th St
115' W of Quanah Ave
CDS W of Red Springs
550
29
2,022
0.35
708
1:120
17
3
Red Springs Ave
VG @ 76th St
VG @ 75th St
294
29
947
0.35
332
1:120
8
1
Emory St
CDS E of N Ulrich Ave
CDS W of N Ave V
825
29
3,158
0.35
1,105
1:120
26
1
N Ave V
VG @ Emory St
NLL Duke St
220
29
709
0.35
248
1:120
6
1
Dartmouth St
CDS E of Ulrich Ave
CDS W of N Ave V
832
29
3,181
0.35
1,113
1:120
27
1
Duke St
ELL N Ulrich Ave
VG @ N Ave U
550
29
1,772
0.35
620
1:120
15
1
Duke St
ELL N Ave V
VG @ N Vernon Ave
168
29
541
0.35
189
1:120
5
1
N Ulrich Ave
VG @ Emory St
VG @ Dartmouth St
460
29
1,482
0.35
519
1:120
12
1
Madison St
ELL N Boston Ave
VG @ N University Ave
1,880
29
6,058
0.35
2,120
1:120
50
1
N Boston Ave
S ER Madison St
Alley N of Madison St
210
29
677
0.35
237
1:120
6
1
N Akson Ave
VG @ Madison St
Alley N of Madison St
155
29
499
0.35
175
1:120
4
5
103rd St
VG @ Vicksburg Ave
Alley E of Utica Ave
1,075
29
3,464
0.35
1,212
1:120
29
5
Vicksburg Ave
S ER 103rd St
NLL 106th St
964
39
4,177
0.35
1,462
1:120
35
5
Utica Ave
Alley N of 103rd St
NLL 103rd St
130
29
419
0.35
147
1:120
3
Page Two TOTALS:
1 42,115
1 14,740
---
351
r -77 r-
Page Three 2006 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
Sinale Course- Gr S Gravel_ CRS Fmulsinn
ROCK
EMULSION
Gr # 4
Gr # 5
DIST. STREET
FROM
TO
LENGTH
WIDTH
AREA
RATE
GALS
RATE C.Y.
RATE
C.Y.
5
101st St
ELL Frankford Ave
Alley E of Englewood
688
39
2,981
0.35
1,043
1:120
25
5
Englewood Ave
VG @ 101 st St
CDS S of 101 st St
274
29
1,133
0.35
397
1:120
9
5
Evanston Ave
VG @ 101 st St
CDS S of 1 01st St
274
29
1,133
0.35
397
1:120
9
4
Orlando Ave (E 1/2)
VG @ 98th St
Alley S of 101st St
875
39
3,792
0.35
1,327
1:120
32
4
1 01st St
VG @ Orlando Ave
CDS E of Orlando Ave
300
29
1,217
0.35
426
1:120
10
5
York Ave
Alley S of 100th St
CDS @ 100th St
172
29
679
0.35
238
1:120
6
5
100th St
W ER Wayne Ave
ELL York Ave
640
33
2,447
0.35
856
1:120
20
6
Homestead Ave (E)
SLL 3rd St
Alley S of 3rd St
150
39
650
0.35
228
1:120
5
6
Homestead Ave E
Alley S of 3rd St
NLL 4th St
275
23
703
0.35
246
1:120
6
5
Troy Ave
S ER 109th St
SLL 106th St
294
33
1,078
0.35
377
1:120
9
5
Richmond Ave
110th St
SLL 109th St
275
29
886
0.35
310
1:120
7
5
NLL Richmond Ave
NLL 110th St
SLL 109th St
275
29
886
0.35
310
1:120
7
5
Raleigh Ave
VG @ 109th St
CDS S of 109th St
232
29
998
0.35
349
1:120
8
5
Raleigh Ave
VG @ 109th St
VG @ 108th St
250
29
806
0.35
282
1:120
7
5
Raleigh Ave
NLL 108th St
CDS N of 107th St
592
29
2,158
0.35
755
1:120
18
5
Quinton Ave
VG @ 109th St
CDS S of 109th St
232
29
998
0.35
349
1:120
8
5
Quinton Ave
VG @ 108th St
CDS to North
586
29
2,138
0.35
748
1:120
18
5
106th St
VG @ Vicksburg Ave
ELL Troy Ave
840
33
3,080
0.35
1,078
1:120
26
5
107th St
ELL Richmond Ave
VG @ Raleigh Ave
264
29
851
0.35
298
1:120
7
5
108th St
Alley W of Richmond
VG @ Rcihmond Ave
150
29
483
0.35
169
1:120
4
5
108th St
CDS @ Raleigh Ave
VG @ Quaker Ave
762
29
2,455
0.35
859
1:120
20
Page
Three TOTALS:
31,550
11,043
0
263
Page Four 2006 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
Single Course: Gr 5 Gravel, CRS Emulsion
DIST. STREET
FROM
TO
LENGTH WIDTH
5 109th St
ELL Troy Ave
VG @ Quaker Ave
3,016 33
5 110th St
Alley W of Richmond
VG @ Quaker Ave
1,006 39
5 Richmond Ave
NLL 109th St
" Alley N of 107th St
980 29
Page Five TOTALS:
TOTAL: RESIDENTIAL - Single Course
EMULSION
ROCK
Gr # 4
Gr # 5
AREA
RATE GALS
RATE C.Y.
RATE C.Y.
11,059
4,359
3,158
0.35 3,871
0.35 1,526
0.35 1,105
1:120 92
1:120 36
1:120 26
18,576
6,502
0
155
142, 114
1 50,020
1 0
11,191
Page Five 2006 SECONDARY STREETS MAINTENANCE PROGRAM
COLLECTOR STREETS
TWO COURSE: 1st Course - Gr 4 Gravel, CRS Emulsion
2nd Course - Gr 5 Gravel, CRS
DIST. STREET
FROM
TO
LENGTH WIDTH
3
42nd St
WLL Flint Ave
E ER Indiana Ave
1,932
36
3
26th St
WLL Elgin Ave
ELL Flint Ave
629
26
3
32nd St
VG @ University Ave
ELL Boston Ave
1,342
26
3
32nd St
WLL Boston Ave
ELL Flint Ave
1,838
26
3
32nd St
WLL Flint Ave
ELL Indiana Ave
1,970
26
1
Canyon Lake Dr
VG @ N University Ave
VG @ N Ave U
2,850
32
1
Canyon Lake Dr
VG @ N Loop Acc Rd
VG @ N University Ave
4,604
32
1
Ave U
VG @ 19th St
NLL 22nd St
1,016
26
2
42nd St
1-27 Access Rd
WLL Ave D
1,275
32
2
44th St
W ER Ave A
ELL Ave D
1,282
32
2
Canyon Lake Dr (S)
Conc @ dam, E of MLK
790' E of MLK, Jr Blvd
5,770
32
2
38th St
1-27 Access Rd
VG @ Ave A
2,610
38
5
Genoa Ave
VG @ 63rd St
VG @ 66th St
820
39
Page Five TOTALS:
Emulsion
ROCK
Gr # 4
Gr # 5
EMULSION
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
7,728
0.32
2,473
1:115
67
0.35
2,705
1:130
59
1,817
0.32
581
1:115
16
0.35
636
1:130
14
3,877
0.32
1,241
1:115
34
0.35
1,357
1:130
30
5,310
0.32
1,699
1:115
46
0.35
1,858
1:130
41
5,691
0.32
1,821
1:115
49
0.35
1,992
1:130
44
10,133
0.32
3,243
1:115
88
0.35
3,547
1:130
78
16,370
0.32
5,238
1:115
142
0.35
5,729
1:130
126
2,935
0.32
939
1:115
26
0.35
1,027
1:130
23
4,533
0.32
1,451
1:115
39
0.35
1,587
1:130
35
4,558
0.32
1,459
1:115
40
0.35
1,595
1:130
35
20,516
0.32
6,565
1:115
178
0.35
7,180
1:130
158
11,020
0.32
3,526
1:115
96
0.35
3,857
1:130
85
3,553
0.32
1,137
1:115
31
0.35
1,244
1:130
27
31,373
34,315
98,042
1
65,688
853
754
Page Six 2006 SECONDARY STREETS MAINTENANCE PROGRAM
COLLECTOR STREETS
TWO COURSE: 1 st Course - Gr 4 Gravel, CRS Emulsion
2nd Course - Gr 5 Gravel, CR
Page Six TOTALS:
S
DIST. STREET FROM TO LENGTH WIDTH
5 Chicago Ave VG @ 73rd St NLL 82nd St 2,096 38
5 Chicago Ave SLL 82nd St SLL 89th St 2,608 38
5 Homestead Ave VG @ 82nd St Alley S of 86th St 1,475 34
5 Vicksburg Ave SLL 82nd St SLL 87th St 2,150 38
5 89th St VG @ Quaker Ave ELL Vicksburg Ave 2,905 32
4 58th St Concrete @ Indiana Ave ELL Memphis Ave 2,640 38
4 Elgin Ave VG @ S Loop Acc Rd NLL 78th St 2,000 38
4 Elgin Ave SLL 78th St NLL 82nd St 1,275 38
5 Albany Ave SLL 51 st St VG @ 54th St 1,100 38
6 Toledo Ave SLL 31st St NLL 34th St 962 38
6 29th Dr ENV Freeway ROW NLL 34th St 952 70
6 Iola Ave S ER 19th St Alley N of 23rd St 1,410 38
3 Louisville Ave Concrete @ 19th St NLL 21st St 612 26
Page Six TOTALS:
Emulsion ROCK
EMULSION Gr # 4 Gr # 5
AREA RATE GALS RATE C.Y. RATE C.Y.
8,850 0.32 2,832 1:115 77
0.35 3,097 1:130 68
11,012 0.32 3,524 1:115 96
0.35 3,854 1:130 85
5,490 0.32 1,757 1:115 48
0.35 1,922 1:130 42
9,078 0.32 2,905 1:115 79
0.35 3,177 1:130 70
10,329 0.32 3,305 1:115 90
0.35 3,615 1:130 79
11,147 0.32 3,567 1:115 97
0.35 3,901 1:130 86
8,444 0.32 2,702 1:115 73
0.35 2,956 1:130 65
5,383 0.32 1,723 1:115 47
0.35 1,884 1:130 41
4,644 0.32 1,486 1:115 40
0.35 1,626 1:130 36
4,062 0.32 1,300 1:115 35
0.35 1,422 1:130 31
7,404 0.32 2,369 1:115 64
0.35 2,592 1:130 57
5,953 0.32 1,905 1:115 52
0.35 2,084 1:130 46
1,768 0.32 566 1:115 15
0.35 619 1:130 14
--------------------------- ------
29,941
32,748
93,5651 62,688 1 814 72
� Cam; z. . - ��^� �' ' _ . _. ., .,_... .�... _ __ . _ � _ . _ _
},�---^+- r-��- -,77
Page Seven 2006 SECONDARY STREETS MAINTENANCE PROGRAM
COLLECTOR STREETS
TWO COURSE: 1 st Course - Gr 4 Gravel, CRS Emulsion
2nd Course - Gr 5 Gravel, CR
DIST. STREET FROM TO LENGTH WIDTH
3 Louisville Ave SLL 21 st St VG @ 22nd St 632 26
3 22nd St
3 22nd St
WLL Indiana Ave VG @ Knoxville Ave
VG @ Knoxville Ave ELL Memphis Ave
1,218 32
1,275 32
Page Seven TOTALS:
TOTALS: COLLECTOR Two Course
S Emulsion
ROCK
EMULSION
Gr # 4
Gr # 5
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
1,826
0.32
584
1:115
16
0.35
639
1:130
14
4,331
0.32
1,386
1:115
38
0.35
1,516
1:130
33
4,533
0.32
1,451
1:115
39
0.35
1,587
1:130
35
3,421
3,741
10,690
7,162
93
82
64,735
70,804
202,296
135,538
1,759
1,556
Page Eight 2006 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
TWO COURSE: 1st Course - Gr 4 Gravel, CRS Emulsion
2nd Course - Gr 5 Gravel, CR
DIST. STREET
FROM
TO
LENGTH WIDTH
2
Oak Ave
SLL E 50th St
CDS S of E 54th St
1,720
32
1
3rd St
VG @ Buddy Holly Ave
ELL Ave M
1,775
26
1
Ave M
S RR tracks @ 3rd St
SLL 2nd St
490
32
1
2nd St
ELL Ave M
CDS to West
650
32
2
Ave E
SLL 36th St
NLL 38th St
772
26
2
Ave K
SLL 34th St
NLL 38th St
1,272
32
6
18th St
WLL Quaker Ave
ELL Raleigh Ave
620
32
4 54th St
4 76th St
4 Vernon Ave
4 Vernon Ave
ELL Slide Road WLL Utica Ave 2,597 32
ELL Indiana Ave VG @ Gary Ave 1,262 38
CDS N of 84th St SLL 88th St 1,871 32
SLL 88th St NLL 90th St 485 19
Page Eight TOTALS:
TOTALS: RESIDENTIAL Two Course
S Emulsion
ROCK
EMULSION
Gr # 4
Gr # 5
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
6,366
0.32
2,037
1:115
55
0.35
2,228
1:130
49
5,128
0.32
1,641
1:115
45
0.35
1,795
1:130
39
1,742
0.32
558
1:115
15
0.35
610
1:130
13
2,311
0.32
740
1:115
20
0.35
809
1:130
18
2,230
0.32
714
1:115
19
0.35
781
1:130
17
4,523
0.32
1,447
1:115
39
0.35
1,583
1:130
35
2,204
0.32
705
1:115
19
0.35
772
1:130
17
9,234
0.32
2,955
1:115
80
0.35
3,232
1:130
71
5,328
0.32
1,705
1:115
46
0.35
1,865
1:130
41
6,902
0.32
2,209
1:115
60
0.35
2,416
1:130
53
1,024
0.32
328
1:115
9
---------
0.35
358
--------
-------
1:130
8
--------
15,038
16,447
46,993
31,485
409
361
15,038
16,447
46,993
31,485
409
361
T,..__.y. .-.-._.-. -r-
- ---7
! t �.
E
Page Nine 2006 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
TWO COURSE: 1 st Course - Gr 4 Gravel, CRS Emulsion
2nd Course - Gr 5 Gravel, CR
DIST. STREET FROM TO LENGTH WIDTH
TOTALS: RESIDENTIAL Two Course
TOTALS: COLLECTOR Two Course
TOTALS: TWO COURSE
TOTALS :RESIDENTIAL - Single Course
GRAND TOTALS: 2006 Secondary Streets Program
S Emulsion
EMULSION
ROCK
Gr # 4
Gr # 5
AREA
RATE GALS
RATE C.Y.
RATE C.Y.
15,038
16,447
46,993
31,485
409
361
64,735
70,804
202,296
135,538
1,759
1,556
79,772
87,251
249,289
167,023
2,168
1,918
142,914
50,020
0
1,191
392,203
217,0431
2,1681
3,109