HomeMy WebLinkAboutResolution - 2003-R0196 - Contract For The ADA Curb Ramps Phase Seven - JG Group, LLC - 05_22_2003Resolution No. 2003—RO196
May 22, 2003
Item No. 30
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 ADA curb
ramps phase seven at various locations, by and between the City of Lubbock and JG
Group, LLC 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 22nd
ATTEST:
Rebe&a Garza, City Secretary
APPROVED AS TO CONTENT:
Victor Kilma , Purchasing Manager
APPROVED AS TO FORM:
d /4-7.
William de Haas
Contract Manager/Attorney
gs/ccdocs/Contract-JG Group, LLC.res
May 9, 2003
day of May ,
MAYOR
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE L BY ..t, 6 7�
CITY OF LUBBOCK
SPECIFICATIONS FOR
ADA CURB- RAMPS PHASE SEVEN AT VARIOUS LOCATIONS
ITB #053-03/RS
"A City Of Planned Progress"
CITY OF LUBBOCK
Lubbock, Texas
ITB #053-03/RS, Addendum #2
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH:(806)775-2167 FAX: (806)775-2164
http://purchasing.ci.lubbock.tx.us
ADDENDUM #2
ITB #053 -03 / RS
ADA Curb Ramps Phase 7 at Various Locations
MAILED TO VENDOR: April 4, 2003
CLOSE DATE: April 23, 2003 @ 3:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please find enclosed the revised City of Lubbock Bid Form for your bid submittal.
2. The bid item quantities for items #4 and #5 have been changed to read 8,000 square feet for item
#4 and 48,000 square feet for item #5.
3. Wire mesh or reinforcing bars as detailed in the bid items are to be used in all concrete items with
the allowable substitution of fibermesh in concrete walks and concrete retaining walls located
behind the ramps.
4. Barricading will conform to Section 6 the current edition of the MUTCD. This Section precludes the
use of lighting devices on barricades. The barricading plan as shown in the bid book will apply only
to thoroughfares and other streets with an ADT greater than 5,000. All other location barricading
will be minimal as determined by the Inspector in the field.
.� All requests for additional information or clarification must be submitted in writing and directed to:
Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to rshuffield@mail.ci.lubbock.tx.us
THANK YOU,
CITY OFtLUBCK
Ron Shuffield
Senior Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the
bidder's responsibility to advise the Citv of Lubbock Purchasing Manager if any language, requirements etc., or
anv 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 Purchasing Manager no later than five
(5) business days prior to the bid close date. A review of such notifications will be made.
+�* 053-03RSAdd2
X"
P"
BID SUBMITTAL
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: #053-03/RS - ADA CURB RAMPS PHASE SEVEN AT VARIOUS LOCATIONS
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 ADA CURB RAMPS PHASE SEVEN AT
VARIOUS LOCATIONS 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.
ITEM ESTIMATED UNIT TOTAL BID
NO. QTY & UNIT ITEM DESCRIPTION PRICE AMOUNT
1. 7,200 Concrete curb removal, including saw cutting and disposal,
Lin. Ft. complete per lin. ft.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #1: Dollars Cents ($ ) ($ )
2. 7,200 Concrete curb installation to match existing curb, including
Lin. Ft. jointing, complete per lin. ft.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #2: Dollars Cents ($ ) ($ )
3. 56,000 Concrete slab removal and disposal, including walks, fillets,
Sq. Ft. drainage slabs, valley gutters, etc., complete per square ft.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
.., TOTAL BID ITEM #3: Dollars Cents ($ ) ($ )
WM
4. 8,000 Concrete and truncated dome brick handicapped ramp, as
Sq. Ft. detailed, reinforced with three -eighths inch diameter (3/8" 0)
reinforcing steel, including truncated dome bricks, including
three -fourths inch (3/4") bituminous expansion joint material,
including all necessary earthwork and subgrade preparation
and removal of all obstacles, installed complete per sq. ft.
MATERIALS: Dollars Cents ($ ) ($ )
." SERVICES: Dollars Cents ($ ) ($ )
0
TOTAL BID ITEM #4: Dollars Cents ($ ) ($ )
5. 48,000 Four inch (4") concrete flatwork reinforced with
Sq. Ft. 6"x6"W 1.4 x W 1.4 (10 gauge) welded wire mesh, including
sawing of contraction and longitudinal joints, including sealing
joints with W. R. Meadows "Sof-Seal", including all necessary
earthwork and subgrade preparation and removal of all
obstacles, installed complete per sq. ft.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #5: Dollars Cents ($ ) ($ )
6. 100 Six inch (6") concrete flatwork reinforced with 6" x 6" W 2.9 x W 2.9
Sq. Ft (6 gauge) welded wire mesh, including sawing of contraction and
longitudinal joints, to include sealing joints with W. R. Meadows
"Sof- Seal", including all necessary earthwork and subgrade
preparation, installed complete per sq. ft.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #6: Dollars Cents ($ ) ($ )
7. 10
Gravel removal and disposal behind curb and gutter, including
Sq. Yds.
all necessary earthwork and subgrade preparation, complete
per sq. yd.
MATERIALS:
Dollars Cents
($ )
($ )
SERVICES:
Dollars Cents
($ )
($ )
TOTAL BID ITEM #7:
Dollars Cents
($ )
($ )
8. 5 Gravel repair behind curb and gutter, to consist of six inch (6")
Sq. Yds. pit run gravel, including all necessary earthwork and subgrade
preparation, installed complete per sq. yd.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #8: Dollars Cents ($ ) ($ )
bw
9. 20
Asphaltic paving removal and disposal behind curb and gutter,
Sq. Yds.
including all necessary earthwork and subgrade preparation,
complete per sq. yd.
MATERIALS:
Dollars Cents
($
) ($ )
SERVICES:
Dollars Cents
($
) ($ )
TOTAL BID ITEM #9:
Dollars Cents
($
) ($ )
10. 10 Asphaltic paving repair behind curb and gutter to include edge
Sq. Yds. sawcutting, one and one-half inch (1'/z') hot mix asphaltic concrete,
type "D", with three percent (3%) latex polymer (SBR), six inch (6")
caliche base, tack coat, prime coat, emulsion and all necessary
earthwork and subgrade preparation, complete per sq. yd.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #10: Dollars Cents ($ ) ($ )
11. 5 Brick flatwork removal and replacement behind curb and gutter
Sq. Yds. to match existing type and color, including disposal and all necessary
earthwork and subgrade preparation, installed complete per sq. yd.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
PM TOTAL BID ITEM #11: Dollars Cents ($ ) ($ )
12. 25 Brick or precast concrete block retaining wall, various heights,
Lin. Ft. on a four inch (4") thick concrete footing, to match existing type
and color, including wall removal as necessary for ramp installation,
including all necessary earthwork and subgrade preparation,
installed complete per lin. ft.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #12: Dollars Cents ($ ) ($ )
M* 13. 2,000 Six inch (6") thick concrete retaining wall with vertical face,
Lin. Ft. varying in height, not to exceed twelve inches (12") but more
than zero inches (0") above finished flatwork grade, reinforced
with 6"x6" W 1.4XW 1.4 (10 gauge) welded wire mesh, including
' all necessary earthwork and subgrade preparation, installed
complete per lin. Ft.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #13: Dollars Cents ($ ) ($ )
N
P"
14. 50 Six inch (6") thick concrete retaining wall with vertical face,
Lin. Ft. varying in height from twelve inches (12") to two feet (2')
above finished flatwork grade, reinforced with 6"x6" W 1.4XW 1.4
(10 gauge) welded wire mesh, including all necessary earthwork
and subgrade preparation, installed complete per lin. ft.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #14: Dollars Cents ($ ) ($ )
am 15. 75 Concrete curb and gutter removal and replacement, including
Lin. Ft. disposal, sawcutting, jointing and all necessary earthwork and
subgrade preparation, installed complete per lin. ft.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #15: Dollars Cents ($ ) ($ )
16. 10 Asphaltic paving repair in street, to consist of six inch (6") thick
Sq. Yds. concrete base reinforced with 6"X6" W2.9xW2.9 welded wire
mesh, edge sawcutting and one and one half inch (1'/2") Type "D"
hot mix asphaltic concrete, including all necessary earthwork and
PM subgrade preparation, installed complete, per sq. yd.
P"
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #16: Dollars Cents ($ ) ($ )
17. 5 Brick pavement repair in street, to consist of brick removal and
Sq. Yds. replacement to surrounding grade on a four inch (4") concrete
base and one inch (1") sand cushion, to include dry Portland
cement in the joints, installed complete per sq. yd.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #17: Dollars Cents ($ ) ($ )
18. 22 Removal and salvage of existing sprinkler head unit, including
Each removal of existing fittings and irrigation piping as needed for
ramp construction, including trenching, plugging of line,
complete per each.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #18: Dollars Cents ($ ) ($ )
r
19. 200 Installation of new PVC (poly vinyl chloride) irrigation piping for
Lin. Ft. sprinkler unit, by licensed irrigator, including salvaged sprinkler
head unit, trenching, backfilling and restoration of disturbed area,
fittings and connections to existing irrigation system(s), complete
in place per [in ft.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #19: Dollars Cents ($ ) ($ )
9 , 20. 10 Regrading of existing landscape beyond limits of concrete ramp,
Cu. Yds. at a maximum slope of 1:4, as necessary, to include disposal,
complete per cu. yd.
�^ MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
W
TOTAL BID ITEM #20: Dollars Cents ($ ) ($ )
TOTAL MATERIALS (ITEMS 1-20): Dollars Cents ($ )
P.M TOTAL SERVICES (ITEMS 1-20): Dollars Cents ($ )
TOTAL BID AMOUNT (ITEMS 1-20): Dollars Cents ($ }
(Amount 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
"Notice to Proceed" of the Owner and to fully complete the project within 250 (TWO HUNDRED FIFTY) working days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner
as liquidated damages the sum of $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of
the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
I"
!M
_ Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him.
••a Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) 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 fifteen (15) days after the date of
receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that 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:
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: -
Fax: -
M/WBE Firm: Woman Black American Native American
Hispanic American I I Asian Pacific American Other S ify) d
V"
PPR
PR
1.
2.
3.
4.
5.
6.
7.
�^+ 8.
9.
10
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
❑
❑
i - 1
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
••+ I, 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 fifteen (15) 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.
Contractor (Signature) Contractor (Print)
CONTRACTOR'S FIRM NAME:
(Print or Type )
CONTRACTOR'S FIRM ADDRESS:
Name of Agent/Broker:
Address of Agent/Broker:
City/State/Zip:
Agent/Broker Telephone Number: ( )
Date:
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and
award the contract to another contractor. If you have any questions concerning these requirements,
please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
„�» BID #053-03/RS - ADA CURB RAMPS PHASE SEVEN AT VARIOUS LOCATIONS
r
ITB #053-03/RS, Addendum #1
City of Lubbock
PURCHASING DEPARTMENT
,,. ROOM L04, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH:(806)775-2167 FAX:(806)775-2164
m„ http://purchasing.ci.lubbock.tx.us
ADDENDUM #1
ITB #053-03 / RS
ADA Curb Ramps Phase 7 at Various Locations
-* MAILED TO VENDOR: April 4, 2003
OLD CLOSE DATE: April 10, 2003 @ 3:00 p.m.
NEW CLOSE DATE: April 23, 2003 @ 3:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
pop Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. The closing date has been changed from April 10, 2003m at 3:00 p.m. to the new closing date of
April 23, 2003 at 3:00 p.m.
All requests for additional information or clarification must be submitted in writing and directed to:
Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to rshuffield@mail.ci.lubbock.tx.us
r�
THANK YOU,
"^ CITY OF LUBBOCK
r�
Ron Shuffield
Senior Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the
bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or
any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source.
Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five
�., (5) business days prior to the bid close date. A review of such notifications will be made.
�.,� . 053-03RSAddl
..R
.f
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: ADA CURB RAMPS PHASE SEVEN AT VARIOUS LOCATIONS
ADDRESS: LUBBOCK, TEXAS
ITB NUMBER: 053-03/RS
PROJECT NUMBER: 9923.8107.20000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
a..
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4. PAYMENT BOND
5. PERFORMANCE BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
10. SPECIFICATIONS
NOTICE TO BIDDERS
raw
11.0
NOTICE TO BIDDERS
ITB #053-031RS
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 3:00
o'clock p.m. on the 10th day of April, 2003, or as changed by the issuance of formal addenda to all planholders, to
furnish all labor and materials and perform all work for the construction of the following described project:
"ADA CURB RAMPS PHASE SEVEN AT VARIOUS LOCATIONS"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually
the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written.
Bids are due at 3:00 o'clock P.m. on the 10th day of April, 2003, and the City of Lubbock City Council will
consider the bids on the 24th day of April, 2003, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon
thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The
successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful
bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of
100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be
issued by a company carrying a current Best Rating 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 fifteen (15) days after
notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid
conference on 2nd day of April, 2003 at 10:00 o'clock a.m., in the Planning Conference Room 107, Lubbock, Texas.
?Ilk Plans and specifications may be obtained from City of Lubbock, Purchasing Department, 1625 13th Street,
Room L04, Lubbock, Texas 79401, Phone: (806) 775-2167. Plans and specifications will be shipped at the bidder's
expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping
charges and must furnish the name of the service to be used and the bidder's account number.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
•- The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and
bid openings are available to all persons regardless of disability. If you would like bid information made available in a more
accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at
least 48 hours in advance of the meeting.
CITY OF LUBBOCK
VICTOR KILMAN
PURCHASING MANAGER
GENERAL INSTRUCTIONS TO BIDDERS
.W"
X.
GENERAL INSTRUCTIONS TO BIDDERS
�* 1 BID DELIVERY, TIME & DATE
1.1
The City of Lubbock is seeking written and sealed competitive bids to furnish ADA CURB RAMPS PHASE
SEVEN AT VARIOUS LOCATIONS per the attached specifications and contract documents. Sealed bids
will be received no later than 3:00 p.m. CST, the 10th day of April, 2003 at the office listed below. Any
bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each
bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower
left-hand corner: "ITB #053-031RS, ADA CURB RAMPS PHASE SEVEN AT VARIOUS LOCATIONS"
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:
o,
Victor Kilman, Purchasing Manager
City of Lubbock
1625 13th Street, Room L-04
Lubbock, Texas 79401
1.2
Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver
bid, we suggest that he/she use some sort of delivery service that provides a receipt.
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., April 2nd, 2003 in Planning Conference Room 107, 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 written bid addenda.
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 Department. At the request of the bidder, or in the
event the Purchasing Department deems the interpretation to be substantive, the interpretation will be
made by written addendum issued by the Purchasing Department. Such addendum issued by the
Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will
become part of the bid package having the same binding effect as provisions of the original bid. NO
VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for
interpretation considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing Department no later than five (5) days before the bid closing date.
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 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 Purchasing Manager and a clarification obtained before the bids are received,
and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it
shall be deemed that the bidder fully understands the work to be included and has provided
sufficient sums in its bid to complete the work in accordance with these plans and specifications.
If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions,
then it shall be deemed for all purposes that the plans and specifications are sufficient and
adequate for completion of the project. It is further agreed that any request for clarification must
be submitted no later than five (5) calendar days prior to the opening of bids.
5 BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to
release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from
public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the
event a public information request is received for a portion of your bid that you have marked as being
confidential information, you will be notified of such request and you will be required to justify your legal
position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In
the event that it is determined by opinion or order of the Texas Attorney General or a court of competent
jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the
Government Code and Section 252.049 of the Local Government Code, then such information will be
made available to the requester.
6.3 Marking your entire bid 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,
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
contemplated 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
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the
bidder's responsibility to advise the Purchasing Manager if any language, requirements, etc., or any
combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source.
Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing
Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be
made.
RON SHUFFIELD, SENIOR BUYER
City of Lubbock
1625 13th Street
Lubbock, Texas 79401
Fax: (806) 775-2164
Email: RShuffield@mail.ci.lubbock.tx.us
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be fully completed within TWO HUNDRED
FIFTY (250) WORKING DAYS from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
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 WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to
procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall fumish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be
recognized and accommodated and will not, in any way, result in hardware, software or firmware failure.
The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the
procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract., Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
4
20 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 furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve
the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
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
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of
the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use
utmost care so as not to endanger life or property and the Contractor shall further use only such methods
as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
r-� 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 AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN
FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK
ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH
SUBCONTRACTOR. —
26 LABOR AND WORKING HOURS
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount,
not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the
work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his
classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made,
or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on
whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each
calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
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.
7"
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
a�•.
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.
M
The bid shall be executed in ink.
29.3
Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
- 29.4
Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5
Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been
*�
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
30 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.
low
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.
31 QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
's 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.
32 BID AWARD _
32.1 The City of Lubbock reserves the right to reject any or all,bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless'otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items 1 through 20.
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'BYTHE REWIREMENTS OF THIS
INVITATION TO BID.
8
."
s�
BID SUBMITTAL
i
BID SUBMITTAL
UNIT PRICE BID CONTRACT
DATE: - G( - 22 - n 3
PROJECT NUMBER: #053-031RS - ADA CURB RAMPS PHASE SEVEN AT VARIOUS LOCATIONS
Bid of ii G, Group L L C (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 ADA CURB RAMPS PHASE SEVEN AT
VARIOUS LOCATIONS 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.
ITEM ESTIMATED UNIT TOTAL BID
NO. OTY & UNIT ITEM DESCRIPTION PRICE AMOUNT
7,200 Concrete curb removal, including saw cutting and disposal,
Lin. Ft. complete per lin. ft.
MATERIALS:
Dollars
Cents
($ )
($ )
SERVICES: lwen4u
- et'QA* ;zL eial tars
Cents
($ %! , 00 )
($ 2
TOTAL BID ITEM #1:1wenLge%okL J{ oosaid. e6cal_-t L-ADc1lars
Cents
($ L1. 00 )
($ 28"800. Gt�
2. 7,200
Concrete curb installation to match existing curb, including
Lin. Ft.
jointing, complete per lin. ft.
�. Twer�One
1
fl+ousand¢ sly, j,uncired
MATERIALS:
Dollars
Cents
($ 3.00 )
($ alp & OO. Do )
SERVICES: 7x�� s� tl.o nci Dollars
Cents
($ 5. 0 0 )
($ 000, o o)
•,
TOTAL BID ITEM #2:
Cents
($ 9.00 )
($ `I D0. 00)
,..,, 3. 56,000
Concrete slab removal and disposal, including walks, fillets,
Sq. Ft.
drainage slabs, valley gutters, etc., complete per square ft.
MATERIALS:
s
Dollars
Cents
($ )
($ )
SERVICES: F� f 4-r,
11
six -E-Ao. s ar, d' Dollars _
Cents
($ 1. 00 )
($a 00)
TOTAL BID ITEM #3:
-L%ousmnd Dollars
Cents
($ /• 00 )
($S&A 000.00)
0
L"
4. 8,000
Concrete and truncated dome brick handicapped ramp, as
Sq. Ft.
detailed, reinforced with three -eighths inch diameter (3/8" 0)
reinforcing steel, including truncated dome bricks, including
three -fourths inch (3/4") bituminous expansion joint material,
including all necessary earthwork and subgrade preparation
and removal of all obstacles, installed complete per sq. ft.
MATERIALS: 7X
ILrPe Eknms2rt , lawnro f r-eIJ Dollars Cents
($ 4.1($ 33f z 06 ,}
SERVICES: For--Eg4
S arc Dollars Cents
($ S. 00 ) ($ O
TOTAL BID ITEM #4:_Sevenf,A f{,reP aAd 7-,AoL Qj9W#s Cents
($ q, j �j ) ($ z200�
5. 48,000
Four inch '(4") concrete flatwork reinforced with
Sq. Ft.
6"x6"W 1.4 x W 1.4 (10 gauge) welded wire mesh, including
sawing of contraction and longitudinal joints, including sealing
joints with W. R. Meadows "Sof-Seal", including all necessary
earthwork and subgrade preparation and removal of all
obstacles, installed complete per sq. ft.
MATERIALS: �ioi���-sever
fj.ous2nd� F�o�.t I,ondrt�f�i�k, Cents
($ %. 8 3 ) ($ 87
SERVICES: t,
IIars Cents
($ /. 8 3 ) ($ P40,
TOTAL BID ITEM #5:0,,-"Jr-ed
44CKXg,%4, Dollars Cents
($ 3. (o ff ) ($1174 f�Q.)
Six
hundred +e ` t
6. 100
Six inch (6") con ete(latwork
reinforced with 6" x 6" W 2.9 x W 2.9
Sq. Ft
(6 gauge) welded wire mesh, including sawing of contraction and
longitudinal joints, to include sealing joints with W. R. Meadows
"Sof- Seal", including all necessary earthwork and subgrade
preparation, installed complete per sq. ft.
MATERIALS: a Dollars Cents ($ 3 , 5 O ) ($ 3 SO - )
SERVICES
TOTAL BID
($ ?, 50 ) ($ 2 6 0. )
($ 6. 00 ) ($ 6 06 , )
7. 10
Gravel removal and disposal behind curb and gutter, including
Sq. Yds.
all necessary earthwork and subgrade preparation, complete
per sq. yd.
MATERIALS:
Dollars Cents
($ . 00 )
($�0 •off_)
.. SERVICES:
For Dollars Cents
($ 4. 06 )
($ $D. no J
TOTAL BID ITEM #7:
1^ � U Dollars Cents
($ 8. 00 )
($ A�, p 6 )
8. 5
Gravel repair behind curb and gutter, to consist of six inch (6")
Sq. Yds.
pit run gravel, including all necessary earthwork and subgrade
preparation, installed complete per sq. yd.
MATERIALS:
we in -Lu Dollars Cents
($ 14. 00 )
($ 2(), 00 )
SERVICES:
Dollars Cents
($ 1. 00 )
($ 5.00 )
TOTAL BID ITEM #8:
% we- FL. Dollars Cents
($ 5. 00 )
($ 2 5. 00 )
EL-,
9.
MA
SEI
20 Asphaltic paving removal and disposal behind curb and gutter,
Sq. Yds. including all necessary earthwork and subgrade preparation,
complete per sq. yd.
TOTAL 131D ITEM
O,
P"
ON%
10M
MR
($ 2.01 ) ($ 1/0 • Ga )
10. 10 Asphaltic paving repair behind curb and gutter to include edge
Sq. Yds. sawcutting, one and one-half inch (1'/z") hot mix asphaltic concrete,
type "D", with three percent (3%) latex polymer (SBR), six inch (6")
caliche base, tack coat, prime coat, emulsion and all necessary
earthwork and subgrade preparation, complete per sq. yd.
MATERIALS: nne kunb-e� -inn Dollars Cents ($($
SERVICES: C^ e ko r A re4 Dollars Cents ($ `!i . d ) ($1do o )
TOTAL BID ITEM #10: _Fwo �,n[7re,4 tcti Dollars Cents 0 •�D )
11. 5 Brick flatwork removal and replacement behind curb and gutter
Sq. Yds. to match existing type and color, including disposal and all necessary
earthwork and subgrade preparation, installed complete per sq. yd.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Q^e
Dollars
Cents
($ 5;0 )
TOTAL BID ITEM #11: One kuncir-r_4
-��tven Dollars _PL-�u
Cents
($ �(, S� } ($
12. 25 Brick or precast concrete block retaining wall, various heights,
Lin. Ft. on a four inch (4") thick concrete footing, to match existing type
and color, including wall removal as necessary for ramp installation,
including all necessary earthwork and subgrade preparation,
installed complete per lin. ft.
MATERIALS: 3L-ee kvndi-cdDollars Cents ($ 15.00
SERVICES:
($ to,OD ) ($ 2'o-"9 )
TOTAL BID ITEM #12: S` " �v Dollars Cents ($ 2T. °d ) ($
fat v n r --_ _
13. 2,000 Six inch (6") thick concrete retaining wall with vertical face,
Lin. Ft. varying in height, not to exceed twelve inches (12") but more
than zero inches (0") above finished flatwork grade, reinforced
with 6"X6" W1.4XW1.4 (10 gauge) welded wire mesh, including
all necessary earthwork and subgrade preparation, installed
complete per [in. Ft.
MATERIALS: tzko us a m d Dollars Cents ($ 4� Od ) ($ o )
SERVICES: Eve no S an Dollars Cents ($ �•l10 ) ($ i �d
TOTAL BID ITEM #13: 7� t'_r{ren 4:�ou.5 an d Dollars Cents ($ ($ O )
P""
0"
14. 50
Lin. Ft.
Six inch (6") thick concrete retaining wall with vertical face,
varying in height from twelve inches (12") to two feet (2')
above finished flatwork grade, reinforced with 6"x6" W1.4xW1.4
(10 gauge) welded wire mesh, including all necessary earthwork
and subgrade preparation, installed complete per tin, ft.
MATERIALS: 7L-ee Aj n .•ire ef Dollars Cents ($ DD ) ($ --Tw • ad )
SERVICES
TOTAL BID
15. 75 Concrete curb and gutter removal and replacement, including
Lin. Ft. disposal, sawcutting, jointing and all necessary earthwork and
subgrade preparation, installed complete per tin. ft.
MATERIALS: Favr kur,J re at - t-rit, Dollars Cents ($ �0-'�'0 ) ($ �S�•�� )
SERVICES: F've �undrej iwen-bw- tyo Dollars Cents ($ � •D� ) ($
TOTAL BID ITEM #15: Ni n-e Dollars Cents ($ l 3 • aD ) ($
16. 10 ' Asphaltic paving repair in street, to consist of six inch (6") thick
Sq. Yds. concrete base reinforced with 6"x6" W2.9XW2.9 welded wire
mesh, edge sawcutting and one and one half inch (1%") Type "D"
hot mix asphaltic concrete, including all necessary earthwork and
subgrade preparation, installed complete, per sq. yd.
MATERIALS:
Ei qk4,-
%yn Jf-ec4
Dollars
Cents
($ -CO }
($ 9L-Z>, on )
SERVICES:
`-o u r
k u n dr- a j
Dollars
Cents
($
($ l.�oa • od )
TOTAL BID ITEM #16: n„p -Uou.5 an,4 Ewa kti4 bollars Cents ($_/20 -an ) ($ ZOv
17. 5 Brick pavement repair in street, to consist of brick removal and
Sq. Yds. replacement to surrounding grade on a four inch (4") concrete
base and one inch (1") sand cushion, to include dry Portland
cement in the joints, installed complete per sq. yd.
MA
SERVICES: Ft �v Dollars Cents ($ ($ 5O
TOTAL BID ITEM #17: np Dollars Cents ($ �• w ) ($
18. 22 Removaland salvage of existing sprinkler head unit, including
Each removal of existing fittings and irrigation piping as needed for
ramp construction, including trenching, plugging of line,
complete per each.
MATERIALS: %%1+'ee kon
0
SERVIC
+ -Lk"
c
10,
1-4
TOTAL BID ITEM #18: S , s Y-L Dollars Cents ($ �� �� ) ($
r
0"
19. 200 Installation of new PVC (poly vinyl chloride) irrigation piping for
Lin. Ft. sprinkler unit, by licensed irrigator, including salvaged sprinkler
head unit, trenching, backfilling and restoration of disturbed area,
fittings and connections to existing irrigation system(s), complete
in, place per lin ft.
MA
SEI
TOTAL BID ITEM #1
20. 10
Cu. Yds.
($ .25 ) ($ So. G ° )
($ ($ y0 -od
Regrading of existing landscapfbeyond limits of concrete ramp,
at a maximum slope of 1:4, as necessary, to include disposal,
complete per cu. yd.
MATERIALS: Onle Ayr)cfre-� Dollars Cents ($ 62. o0 ) ($ 90- of )
SERVICES: F"f- � f-),-.e4r&ct . Dollars Cents ($ %0. 0a ) ($ �O0 .v,, )
TOTAL BID ITEM #20: ye- konc4 f f4 Dollars Cents ($^ O, ad ($ 00t42 )
One hundred, f L -bd -Uree tl ovsa�d,
TOTAL MATERIALS (ITEMS 1-20): c( - ` Dollars Cents ($ /S3 G5s5-
Two k-,, rf ��f Se.ren ��►OvSa.�d
TOTAL SERVICES (ITEMS 1-20): r Dollafs -�' ` Cents ($ 2✓`' 7 ��7 • �O )
F-ur 1 orkdred alemen ti.0062ndr
TOTAL BID AMOUNT (ITEMS 1-20): Se,v -hw Dollars ` -E 4 Cents ($�1 I i o`72.50 )
(Amount 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
"Notice to Proceed" of the Owner and to fully complete the project within 250 (TWO HUNDRED FIFTY) working days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner
as liquidated damages the sum of $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of
the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
FW
P"
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for <�;Vwlam4h i
Dollars ($. 00 ) or a Bid Bond in the sum of Dollars
($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the
event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents,
insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of
receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that 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.
(Sea[ if B?dder is a Corporation)
PON
ecr
Bidder acknowledges receipt of the following addenda
Addenda No. _I Date tla, Of
Addenda No. :_ Date
Addenda No. Date
Addenda No. Date
Date:
-71141,1-clz ��-
Aut oried Signa
A 2"1
J/9A,1
(Printed or Typed Name)
Co26.
any
E�b,� ?�
Address
Ciounty
ty 1 C79�Z
State Zip Code
Telephone: - 7BY7�46&
Fax: c 3y% L2
M/WBE Firm: Woman Black American Native American
Hispanic -American Asian Pacific American Other S eci
CITY OF LUBBOCK
INSURANCE. REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
I, 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 fifteen (15) 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.
CONTRACTOR'S FIRM ADDRESS: zo .
.,
Name of Agent/Broker: JV (,,YA J Vlpt&d
Address of Agent/Broker:
,., City/State/Zip: &,r�,y�i5
Agent/Broker Telephone Number:
Date:
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and
award the contract to, another contractor. If you have any questions concerning these requirements,
please contact. the Purchasing Manager for the City of Lubbock at (806) 775-2165.
BID #053-03/RS - ADA CURB RAMPS PHASE SEVEN AT VARIOUS LOCATIONS
PAYMENT BOND
M
Bond AE 8657124
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that JG Group, L.L.C. (hereinafter called the Principal(s), as
Principal(s), and
Gulf Insurance Company
(hereinafter called the Su t�r(s), s �uretdy( )I are he and fir.1 y pound unto the City of Lubbock (hereinafter called the
o un re / even ousan even1&0 ($_AIL,072. 5Q lawful money of the
Obligee), in the amount o �i 1 ars & Sn 1 nn****************** Ila)''sA
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
'^ WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 22nd day of
May , 20 03 , to
Bid No. 053-03/RS- ADA Curb Ramps Phase Seven at Various Locations
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
19th day of June 2003
Gulf Insur ce any JG Group, L.L.C.
Surety (Company Name)
`By:
(Title
in -Fact
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby _
designates Scott Chapman an agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
Scott Chapman
Chapman Simmons Agency, Inc. _
4200 Research Forest Drive Surety
Suite 200
Woodlands, TX 77381 --
By:
(Title)
Approved as to form: —
City of Lubbock
By:
City Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
2
am
s+
ri
PERFORMANCE BOND
e
Bond AE 8657124
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, thatJG Group, L.L.C.
(hereinafter called the Principal(s), as Principal(s), and
Gulf Insurance Company
(hereinafter called the Sur t V, Run zr y( are hel and firm y ound unto City of Lubbock (hereinafter called the
Obligee), in the amount o o ars / �� * Rkm *.���atM7411, 072.50) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 22nday of
May ' 2003, to
Bid No. 053-03/RS- ADA Curb Ramps Phase Seven at Various Locations
and said principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void;
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
day of
Gulf
Surety
" By: J
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 19th
June , 20 03 .
rant
t
Fact
JG Group, L.L.C.
(ComDanv Name)
1
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby _
designates Scott Chapmanan agent resident in Lubbock County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship.
Scott Chapman
Chapman Simmons Agency, Inc.
4200 Research Forest Drive Surety
Suite 200
Woodlands, TX 77381 —
*By:
(Title)
Approved as to Form
City of Lubbock
By. --
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
2
.�
STATE OF ILLINOIS
( SS
COUNTY OF COOK
a
I, Karen N. Genoff A Notary of Public of Cook County, State of Illinois do Hereby Certify
that Craig Sherman Attorney in Fact of Gulf Insurance Company Who is Personally Known
to me to be the Same Person Whose Name is Subscribed to the Foregoing Instrument,
LJ
Appeared Before Me This Day in person and Acknowledged That he Signed, Sealed, and
Delivered Said Instrument, For and on Behalf of Gulf Insurance Company of Hartford, CT
for the Uses and Purposes Therein Set Forth.
F
Given Under My Hand and Notarial Seal at My Office in Chicago, Illinois in Said
County This
l9"' Day of June , 2003 .
My Commission Expires 4/5/2006
rq
NOTARY Karen N. Genoff
rl
.;
Rare -a N Ganomf
Notary Pubwc State of IL
MY Cm-,unission Expires 4 5 06
1.
r
�-i
`s GUFF INSURANCE COMPANY,
CONNECTICU'f �r � �� �' R AE a $5712
BOND gs �
i POWER OF ATTORNEY 3 NUMBE4
...j t ... : • ,. ., ,: ,_,,. .., ' ♦ ., , . �,
C,nIGINALS OF THIS POWER OF ATTORNEY ARE PRINTEDNAME; ADDRESS
ON BLUE
SAFETY PAPER WITH TEAL INK DUPLICATES SHALL' HAVE THE
PRINCIPAL: CITY, STATE, ZIP-
SAM FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED. IN
C NJUNGTION WITH THE ORIGINAL.
JG Group', L.L.C.
KNOW ALL MEN BY THESE PRESENTS: That the Gulf insurance Company,
a corporation duly organized under the laws of the State of Connecticut, having its
16945 Northchase Drive
principal office in the city of Irving, Texas, pursuant to the following resolution,
Houston, TX 77060
a►Qpted by the Finance & Executive Committee of the Board of Directors of the said
C npany on the loth day of August, 1993, to wit:
"RESOLVED, that the President, Executive Vice President or any Senior Vice
President of the Company shall have authority to make, execute and deliver a Power
of Attorney constituting as Attomey-in-Fact, such persons, firms, or corporations as
t-+ be selected from time to time; and any such Attorney -in -Fact may be removed
EFFECTIVE DATE
' the authority granted him revoked by the President, or any Executive Vice
f sident, or any Senior Vice President, or by the Board of Directors or by the
'
June 19 , 2003
Finance and Executive Committee of the Board of Directors.
RESOLVED, that nothing in this Power of Attorney shall be construed as a grant
0•authotity to the attomey(s)-in-fact to sign, execute, acknowledge, deliver or oth-
CONTRACT AMOUNT
t �ise issue a policy or policies of insurance on behalf of Gulf Insurance Company.
RESOLVED, that the signature of the President, Executive Vice President or
QQ 411,072.50
any Senior Vice President, and the Seal of the Company may be affixed to any such
�P
Power of Attorney or any certificate relating thereto by facsimile, and any such
r--vers so executed and certified by facsimile signature and facsimile seal shall be
BOND AMOUNT
I id and binding upon the Company in the future with respect to any bond and
i-:uments to bonds to which they are attached"
411,072.50
relating such
661f Insurance Company does hereby make, constitute and appoint
t®+
Craig Sherman, Ted Sherman�
;true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its
behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds, under-
takings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said
7mey(s)-in-fact, pursuant to the authority herein given, are hereby ratified and confirmed.
e obligation of the Company shall not exceed one million (1,000,000) dollars.
P Y ... , ro.
IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to
be hereto affixed:
J o�PORgI ° rt GULF INSURANCE COMPANY
{
SEAL
ei:c
�.�
t x
err :., � :� �n � .�. _ �.
STATE OF NEW YORK ) #.
SS
_. .
--owri OF NEW YORK
Lawrence P. 'rater
��`Execntive Vice President
:.. On the It day of October, 2001 A.D., before me came Lawrence P. Minter, known to me personally who'
being by me duly sworn, did depae and say, ,
tnat he resides in the County of Bergen, State of New Jersey; that he is the Executive Vice President of the Gulf Insurance Company, the corporation
described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such cor
rate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order.
AI-
E Y
-ANG HAB R-BE AZ
Notary No. 01MA6019988of New
York
,
STATE OF NEW YORK ) OF N sQualified in Kings Count o
w* ) Commission Expires February 16, 2007 x
OUNTY OF NEW YORK
I, the undersigned, Senior vice President of the Gulf Insurance Company, a Connecticut Corporation; DO HEREBY CERTIFY that the foregoing and
attached POWER OF ATTORNEY remains in full force.44
Signed and Sealed at the City of New York -=
I! IIIII fllfl Illlf Il[II I[Ill IIIII III i
SEAL Dated the 19th day of June , 2 03
IAE8857114--01398515+
s George Biancarth
Senior Vice President
CERTIFICATE OF INSURANCE
ACORDM CERTIFICATE OF LIABILITY INSURANCE DATE(MM,DD/
06/23/2003
PRODUCER (806) 376-6301 FAX (806) 376-1449 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
'`. Neely, Craig & Walton, LLP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1101 South Taylor ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. 0. Box 506
Amarillo, TX 79105 INSURERS AFFORDING COVERAGE
INSURED ]G Group, L.L.C. INSURER A: Admiral Insurance Company
P.O. Box 1736 INSURER B: Texas Mutual Insurance Company
Cedar Park, TX 78630 INSURERC: Zurich
I. INSURERD: Hartford Casualty Ins. Co.
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
�! POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
NSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MMiDD/YY
POLICY EXPIRATION
DATE MMIDDIYY
LIMITS
GENERAL LIABILITY
A03AG17137
05/22/2003
05/22/2004
EACH OCCURRENCE
$ 1,000,000.
+
X COMMERCIAL GENERAL LIABILITY
FIRE DAMAGE (Anyone fire)
$ 100,00
CLAIMS MADE FX7 OCCUR
MED EXP (Any one person)
$ 5 , 0O
A
PERSONAL & ADV INJURY
$ 11000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 1,000,000
POLICY PRO-
JECT LOC
AUTOMOBILE
LIABILITY
ANY AUTO
6UECUY7990
06/09/2003
06/09/2004
COMBINED SINGLE LIMIT
(Ea accident)
$ 500,000
D
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
-
X
BODILY INJURY
(Per person)
$
X
BODILY INJURY
(Per accident)
$
X
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY. Fla ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
$
ANY AUTO
$
EXCESS LIABILITY
EACH OCCURRENCE
$
OCCUR CLAIMS MADE
AGGREGATE
$
$
$
�w
DEDUCTIBLE
$
RETENTION $
WORKERS COMPENSATION AND
SBP0001131813
05/24/2003
05/24/2004
I TORSLIMITS I ER
B
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT
$ S00,000
E.L. DISEASE - EA EMPLOYE
$ 500, 0O
E.L. DISEASE- POLICY LIMIT
1 $ 500, 0O
C
T Rders Risk
R47176871
06/04/2003
06/04/2004
Monthly Report
$5,000,000 limit
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES!EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
engineering Consultant
e City of Lubbock is named as additional insured in regards to the General Liability coverage
i Auto Liability coverage as required by written contract, with waiver of subrogation in favor of the
ity of Lubbock as their interest may appear in regards to General Liability, Auto Liability &
ilorkers Compensation as required by written contract.
'CERTIFICATE HOLDER
City of Lubbock
Attention: Brandy
P 0 Box 2000
Lubbock, TX 79457
ADDITIONAL INSURED; INSURER LETTER:
FAX: (806)775-2164
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRIAQZATIVES. Ick
AUTHORIZED REPRESENTATIVE Of
Kimberly Dryden, CIC A-
PM
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
iA
04
P"
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
® (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the
contractor knew or should have known, of any change that materially affects the provision of coverage of
any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional words
or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF
INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN
ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR
A IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT
THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
2
EE---1
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. ❑
"M 3
Ps
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 22nd day of May, 2003 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 JG Group, LLC 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 #053-03/RS - ADA CURB RAMPS PHASE SEVEN AT VARIOUS LOCATIONS - $411,072.50
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract
documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, L k County,
Texas in the year and day first above written.
ATTEST:
Cit ecretary
APPROV AS TO CO NT:
C,
n 9'Replesentatrve
APPROVED AS TO FORM -
City Attorney
ATTEST:
Corporate Secretary -
-
CITY O eB(AK, Tl�OCNVNER)
By:
CON
No
TITLE: 0tJA'16Z
COMPLETE ADDRESS:
JG Group, LLC.
P.O. Box 3543
Lubbock,Texas 79452
...
0"
GENERAL CONDITIONS OF THE AGREEMENT
PM
ON
mm
Lao
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
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 JIG GROUP, LLC who has agreed to perform the work embraced in this contract,
or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative LARRY HERTEL, CITY ENGINEER, so designated who will
inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be
authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will
act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or
persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder
for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to
herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order, designation
or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
WRITTEN NOTICE
Written notice shall be deemed to have been duly senfed if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
W
era
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.
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)
PM
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
A. 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.
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
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms
or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
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.
r- 3
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.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
4
rm*
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by
a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra 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
sue+ 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
t" 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.
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,
6
is
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE
CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A
STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR
PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS
COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
A. General Liability Insurance (Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, $500,000.00 Combined Single
Limit. This policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance (Additional Insured and Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000.00 Combined Single Limit,
"" 7
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance
The Contractor shall obtain aBuilder's Risk policy in the amount of 100%o%o'6f the'total contract price
(100% of potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance (Additional Insured and Waiver of Subrogation required)
The Contractor shall have Umbrella Liability Insurance in the amount of �0 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 $500,000.00.
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor' in Section ❑406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation,, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
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:
P"
P"
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
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
`"` 9
G
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
0) 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;
10
M
0
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive
information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self-insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(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, EQUIPMENTAND 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
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
12
W
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
J 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 $500.00 (FIVE HUNDRED
DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially
completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and
is expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS
OF THE ESSENCE OF THIS CONTRACT.
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
°"" 13
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 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. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
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,
14
P..
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
w* agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
.� payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
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
the work within the time provided in this contract.
••, 15
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
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.
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.
16
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
r documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are provided in this contract. In case of
.. any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which
would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
"` credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
,., have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
�.� 17
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
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carryout 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.
18
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
�* Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C,S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
-� the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
19
MOLL-.]
P�
CURRENT WAGE DETERMINATIONS
OR;-mi
OPM
W"
P"
RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft Hourly Rate
Acoustical Ceiling Installer
11.50
Air Conditioner Installer
12.00
Air Conditioner Installer -Helper
7.50
Asbestos Worker
9.00
Asbestos Supervisor
12.50
Bricklayer
12.50
Bricklayer -Helper
7.00
Carpenter
11.00
Carpenter -Helper
7.00
Cement Finisher
9.00
Drywall Hanger
11.00
Electrician
15.00
Electrician -Helper
8.00
Equipment Operator -Heavy
10.00
Equipment Operator -Light
9.00
Fire Sprinkler Fitter -Journey
18.00
Fire Sprinkler Fitter -Apprentice
10.00
Floor Installer
9.50
Glazier
10.50
Insulator-Piping/Boiler
10.50
Insulator -Helper
7.00
Iron Worker
11.00
Laborer -General
6.00
Mortar Mixer
6.00
Painter
9.50
Plumber
12.50
Plumber -Helper
7.00
Roofer
9.00
Roofer -Helper
7.00
Sheet Metal Worker
10.00
Sheet Metal Worker -Helper
7.00
Welder -Certified
11.00
!'" 1
W
PM
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly
Asphalt Heaterman
9.00
Asphalt Shoveler
7.50
Concrete Finisher
9.00
Concrete Finisher -Helper
7.50
Electrical Repairer -Equipment
12.50
Flagger
6.50
Form Setter
8.00
Form Setter -Helper
6.50
Laborer -General
6.00
Laborer -Utility
6.75
Mechanic
9.00
Mechanic -Helper
7.00
Power Equipment Operators
Asphalt Paving Machine
9.00
Bulldozer
9.00
Concrete Paving Machine
9.00
Front End Loader
9.00
Heavy Equipment Operator
9.00
Light Equipment Operator
8.00
Motor Grader Operator
10.25
Roller
7.00
Scraper
7.50
Tractor -Trailer
8.50
Truck Driver -Heavy
8.00
Truck Driver -Light
7.00
2
PM
0
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
c
SPECIFICATIONS
.-M
TECHNICAL SPECIFICATIONS
OW
P
r"
CITY OF LUBBOCK
STREET/DRAINAGE ENGINEERING DEPARTMENT
A.D.A. CURB RAMPS AT VARIOUS LOCATIONS
(PHASE NO.7)
PROJECT NO.9923
f*q;o
s�k
101 01/02
.w"
POR
PROPOSED STREET RAMP LOCATIONS
LOCATION
LOCATION
NUMBER
LOC
PRIMARY
STREET
SECONDARY
STREET
CORNER -IMPROVEMENT
NORTHEAST
NORTHWEST
SOUTHEAST
SOUTHWEST
REMARKS
1
QUAKER AVENUE
24TH STREET
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
LOCATE 2 SE AND I SW RAMP IN FIELD
2
MEMPHIS AVENUE
33RD STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
3
MEMPHIS AVENUE
32ND STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
4
MEMPHIS AVENUE
31 ST STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
5
MEMPHIS AVENUE
30TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
6
MEMPHIS AVENUE
29TH STREET
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
7
MEMPHIS AVENUE
28TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
8
MEMPHIS AVENUE
27TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
9
MEMPHIS AVENUE
26TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
10
MEMPHIS AVENUE
25TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
11
MEMPHIS AVENUE
24TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
12
MEMPHIS AVENUE
23RD STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
13
MEMPHIS AVENUE
22ND PLACE
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
14
66TH STREET
UNIVERSITY AVE.
N/A
N/A
N/A
CONSTRUCT RAMP
15
66TH STREET
AVENUE W
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
16
66TH STREET
65TH PLACE
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
17
66TH STREET
TEMPLE AVE.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
18
66TH STREET
AVENUE T
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
19
66TH STREET
SHERMAN AVE.
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
20
66TH STREET
AVENUES
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
21
66TH STREET
AVENUE R
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
22
66TH STREET
AVENUE Q
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
23
AVENUE P
53RD STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
24
AVENUE P
52ND STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP AT 5201 AVE. P
25
AVENUE P
49TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
LOCATE WEST RAMP INFIELD
26
AVENUE P
48TH STREET
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
27
AVENUE P
47TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
28
AVENUE P
46TH STREET
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
29
AVENUE P
45TH STREET
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
30
AVENUE P
44TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
LOCATE 2 E. RAMPS IN FIELD @ CHANNEL
31
AVENUE P
43RD STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
32
AVENUE P
42ND STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
33
AVENUE P
41 ST STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
34
AVENUE P
40TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
AVOID INLET ON NE. CORNER
35
AVENUE P
39TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
36
AVENUE P
38TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
37
AVENUE P
37TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
38
AVENUE P
36TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
39
AVENUE P
35TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
LOCATION
LOCATION
NUMBER
LOC
PRIMARY
STREET
SECONDARY
STREET
CORNER -IMPROVEMENT
NORTHEAST
NORTHWEST
SOUTHEAST
SOUTHWEST
REMARKS
40
AVENUE Q
71ST STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
41
UNIVERSITY AVE.
35TH STREET
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
42
UNIVERSITY AVE.
36TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
43
UNIVERSITY AVE.
37TH STREET
CONSTRUCT RAMP
N/A
N/A
N/A
44
UNIVERSITY AVE.
38TH STREET
N/A
N/A
CONSTRUCT RAMP
NIA
45
AVENUE X
35TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
46
AVENUE X
36TH STREET
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
OFFSET STREETS
47
AVENUE X
37TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
OFFSET STREETS 4 RAMPS
48
AVENUE X
38TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
49
AVENUES
42ND STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
50
AVENUE T
43RD STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
51
AVENUE U
43RD STREET
CONSTRUCT RAMP
*
CONSTRUCT RAMP
*
* I ON WEST AT PARK
52
AVENUE U
44TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
53
AVENUE U
45TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
54
BOSTON AVENUE
35TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
55
BOSTON AVENUE
36TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
56
BOSTON AVENUE
37TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
57
BOSTON AVENUE
38TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
58
BOSTON AVENUE
39TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
59
BOSTON AVENUE
40TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
60
BOSTON AVENUE
41ST STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
61
BOSTON AVENUE
42ND STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
62
BOSTON AVENUE
43RD STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
63
BOSTON AVENUE
44TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
64
BOSTON AVENUE
45TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
65
BOSTON AVENUE
46TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
66
BOSTON AVENUE
47TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
67
BOSTON AVENUE
48TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
68
BOSTON AVENUE
49TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
69
BOSTON AVENUE
52ND STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
70
BOSTON AVENUE
53RD STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
71
BOSTON AVENUE
54TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
72
BOSTON AVENUE
55TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
73
BOSTON AVENUE
56TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
74
BOSTON AVENUE
57TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
75
BOSTON AVENUE
58TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
76
CANTON AVENUE
52ND STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
77
ELGIN AVENUE
52ND STREET
N/A
N/A
CONSTRUCT RAMP
N/A
78
ELGIN AVENUE
53RD STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
NIA
79
ELGIN AVENUE
54TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
80
ELGIN AVENUE I
55TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
LOCATION
LOCATION
NUMBER
LOC
PRIMARY
STREET
SECONDARY
STREET
CORNER -IMPROVEMENT
NORTHEAST
NORTHWEST
SOUTHEAST
SOUTHWEST
REMARKS
81
ELGIN AVENUE
56TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
82
ELGIN AVENUE
57TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
83
ELGIN AVENUE
58TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
84
ELGIN AVENUE
59TH STREET
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
85
ELGIN AVENUE
60TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
86
ELGIN AVENUE
61 ST STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
LOCATE WEST RAMP IN FIELD
87
ELGIN AVENUE
62ND STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
88
ELGIN AVENUE
63RD STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
89
ELGIN AVENUE
64TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
90
ELGIN AVENUE
65TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
AVOID TREE ROOT AT SE. CORNER
91
BELMONT AVENUE
32ND STREET
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
92
BELMONT AVENUE
33RD STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
93
CANTON AVENUE
30TH STREET
*
*
CONSTRUCT RAMP
CONSTRUCT RAMP
* T- INTERSECTION 3 RAMPS
94
CANTON AVENUE
31ST STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
OFFSET STREETS 5 RAMPS
95
CANTON AVENUE
32ND STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
96
ELGIN AVENUE
28TH STREET
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
97
ELGIN AVENUE
29TH STREET
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
LOCATE 2 RAMPS ON WEST OPP. 29TH
98
ELGIN AVENUE
30TH STREET
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
99
ELGIN AVENUE
31ST STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
OFFSET STREETS 4 RAMPS
100
ELGIN AVENUE
32ND STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
101
ELGIN AVENUE
39TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
102
VICKSBURG AVE.
31 ST STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
103
TOLEDO AVENUE
31 ST STREET
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
104
FLINT AVENUE
91 ST STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
105
JOLIET AVENUE
38TH STREET
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
106
KNOXVILLE AVE.
38TH STREET
CONSTRUCT RAMP
N/A
N/A
N/A
107
KNOXVILLE AVE.
37TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
108
KNOXVILLE AVE.
36TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
109
KNOXVILLE AVE.
35TH STREET
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
110
EVANSTON AVE.
71ST STREET
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
III
UNIVERSITY AVE.
3RD STREET
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
112
UNIVERSITY AVE.
2ND PLACE
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
113
UNIVERSITY AVE.
SANTA FE DRIVE
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
114
UNIVERSITY AVE.
1ST PLACE
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
115
UNIVERSITY AVE.
I ST STREET
N/A
N/A
N/A
CONSTRUCT RAMP
116
UNIVERSITY AVE.
AUBURN STREET
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
117
INDIANA AVE.
FORDHAM ST.
N/A
N/A
N/A
CONSTRUCT RAMP
am
PROPOSED ALLEY RAMP LOCATIONS
LOCATION
NUMBER
LOC)
STREET
(LOC)
N-S STREET ALLEY - IMPROVEMENT
ALLEY
(LOC
EAST SIDE OF STREET
WEST SIDE OF STREET
REMARKS
NORTH END
SOUTH END
NORTH END
SOUTH END
IA
MEMPHIS AVENUE
21 ST ST. - 22ND ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
2A
MEMPHIS AVENUE
22ND ST. - 22ND PL.
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
3A
MEMPHIS AVENUE
23RD ST. - 22ND PL.
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
4A
MEMPHIS AVENUE
29TH ST. - 30TH ST.
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
5A
MEMPHIS AVENUE
30TH ST. - 31 ST ST.
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
6A
MEMPHIS AVENUE
32ND ST. - 33RD ST.
CONSTRUCT RAMP
N/A
N/A
N/A
7A
MEMPHIS AVENUE
33RD ST. - 34TH ST.
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
8A
BOSTON AVENUE
42ND ST. - 43RD ST,
N/A
CONSTRUCT RAMP
N/A
N/A
9A
BOSTON AVENUE
SOUTH OF 43RD ST.
N/A
N/A
N/A
N/A
10A
BOSTON AVENUE
SOUTH OF 46TH ST.
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
I IA
BOSTON AVENUE
57TH ST. - 58TH ST.
CONSTRUCT RAMP
N/A
N/A
N/A
12A
BELMONT AVENUE
32ND ST. - 33RD ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
13A
ELGIN AVENUE
OPPOSITE 29TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
14A
AVENUE P
NORTH OF 50TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
15A
AVENUE P
NORTH OF 49TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
16A
AVENUE P
NORTH OF 47TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
17A
AVENUE P
SOUTH OF 47TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
18A
AVENUE P
SOUTH OF 45TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
19A
AVENUE P
43RD ST. - 44TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
20A
AVENUE P
42ND ST. - 43RD ST,
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
21A
AVENUE P
38TH ST. - 39TH ST.
N/A
N/A
CONSTRUCT RAMP
N/A
22A
AVENUE P
37TH ST. - 38TH ST.
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
23A
AVENUE P
36TH ST. - 37TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
24A
ELGIN AVENUE
SOUTH OF 52ND ST.
CONSTRUCT RAMP
N/A
N/A
N/A
25A
ELGIN AVENUE
56TH ST. - 57TH ST.
N/A
CONSTRUCT RAMP
N/A
N/A
26A
ELGIN AVENUE
58TH ST. - 59TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
27A
ELGIN AVENUE
59TH ST. - 60TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
28A
ELGIN AVENUE
60TH ST. - 61 ST ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
29A
ELGIN AVENUE
61 ST ST. - 62ND ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
30A
ELGIN AVENUE
62ND ST. - 63RD ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
31A
ELGIN AVENUE
63RD ST. - 64TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
32A
ELGIN AVENUE
64TH ST. - 65TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
33A
ELGIN AVENUE
65TH ST. - 66TH ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
34A
UNIVERSITY AVE.
34TH ST. - 35TH ST.
CONSTRUCT RAMP
N/A
N/A
N/A
35A
AVENUE X
34TH ST. - 35TH ST.
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
36A
AVENUE Q
70TH PL. - 71ST ST.
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
37A
UNIVERSITY AVE.
2ND PL.-3RD ST.
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
38A
UNIVERSITY AVE.
1 ST PL: SANTA FE DR.
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
39A
UNIVERSITY AVE.
I ST ST.-I ST PL.
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
40A
UNIVERSITY AVE.
1ST ST.-AMHERST ST.
N/A
N/A
CONSTRUCT RAMP
N/A
I I l 11 1i l 1 i i
LOCATION
NUMBER
LO
STREET
LOC
N-S STREET ALLEY - IMPROVEMENT
ALLEY
LOC
EAST SIDE OF STREET
WEST SIDE OF STREET
REMARKS
NORTH END
SOUTH END
NORTH END
SOUTH END
41A
UNIVERSITY AVE.
AMHERST-AUBURN
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
LOCATION
NUMBER
LOC)
STREET
(LOC)
E-W STREET ALLEY -IMPROVEMENT
ALLEY
(LOP
NORTH SIDE OF STREET
SOUTH SIDE OF STREET
REMARKS
WEST END
EAST END
WEST END
EAST END
42A
66TH STREET
AVE. Q - AVE. S
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
43A
66TH STREET
AVE. S - AVE. R
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
44A
66TH STREET
AVE. S - SHERMAN
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
45A
66TH STREET
SHERMAN - AVE. T
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
46A
66TH STREET
AVE. T - TEMPLE
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
47A
66TH STREET
WEST OF AVE. W
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
TRAFFIC CONTROL PLAN
FIR
r
0
wa
END
ROAD WORK
P_
.� ROAD WORK
�•. (OPTIONAL)
x
r-+
KEY:
Tubular markers
NOTES:
1. Flashing warning lights and/or
flags may be used to call atten—
tion to the warning signs.
2. Devices used in a series for
channelization purposes at night
should be supplemented with
steady burn lights or delineators
as needed.
3. All distances and spacing shown
are approximate.
4. All traffic control devices used at
night shall be reflectorized or il—
luminated.
5. The word UTILITY may be sub—
stituted for ROAD in all signs
where applicable.
6. All required work not shown to be in
accord with the MUTCD.
Add9ond
work site if
necessary with
proper advance
warning.
ROADN WORK
RIGHT LANE (OPTIONAL)
W8T
TURN RIGHT
TFRU
TRAFFIC
G
PROHIBIT PARKING AS NECESSARY
Posted
x
Speed or
Min.
85% Speed
Distance
(MPH)
(Feet)
30 or less
80
35
120
45
240
MUTCD Fla 6-7A
"-A
CONSTRUCTION DETAILS
."
N
I
D
f 1 1 7 I " 1 -_ �
TOP OF CURB
A
co �•e•e
e•v'
.e
e' a DUMMY GROOVE JOINTS
EACH SIDE OF RAMP. MAINTAIN GUTTER
a FLOWLINE.
9�
4q� BITUMINOUS 3,a' EXPANSION
(a JOINT (FULL DEPTH) LOCATED
o:c AS SHOWN.
yQ+ 'Ti,• CURB TO RAMP DOWN
%s s�O IN 6ON BOTH SIDES.
A
\ .e
TOOL
EDGE. TYP. 1� °•4 ,•OQ�`1
/ CONCRETE PAVERS WITH
TRUNCATED DOME SURFACE.
(RED IN COLOR).
RAMPS SHALL BE CENTERED IN C.& G. RADIUS
TO THE MAXIMUM EXTENT PRACTICABLE.
e •0' e
IN RADIUS
GENERAL NOTES
Concrete paver units shall meet all requirements of
ASTM C-936. C-33 and shall be laid in a two by two unit
basket weave pattern. unless shown otherwise in the plans.
Concrete paver units shell have truncated domes on
the top surface for detectable warning to pedestrians.
Truncated domes must comply with Texas Accessibility
Standards.
Domes shall be aligned in the direction of pedestrian travel.
Concrete paver unit color for the ramp Shall be a
contrasting color that provides a light reflective
value that significantly contrasts with the oajOcent
surfaces. The color of the concrete Paver units
may be shown elsewhere in the plans. (Adjacent
surfaces include side flares).
Concrete paver units sholl be sow cut only and any cut
unit shall not be less than 25 percent of a full unit.
All Slopes are maximum allowable. The least possible slope that will
still drain properly should be used. Romp length or grade of approach
sidewalks may be adjusted as directed by the Engineer.
Maximum allowable cross slope on sidewalk and romp surfaces is 2%.
All concrete surfaces shall receive a light broom finish unless noted
Otherwise in the plan8.
Ramp textures must consist of truncated dome surfaces. Textures ore
required to be detectable underfoot. Surfaces that would allow water
to accumulate Ore prohibited.
Additional information on curb ramp location, design. light reflective value
and texture may be found in the current edition of the Texas Accessibility
S tOndords (TAS) prepared and administered by the Texas Deportment of
Licensing and Regulation (TDLR).
i�
I !4— 4• Min. P 6. .
.OoV', a Y a'p• .00 V'.
•v:D a
Max. 4" oll sides
(Typical)
Concrete pover
with truncated
B dome surface.
) 1 pour. a •v',i�
•v;P a 'v;D a 'v:D a
i
STRAIGHT C.8 G. SAME NOTES APPLY AS
RADIUS PLAN VIEW AT
LEFT.
Concrete paver
with truncated
Class A Concrete- dome surface.
sholl conform t0
applicable specifications.
Bituminous 3.4" Expansion
joint as required.
4" Min. thickness
No. 3 rebar min.. placed in
center of slob and spaced 4" Min. thickness
IV on -center both ways.
SECTION B-B
4' Min. �T� 5'-6" Min. l
v' ='2 SLOPE (MAI.
a a'—
<.4 .4
Minimum finished
thickness = 4'.
No. 3 rebar min.. placed in
center of slab and spaced SECTION A -A
18" on -center both ways.
TYPICAL HANDICAP RAMP PLAN NO SCALE
PLATE NO. 4-99
i
AT EACH
SIDE OF RAMP/%I' MIN.
SAWCUT DEPTH
SAW CUT
I s• I ,, LINE
TO BE REMOVED
CONTRACTION MARKING
(TOOIFD JOINT)
PROPO..ED
&WP 4
k
r
Ylv
P/ to •
3� I /�
GUTTER / FLOW LINE
w _ / r MIN SAWCUT DEPTH
C
SECTION
. ... ... tD •• ...
kf
TYPICAL
"T" ALLEY
INTERSECTION w! OUMMY CONTRACTION JOINTS
g
10,
S'
Q G Q
4 . Q
L
w+w
ma
O
a.
1
i
10,
1
j
110'
!
1
a !4 a
i
Property Line
l
20'
�
t3'
f�
•�
Q
I.
a
a
v '•
v
• ,
v v
.�
a. 4 o'
o
Contraction
•Q •
-
.�.,
d
Joints
4
4 .4 ,•d
C7 v •,
20'
Property Line
e.q
1
�
4 . 4 �Q •
I
i
N
110,
No Scale
�
I
1
I�� R
•
a+
rn
a,,,
Z • t sti �
1
Z
.e•p.v
Q
C
A'*
0 •
•
J
W
d .4 Q
�,
6x6 to/to stre Itien
Q
'
t-
or fiber reinforee"wt-
TRANSVERSE DUMMY_ GR OV
S'
a•
N RACf10N JOIN
^
m
5'
10'
tasauired at Cold joints and
every 17 Ieef of pay inq.I No SC016
Q
M
1
N
trt tt
�
r. E. W. 6-1 "9
revleee 1a,-!!
i.,
O•.
CITY OF LUBBOCK
STREET / DRAINAGE ENGINEERING
STANDARD PAVING SPECIFICATIONS
.,
October 5, 2001
CITY OF LUBBOCK
STREET/DRAINAGE ENGINEERING
STANDARD PAVING SPECIFICATIONS
�., TABLE OF CONTENTS
SECTION
PAGE NUMBER
1.1
GENERAL
1
1.2
Specifications
1
1.3
Warranty and Acceptance
1
1.4
Testing and Inspection
2
1.5
Cleanup and Site Restoration
2
1.6
Notification of Property Owners
2
1.7
Protection of Utilities and Irrigation Systems
2
1.8
Water for Construction
3
.-�
2.1
CONCRETE
4
2.2
Classification
4
2.3
Mix Design
5
'^^
2.4
Strength Requirements
6
2.5
Cement
6
2.6
Aggregate
6
2.7
Flowable Fill
7
2.8
Water
7
2.9
Admixtures
8
2.10
Reinforcing Materials
8
2.11
Joints
9
2.12
Joint Sealing Materials
9
2.13
Curing Compounds
10
2.14
Forms for Concrete
10
,.,
2.15
Placing and Finishing Concrete
11
3.1
SUBGRADE
12
4.1
FLEXIBLE BASE (CALICHE)
13
4.2
Materials Tests
13
mom
4.3
Flexible Base Construction
14
N.
*-
5.1
ASPHALT STABLIZED BASE (ASB)
14
5.2
ASB Mix design
15
5.3
Placing ASB
15
5.4
ASB Compaction
16
6.1
HOT MIX ASPHALT CONCRETE SURFACE (HMAC)
16
6.2
Thickness of HMAC Surface
17
6.3
Mix Design
17
6.4
Coarse Aggregate
19
6.5
Fine Aggregate
19
6.6
Asphalt
20
6.7
Placing HMAC
20
6.8
Compaction
21
6.9
Prime and Tack Coats
22
6.10
Emulsified Asphalt Sealer
23
7.1
STORM SEWER
23
7.2
Reinforced Concrete Pipe
23
7.3
Mortar
23
7.4
Preformed Bituminous Gasket Joints
23
�^
7.5
Manholes
24
7.6
Manhole Frames and Covers
25
7.7
Construction Methods
25
7.8
Excavation
26
7.9
Pipe Installation
27
7.10
Backfilling
28
7.11
Trench Protection
29
8.1
FENCES
30
9.1
SALVAGE OF ASPHALT PAVING
30
jWW
10.1
BARRICADES
30
--
11.1
PROSECUTION OF THE WORK
AND WORKING DAYS
31
11.2
Working Days Definition
31
11.3
Work Between November 1 and January 2
32
a•.
12.1 STANDARD DETAILS
Street Crown Elevations
Typical Asphalt Street Cross -sections
Typical 24 inch Curb and Gutter
Typical 30 inch Curb and Gutter
Concrete Valley Gutter
Alley Return and Alley Paving
Tee Alley
Typical Handicap Ramp
33
.r
ern
ON%
."
4.�
2'R
3"R 6' +
_ — v o,
N Oown curb section .►
6"
24"
T
9-106"
-3
4 4--i
-v
1 24"
NOTE: Contractor may use either of the above sections.
IN
�--- 9 • l t/ 16
it r
il.... �4
TYPE A
TYPE 6
TYPE C
rj
A p
24" �.
0
NOTE : Reinforced putter section will be constructed with three No. 3 bars fuming the entire length of Z
the driveway section and the three horizontal bars will be supported with ckk% an o spacing W
gh►e oeu,rvk piaceRwd. Q
J
YPICAL CURB AND GUTTER SECTIONS a.
FILE No. 2-5-57
W% 780 Federal Register / Vol* 59, No. 117 / Monday, June 20, 1994 / Rules and Regulatloas
14.2.41 Publlc 61dewalk Curb Rssnps
0-
0
MM
6
(3) Single User Toilet FactllUes. Where a
single user lollet facility Is provided. It shall
comply with 4.22.2 through 4.22.7.
(4) Fixed Seating. Tables, and Benches.
(a) Where fixed seating and tables are
provided at a sin4e lotion. at ]east Ove
shah comply
percent. but not less than
with 4.32.
(b) Where gXed beaches are prodded at'a
sine location, at lcast 50 percent shall have at
bar and irauests:. A 30 is by 48 In (760 mm
bbyy 1220 inm) clear ground space tar a wheel
cfiair shaft be provided st one end of at Icast
one bencb'at each location where taxed
benches are provided.
(5) Bus Sbeltcrs and Stops. Where a bus
stop pad p provided. it shall comply with
10.2.1(1). Vhere a bus shelter Is provided.
shall comply with 10.2.1(2)..
(6) Street Identificatlon and Other Pedes-
trian Signage. Where provided for pedestrian
use. informational and directional signage and
street identElIcation signs shall comply with
4.30.2. 4.30.3. and 4.305. Where bus route
ident.111cation sign are provided on or adjacent
to a public sidewalk. they shall comply with
10.2.1(3).
(7) Other Elements. Where provided. other
fixed street furnishings intended for pedestrian
operation or use. such as information kiosks.
fire alarm boxes. fixed trash receptacks and
similar elements, shall comply with 4.27.
14.2.40 Public Sidewalk Curb Ramps.
(1) General.
(a) A public sidewalk curb ramp and level
landing complying with 14.2.4 shall be pro-
vided wherever a public sidewalk crosses a
curb or other change In leveh at each street
crossing and where otherMse required in this
section and shall be connected to a continuous
passage to each alrecUon of travel.
fit The pro%-Lslens of 4.7 ant 4.8 do not
apply to public sidewalk curb ramps.
(2) Types of Public Sidewalk Curb Ramps.
Public sidewalk curb ramps shall be perpen-
tlicular to the curb at street crossings and
each shall have a level landing at the top (see
Figs. 58 and 59(a)). At merited crossings. the
bottom of the ramp run. exclustve of flared
sides, shall be wholly contained within the
itiarkb4s (see Figs 60 (a) and (b)). Single (i.e..
diagonal or depressed corner) public sidewalk
curb ramps serving two street crosstng direc-
Uons eruct built-up (Le.. projected) public
sidewalk curb ram stare not permitted in pew
construction.
EXCE-VnON: GVh= pq6& pedestrian sigh( -of -
way width establtsbed by local or State regula-
tion. guideline: 6r practice will not arcbramo-
date a perpendicular public sidewalk curb
ramp and landing complying with 14.2.412). a
parallel public sidewalk curb ramp with a level
landing at its bottom ahall be provided instead
of a perpendicular public sidewalk curb ramp
(see F1g. 59(b)). "At marked crossings, the
landing at the bottom of the ramp run shag
be wholly contained within the markings (see
Fig. 60(c)). A combination of parallel and
perpendicular public sidewalk curb ramps and
landings may arse be provided (see Figs. 59(c)
and 60(d)).
(3) Width. Public sidewaIlc curb ramps shall
be 36 in (915 mm) wide minimum. exclusive of
flared sides.
Lever Landing at tbp of Perpendicular Public
Sidewalk Gtirb Ramp
Fig. b8
85
r�
0"
Federal Register / Vol. 59. No. 117 / Monday, June 20. 19N ! itules end Reguletlons 31781
14.2.40 Public 61desralk Cast PUMPS
(4)• Landings.
(a) Where a perpendicular public sidewalk
curb ramp Is pr+ovided. a landing the width of
the public sidewalk curb ramp &hall be
pro-vided at the top of the ramp run (see Fig. 58).
The slope of the landing shall nat exceed 1:50
in any direction. The Landing shall be 4.8 in
.� (1220 mm) minimum in kngih and shaM
connect to the enntinuous passage
direction of travel.
(b) Y&cre a parallel public sidewalk curb
own ramp is provdded. as permitted is 14.2.4M
Exception, a landing the width of the parallel
public sidewalk curb ramp and a mintm= of
60 in (1525 mm) In length in the direction of
the ramp run sbali be provided at the bottom
of the parallel public &kk rZk curb ramp. 7 be
slope of the UrAinkshall not o=ecd 1:50 in
any diredson.'At ma rked crossings, the m-
°^ quired landtngat the bottom of the parallel'
public ssdcwWk curb ramp sbali be wholly
contained within the raarldngs-
^" (c) Where parallel and perpendicular
public sidewalk curb ramps arc combined to
serve a street crossing, as pesrnitled in
14.2.4(2), the Landing required for the perpen-
dicular public sidewalk curb ramp may be
cotackknt with that provided for the parallel
public stdmalk curb ramp.
•"° (5) Slope. The minimum feasible running
slope shall be provided for any public sldcwalk
curb ramp and shall be measured from a level
plane. as shown In Fig. 61. The maximum
-- running slope of any public sidewalk curb
ramp shall be 1:12. The maximurn crass slope
of any public sidewalk curb ramp shall be
1:50.
EXCEPI10i11: A paralkl public sidewalk curb
ramp allowed by 14.2.4(2) Exception shall have
a maximum slope of 1:12 wben measured from
,R.. a level plane as shown in Fig. 61 but shall not
be required to exceed 96 in (244.0 mml In
length.
(6) Edges. Where aside of a perpwdiewar
public sidewalk curb ramp is contiguous with
a public sidewalk it shall be Darzd. with a
slope of 1:12max:1mum. A perpeodlcuLar
public sidewalk curb ramp may have a re-
turned side or na t of any slope wixn not
contiguous with a public sidewalk or where
protected by a guardrail or other barrier.
OR
Ppea.dicYTe M Public
uUM& tab Rmap
P&muci Public sideeaIi curb Ramp
ComMned (PeralsefPerpendiealir) Pnb1k
6Mcsa.a Curb Rannp
Fig. 59
Public Sidewalk Curb Ramps
Notc:_See new construction and alteration
provisions for minimum dimensions for public
sidewalk'curb ramps shown to Figure 59.
cc
W cc•c O
..n
(a)
High Forward Reach Limit
............................... .
a '
� o
o !
...............................5
as i
1220
NOTE: x shell be s 25 in(635 mm): 2 shell be Z X. When x < 20 in(510 m n), then y shell be 48 in(1220 mm) msx9mum.
When x is 20 to 25 in(510 to 635 mrn), then y shall be " in(1120 mm) mudmum.
(b)
Maximum Forward Reach over an
Obstruction
Fig. 5
Forward Reach
Now
V"
W"
..................
� 2
i
} W o
• st
10 max 30
255 760
{a)
Clear Floor Space Parallel Approach
Maximum Side Reach over
Obstruction
F1g. 6
Side Reach
10 max i
26S 76C
� w
1
mom, 1"i I z'I ��1+ii=
%\N\\\\\\\\\\V
(b)
High and Low Side Reach Limits
P"
4.7 Curb Ramps.
4.7.1 Location. Curb ramps complying with 4.7 shall be provided wherever an accessible route crosses a curb.
4.7.2 Slope. Slopes of curb ramps shall comply with 4.8.2. The slope shall be measured as shown in Fig. 11.
... Transitions from ramps to walks, gutters, or streets shall be flush and free of abrupt changes. Maximum slopes
of adjoining gutters, road surface immediately adjacent to the curb ramp, or accessible route shall not exceed
1:20.
4.7.3 Width. The minimum width of a curb ramp shall be 36 in 915 mm. , exclusive of flared sides.
4.7.4 Surface. Surfaces of curb ramps shall comply with 4.5.
(7) Textures shall consist of exposed crushed stone aggregate. roughened concrete, rubber, raised abrasive
strips, or grooves extending the full width and depth of the curb ramp. Surfaces that are raised, etched, or
grooved in a way that would allow water to accumulate are prohibited.
(2) For purposes of warning the full width and depth of curb ramps shall have a light reflective value and
Texture that signijlcantly contrasts with that of adjoining pedestrian routes.
4.7.5 Sides of Curb Ramps. If a curb ramp is located where pedestrians must walk across the ramp, or where
it is not protected by handrails or guardrails it shall have flared sides; the maximum slope of the flare shalt be
1:10 (see Fig. 12(a)), Curb ramps with returned curbs may be used where pedestrians would not normally walk
across the ramp We Fig. 12(b)).
4.7.6 Built-up Curb Ramps. Built-up curb ramps shall be located so that they do not project into vehicular
traffic lanes or Into spaces that would interfere with persons entering or exiting parked or standing vehicles (see
•-� Fig.13).
4.7.7 Detectable Warnings. (Reserved)
4.7.8 Obstructions. Curb ramps shall be located or protected to prevent their obstruction by parked vehicles.
4.7.9 Location at Marked Crossings. Curb ramps at marked crossings shall be wholly contained within the
markings, excluding any flared sides (see Fig. 15).
4.7.10 Diagonal Curb Ramps. (ifdiagonal (or corner type) curb ramps have returned curbs or other well-defined
.� edges, such edges shall be parallel to the direction of pedestrian flow. The bottom of diagonal curb ramps shall
have 48 in (1220 mm) minimum clear space as shown in Fig. 15(c) and 15(d). If diagonal curb ramps are
provided at marked crossings the 48 in (1220 mm) clear space shall be within the markings. (see Fig. 15(c) and
15(d)). If diagonal curb ramps have. flared sides, they shall also have at least a 24 in (610 mm) long segment
of straight curb located on each side of the curb ramp and within the marked crossing (see Fig. 15(c)).
4.7.11 Islands. Any raised islands in crossings shall be cut through level with the street or have curb ramps at
both sides and a level area at least 48 in (1220 min) long between the curb ramps in the part of the island
intersected by the crossings (see Fig. 15(a) and 15(b)).
r"
r�+
Adjoining slope shall
not exceed 1:20
walk
slope . Y:X
where X is s IeVei plans
X
Y „�
Adjoinp elope shall
not exceed 1:20
street
Fig. 11
Measurement of Curb Ramp
Slopes
dared side
1 10
Flared Sides
1f X is less than 48 in, then
the slope of the flared side
sha11 not exceed 1:12. Fig. 12
Sides of Curb Ramps
Fig. 13
Built -Up Curb Ramp
planting or other
non -walking surface
(b)
Returned Curbs
10
NOTE: Curb Ib gutter, fillets and slab to be poured t)gether.
O
t
Future $'walk.
Property line
sue!
A
HEIGHT of CUR•
AT THIS POINT, e*
6" Con=% slab with
1/2- errVMBMI
616 10/10 wire R1esh
PREYOLOEO ExP.
or fiber reinforcement.
JOINT.
CURB HEIGHT TRANSITIONS
Dummy Contraction jts
FROM $*AT STREET TO 0-AT
POINT.
THIS
SLOPE 1/4"/ } 3,
NOTE: THIS POINT OFALLEY RETURN
TO eE AT
I
�1� SAME ELEVATION AS TOP OF
1I #8 $
CURB ON NIGH SIDE E.R. AT STREET.
2.0�
2.5�
,
10
2.5�
2.0�
0.ZO`INVERT
8
PLAN VIEW
6x6 10/10
m
wire esh
SScare: 17. 3
or fiber reinforcement.
=
TO BE USED WHEN
ALLEY R.O.W. WIDTH
O I
Dummy contCtion joint.
2.5
- •5' 10 � I 5�
SECTION A -A
CONCRETE PAVING No stole
20'
A
5'
10•
S�
T
•
2 ,
'COc
5
L
�.
6x6 10/10 wire mesh No. 6 rebar spoced 64from edge of slab
or fiber reinforcement. and I• Ilf from bottom of slab.
NOTE: Ail Concrete Showm to be 3,000 P. S.1. of 7 Days. (Gass $
SECTION B-6
3/4-
NOTE: CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY WHERE THE EXISTING
_
ALLEY RETURN, ALLEY PAVING Olt STREET GUTTER IS IN 0000
G
1/a R
CONDITION AND GRADE AND ALIGNMENT ARE SATISFACTORY,
Z
t•S/S-
2-
.
� —_
I OWYY GROOVE d01lfT !�'
W
-
3A.
J
S
15
EXISTING ALLEY RETURN, ALLEY S
PAVING OR STREET GUTTER. CONCRETE ALLEY SLAS.
J
n-
v
G•G 10/10+h nar NJ•�•
fiber
�'�'
d
of reGferetaweet.
-TRANSVERSE DUMMY GROOVE
CONTRACTION
' ' Gat 10110 do well
•- — ✓ w 11b tetehrerwt.
=—''�
1-
�
I
JOINT
G *"
N. 1-
( Required at cold joints and every
b[E.W. 2/8/9'3
N
13 feet of
STRIP PAVING
2' 24' TYP. 2'
1-1/2" H.M.A.C. surface. 4" Crown
'• 6" Caliche base compacted to 100% S.P.D. -•
Subgrade compacted to 95% S.P.D.
RESIDENTIAL / COLLECTOR
WIDTH VARIES
6"
1-1/2" H.M.A.C. surface. —,
v
��- —_ '• 6" Coliche base.
TYPE T-1 / T-2 THOROUGHFARES
WIDTH VARIES-
6. 1-112" H.M.A.C. surface.-----1
" Asphalt stabilized base.
12" Typ,
TYPICAL. ASPHALT STREET CROSS -SECTIONS PLATE NO.11-99 2-B-218
No Scale Ln 16
M..
F— 4 . ........
2"R
, 4.4,Q
WIN
iown curb section.
v
6"
v D •a
24-
-04
NOTE: Contractor =y use either of the obove sections.
�ytt,16
n
v
I 24"
TYPE "A"
TYPE "8 "
TYPE "C"
NOTE: Reinforced putter section wits be constructed with three No. 3 bars running the entire Iengtn of
the driveway section and the three hcrizontCl Oars will be suooOrted rich choirs• on a soocinp
tO give oCCUrate olacetttent.
TYPICAL 24 " CURB ANO GUTTER SECTIONS PLATE NO. 6-99
FILE NO. 2-A-57
l•L f
r"
..b
o V R TYPE •,A,•
MOM
_3"R Q�v
.v.p•Q
OOwn curb section. 6
1er1 r. Q G Q •.
v
12' 18"
I•«------9 11,16'•+- 20 Sir, -
NOTE: Contractor may use either of the above sections.
h
TYPE "C"
c.a •Q • 4 .a _ .
•v•p•Q .v-p.
~ 3" •.
a n V 3"
'.� 3' 4 .G ,•Q ,
—9 20 c"
NOTE: Reinforced gutter section will be constructed with three No. 3 bars running the entire length of
the driveway section and the three horizontal bars will be SUOAorted with Chairs. on a spacing
to give accurate placement.
TYPICAL 30" CURB AND GUTTER SECTIONS PLATE No. 7-99
r.t.r. 6-16-" FILE NO. 2-A-57 t81
LK •
6x6 - 10/10 Wire mesh centered in NOTE: 2.000 L.B. - 1 Ooy Concrete shall be
slab or fiber reinforcement. used to replace bass material removed.
•------- -------------- A -- -- ------
NO1EtConu-efe used for
conslruCtton shall bet
RESIDENTIAL (Type - El
3.000 L.B. - t Day
THOROUGHFARE S COLLECTOR (type - Cl
3.600 L.B. - 26 Day
DEPTH& 6'- Rasidantlol
9'- Collectors a Thoroughfares
----------
Compacted Base.
�:o.
-----------------•------"
-------------- A �---------
PLAN VIEW
SCALE: I'=10'
SECTION A —A 6x6 - 10/10 Wire mesh centered in
slab if used.
2.000 L.B. - T Day Concrete.
3.
` . - l� --
----------------------------------------------------
�+'---- 2.5' 2.5'--►1
CONCRETE VALLEY GUTTER DETAIL
Y.E.M. 6-16-99 PLATE NO. 1 0— 9 9 2— A— 9 9 ( A I i., .
TYPICAL ALLEY RETURN
ON" Hq;gnt of curo at
NOTE: Curb and gufr.Tr. f;Ilg.b and slap ro be pGA.re7 rogyrner. 1n;S point is 6-.
n -1 6' Concrete Slap .;to \ .
aw a 6x6 10/10 w;rq mpsn v \' ..?'.
••t •o or f;per rq;nfo'eelrtnr. '•�. •,t,o
1'.- e; rumi noes
°.
..'•�• premprded Exp.
• •°. Joint.
• 11 0
W
m ° ` C-11 ne;gnr transitions
0
Ovemy contract; On j06nfs. �.!• from 6" at street to 0-
:o•o at r11 point.
a
Side ••'o s NOTE: T.
point Of alley return
SIOOe 'i )' to be at
sarro erevarian as rap of
1• per rr. B curb on nign side E.R. at Srreer.
�•• 0 8. 1.
2.5' 2.5' t0' 2. 5*1 2.5'
O.IO• liw(Ilf O
prpper ry Line °• \•• PLAN VIEW
OR � •o.o ScatG: 1' S•
;, 6x6 f0/t0 wire mean
C or, f;oer reinforcement.
TO SE USEO wNEN
_
• o!° •••a,o - ALLEY R.O.M. M1OTH
• .�.o.o IS t5'.
Oumvy contraction joint.
2.5'
uu"• 5, 101 5,
A A
.• _c 20'
e
5' 10. S. c
41 2.
L T
O
SECTION A —A
No Seale 6x6 10/10 wire mesn No. 6 rebar soaeed 6' from edge of
or f i per re i nforcerlant. s I ob and t 1'=' from bottom of s I ao.
Locate by coons Of Chairs or plastic
stakes (nor metal Or wood).
SECTION 8-8
No Scale -art, COrSroArlal of TWIS r'rK Is LLLmK* Ott KNC TK CxISTIW
1'i R Altf, RET(Ssl. .LLLY •AYI.G 01 STRUT LUSTER is In cm
W COITIOII 00 GRAM.rO .l IGNK"T NIL SATI Si.CTORT.
•. Y•q Q,
,v • a', ;'li a_ / CONCRETE ALLEY SLAB.
-••.� ? EYISTING ALLEY RETURN. ALLEY � 6.6 10/10 .:re Rnen co
••;►.° P,XYtNG OR STREET currER.
f.+ / dr f: Nlr ro:Marcemorlt.
• CO
° • \ '•
- 6x6 10i10 .: ro MZ
tn :;.;°•• /
Cr f;Oor re nforcoro.1t. �' --14 a`---J Vi\'' 1• W
.i.� i.• _!• H
TRANSVERSE Ouwl(Y GROOVE 6'!_' �• 1• a
N AC l N J IN CL
No Seale
. (ROQU;rod or Cold je;nts O'b -r
O~y 11 toot Of Delri".l Q'
Note! Alt cancrere sno•n to be 3.000 P.S.I. at T Gays. (Class gl M
Rom!
S% Air _ 1 1/2%. S-S soGt/C.Y. (Min. 1.
CS.S gal./C.Y. (Max. rater). ]' Slum (Max.j Q
oft
N
W.E.W. 6-16-99
lR !
CITY OF LUBBOCK
,., STREET / DRAINAGE ENGINEERING
STANDARD PAVING SPECIFICATIONS
1.1 GENERAL
The construction and materials for any City of Lubbock Street/Drainage Engineering
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 Engineer 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 Engineer before being incorporated into any project. After
approval, the source and/or character of materials shall not be changed without written
-* authorization by the Engineer
The term Engineer used in these specifications may refer to the City of Lubbock City
"^ Engineer or an individual designated by the City Engineer to administer these
specifications and associated plans.
1.2 SPECIFICATIONS .
Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated
7 tests, procedures, quality standards, or requirements which are included in these
specifications or any associated plans shall be the latest edition and revision thereof.
When information indicated on plan sheets is different from these specifications, the
information on the plans shall govern.
1.3 WARRANTY AND ACCEPTANCE
OWR 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 Engineer, a written guarantee which
PWR
W
r,e 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 Engineer.
1.4 TESTING AND INSPECTION
All work shall be inspected and/or tested by a representative designated by the Engineer,
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 Engineer may order that
portion of construction which is in violation to cease until such violation is corrected.
Contractor shall cooperate with the Engineer in providing for sampling and testing
procedures.
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 and replaced.
1.5 CLEANUP AND SITE RESTORATION
After any construction covered by these specifications is completed, the Contractor shall
remove all equipment, surplus materials, and rubbish from the site. The contractor shall
restore all disturbed areas to their original condition satisfactory to the Engineer.
r
1.6 NOTIFICATION OF PROPERTY OWNERS
The contractor shall be responsible for maintaining positive communication with adjacent
property owners. The contractor shall notify all affected property owners with respect to
pending construction, restricted access, and driveway locations.
1.7 PROTECTION OF UTILITIES AND IRRIGATION SYSTEMS
The plans show only approximate locations of utilities as obtained from various utility
companies. It is not implied that all utilities or accurate locations are shown on the plans.
It is the contractor's responsibility to familiarize himself with all utilities and locations.
The contractor shall comply with all laws, ordinances, and regulations with respect to
utility notification and protection, including Underground Facility Damage Prevention
Notification Centers.
A"
On all projects the contractor shall exercise care not to damage any sanitary sewer pipe,
soft 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
Engineer prior to being covered.
1.8 WATER FOR CONSTRUCTION
The City will not furnish water at no charge for construction. To use City water for
construction the contractor shall acquire a water meter for use on a City fire hydrant, and
will be charged the applicable rate for the quantity of water used.
The contractor shall contact Lubbock Power and Light Customer Service Department
(775-2509) and establish a utility account. The contractor must pay the current deposit
for a fire hydrant meter. After the account is established and the deposit is paid, the
contractor may pick up a meter from the City Water Department at 600 Municipal Drive.
Fire hydrants shall be operated only by use an approved fire hydrant wrench. No pipe
wrenches, or other unapproved devices, shall be used to open and close a fire hydrant.
For top loading trucks or containers the contractor shall provide a back flow prevention
assembly on the discharge side of the meter. The backflow prevention assembly shall be
in the form of two spring loaded ball check valves. When filling the truck or container
there shall be an air gap of at least two times the opening diameter of the truck or
container.
For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ)
type backflow prevention assembly. All Reduced Pressure Zone type back flow
prevention assemblies must be tested, and the test results approved by the City prior to
use. The test results shall be sent to the City of Lubbock Water Utilities Department,
Meter and Customer Service Supervisor for approval.
In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow
Prevention", the City representatives are authorized to suspend water use from a fire
hydrant by a contractor until the proper and correct backflow prevention devices are
installed.
0
0"
0"
2.1 CONCRETE
These specifications shall govern Portland cement concrete used for curb and gutter,
•- valley gutters, alley paving, sidewalks, street paving, drainage channels. The concrete
shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C 94.
p-^ 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 Engineer.
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 LPL encasements
Class E Fast setting concrete pavement such as "Fast Track" Concrete
Pavement or, other special design.
P.
4
i
X.
GENERAL INSTRUCTIONS TO BIDDERS
�* 1 BID DELIVERY, TIME & DATE
1.1
The City of Lubbock is seeking written and sealed competitive bids to furnish ADA CURB RAMPS PHASE
SEVEN AT VARIOUS LOCATIONS per the attached specifications and contract documents. Sealed bids
will be received no later than 3:00 p.m. CST, the 10th day of April, 2003 at the office listed below. Any
bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each
bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower
left-hand corner: "ITB #053-031RS, ADA CURB RAMPS PHASE SEVEN AT VARIOUS LOCATIONS"
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:
o,
Victor Kilman, Purchasing Manager
City of Lubbock
1625 13th Street, Room L-04
Lubbock, Texas 79401
1.2
Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver
bid, we suggest that he/she use some sort of delivery service that provides a receipt.
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., April 2nd, 2003 in Planning Conference Room 107, 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 written bid addenda.
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 Department. At the request of the bidder, or in the
event the Purchasing Department deems the interpretation to be substantive, the interpretation will be
made by written addendum issued by the Purchasing Department. Such addendum issued by the
Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will
become part of the bid package having the same binding effect as provisions of the original bid. NO
VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for
interpretation considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing Department no later than five (5) days before the bid closing date.
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 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.
0
W
2.3 MIX DESIGN
Twenty to thirty days prior to beginning any concrete construction the contractor shall
submit the following to the Engineer 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 or Sodium Sulfate test (not to exceed 18%)
2. A mix design based on water -cement ratio.
3. Results of compression tests in conformance with ASTM C 39 and/or flexural
tests in conformance with ASTM C 78, made by an approved commercial testing
laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times
appropriate to the class of concrete.
The City Engineer 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 4
B 5.5 5.5 3
C 6.0 6.0 3
D 4.5 6.5 4
E 7.0 5.0 As specified by
concrete batch plant
5
M
2.4 STRENGTH REQUIREMENTS
The various classes of concrete shall conform to the following strengths in psi as
determined by the average of two test cylinders or beams.
COMPRESSIVE FLEXURAL
Class 3 Day 7 Day 28 Day
A - 2100 3000 -
B 2500 3000 - -
C - 2500 3600 600 (28 day)
D - - 2500 -
E Unless otherwise specified 500 (16 hr)
2.5 CEMENT
Cement shall be Type I, Type II, or Type III cements conforming to ASTM C 150
"Standard Specification for Portland Cement". Air entrained cement shall be Type IA,
Type IIA, or Type IIIA conforming to ASTM C 175 "Specification for Adding Air
Entraining to Portland Cement" and ASTM C 226 "Standard Specification for Air -
Entraining Portland Cement".
2.6 AGGREGATE
Concrete aggregate shall consist of natural, washed and screened sand, and washed and
screened gravel or clean crushed stone conforming to ASTM C 33. The aggregates shall
be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall
conform to ASTM C 136.
All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, or
organic impurities.
Coarse aggregate for Class C or E concrete shall be crushed limestone ( Brownwood type
or equivalent).
1.1
1W
Om
Fia
Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C 136.
The gradation for aggregate shall meet the following requirements by weight:
FINE AGGREGATE
Sieve Percent Retained
COARSE AGGREGATE
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
117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum
amounts of friable particles shall conform to ASTM C 142.
Stockpiles shall be protected from dusty conditions by drift fences or other methods
approved by the Engineer. 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.
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.
7
0
2.9 ADMIXTURES
Admixtures may be applied to the concrete mix design when approved by the Engineer 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 be used with Types I, II, and III Portland Cement only when approved by
the Engineer. Only Class C or Class F fly ash may be used, if approved by the Engineer.
F,
When fly ash is used, "cement" in relation to mix design shall be defined as "cement plus
*„ fly ash". Fly ash may constitute 20% to 30% by absolute volume of the cement as
approved by the Engineer.
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 Engineer.
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
City Engineer. Fiber reinforcement shall be either 100% virgin polypropylene, collated,
8
0
• 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 Engineer.
The minimum physical characteristics on the fiber shall be as follows:
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 Engineer. 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. Tooled contraction joints, cut 1/2 inch wide 2 inches deep, shall be placed at 13
FOR 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 joints. The joints
shall be sealed with an elastomeric system as indicated in section 2.12.
•� 2.12 JOINT SEALING MATERIALS
Bituminous premolded expansion joint material shall conform to ASTM D 1751, and
shall be placed as indicated on plan sheets or elsewhere in these specifications.
Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R.
E
.• Meadows "SOF-SEAL" or "GARDOX" as required by plan sheets. Hot poured sealant
for joints between Portland cement concrete and Bituminous concrete shall conform to
ASTM D 3405. Hot poured joint sealant for all other joints in Portland cement concrete
pavement, shall conform to ASTM D 3406. Cold poured joint sealant shall conform to
ASTM C 920.
Elastomeric joint sealant shall be mixed and applied in accordance with the
manufacturer's recommendations. Prior to application, joints shall be cleaned by
sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an
effective seal against moisture and solid particles. The sealant shall be a soft, highly
flexible, rubber like material after curing which shall not track, flow, crack, or break
when exposed to hot and cold temperature extremes typical of local conditions.
Backer rod used with elastomeric sealant shall be 25% greater in diameter than the joint
width. It shall be made of polyethylene foam or other material as recommended by the
sealant manufacturer. Compression of the backer rod material shall be approximately
25% shrinkage at 8 psi applied stress. The material shall not melt, shrink, evaporate, or
absorb water, and shall be compatible with the application of the sealant to be used.
2.13 CURING COMPOUNDS
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 Engineer.
2.14 FORMS FOR CONCRETE
0
Forms for concrete construction shall be set to the lines and grades established by the
e„ Engineer 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
Engineer shall not be used.
10
P"
0
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 Engineer.
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
Engineer.
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 Engineer, to immediately protect concrete placed less than 6
hours should the air temperature fall below 33 degrees F. This protection shall remain in
place as long as the temperature continues below 32 degrees, to a maximum of 5 days.
No salt or other chemical admixtures shall be added to the concrete to prevent freezing.
All concrete placed for pavement shall be consolidated by use of mechanical vibrators
approved by the Engineer 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.
11
MM
3.1 SUBGRADE
Subgrade material for concrete or asphalt construction shall consist of suitable native soil
MW 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
PAO the following requirements:
Liquid Limit
45 maximum
Plasticity Index
15 maximum
Linear Shrinkage
2 min - 10 max
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 Engineer, by scarifying and compacting to a minimum of 95% of
Standard Proctor Density at a moisture content 1 % to 2% below optimum. 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 City Engineer will be made by the City of
Lubbock Testing Lab with respect to moisture and density using nuclear testing
equipment. At any time the City Engineer 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 Engineer.
12
M
4.1 FLEXIBLE BASE (CALICHE)
The material for flexible base shall consist of crushed caliche, limestone, calcareous clay
particles, conglomerate, gravel, sand, or other approved granular materials produced from
oversize quarried aggregate, sized by crushing and produced from a naturally occurring
single source. Blending of sources shall be allowed only if both sources individually
meet the requirements of these specifications. If material characteristics within the
approved source change, the material shall be subject to retesting and re -approval prior to
continued use. The Contractor shall not change material sources without approval by the
Engineer.
All base material sources are subject to approval by the Engineer. Approved sources that
do not test consistently within the limits of these specifications during construction may
►�- be rejected by the Engineer.
4.2 MATERIAL TESTS
Flexible base material shall conform to the following test requirements:
Sieve Analysis
Sieve Size 2-1/2" 1-3/4" 7/8" 1/2" #4 #40
%oRetained 0 0-10 10-35 30-50 45-65 70-85
Atterberg Limits
Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the
following requirements:
Liquid Limit
45 maximum
Plasticity Index
15 maximum and 3 minimum
Linear Shrinkage
10 maximum
Wet Ball Mill
When tested in accordance with Tex-116-E (Wet Ball Mill) the material shall have a
value not to exceed 55. The percent of material passing the #40 sieve shall not increase
by more than 25 during the test.
V 13
P"
Faz
4.3 FLEXIBLE BASE CONSTRUCTION
Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing
base material. Approved flexible base material shall be hauled in vehicles of uniform
capacity and dumped evenly along the project length for processing and compaction.
Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each
course shall be wetted and rolled with a pneumatic roller as required to produce a uniform
compaction of 95% minimum of Standard Proctor Density at a moisture content 1 % to
2% below optimum. At any time the Engineer may require proof rolling with a 25 ton
w" pneumatic roller to ensure uniform compaction of base. Processing for compaction of
caliche base with a sheeps foot type roller will not be permitted.
The base shall be maintained by blading, watering, or other methods until the wearing
surface is placed. Windrow caliche shall not be removed until the base has passed finish
inspection. Base which becomes wet, or other wise altered, may be subject to retesting
and reprocessing as determined by the Engineer.
The compacted flexible base shall be finished and shaped immediately proceeding the
application of the surface treatment. All loose or unconsolidated material shall be
removed and the surface moistened and rolled with a steel wheel roller. All irregularities,
-^ depressions, or weak spots which develop shall be corrected by scarifying, adding or
removing material as required, reshaping, and recompacting, or other methods approved
by the Engineer.
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 Engineer, 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 Engineer to determine composition, compaction, thickness, and
14
M"
9Z
r
,., 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 Engineer.
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
,m 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 Engineer prior to use.
A., The contractor shall submit the mix design prepared by a qualified lab for approval by the
Engineer. The Engineer 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
15
A,
r"
Engineer. Prior to placing ASB, the subgrade shall be prepared as previously specified
The cross-section shall be constructed to form the specified crown on the HMAC surface
at the centerline of the street, or as indicated on the plans.
ASB shall not be placed when the air temperature as reported by the National Weather
Service is below 45 degrees F and falling. During June, July, and August ASB shall be
placed at a temperature between 255 and 285 degrees F. During other months ASB shall
be placed at a temperature between 275 and 325 degrees F. Any ASB material that is
above, or below the specified temperature range may be rejected by the engineer. No
payment will be made for any rejected material.
The ASB material shall be spread on the approved prepared surface using an approved
.A 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. Rolling
shall be continued until no further increase in density can be obtained and all roller marks
a-- 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 Engineer. The surface shall be smooth and have a uniform
texture acceptable to the Engineer.
6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMA
Hot mix 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 Engineer, 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 Engineer 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
IV
EQ
r"
OW
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 Engineer.
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 Engineer. 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
r
surface greater than specified.
6.3 MIX DESIGN
Type "D" HMAC shall be used on streets 36 feet or less in width. Type "C" HMAC shall
be used on streets greater than 36 feet in width, and strip paving (no curb and gutter).
The contractor shall provide a current HMAC mix design using the approved materials
indicating gradation and optimum asphalt content.
17
ii
on
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
Tvne "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
5-15
Percent passing No. 200
1-6
Material passing the No. 40 sieve shall be known as soil binder and shall meet the
following requirements:
Liquid Limit shall not exceed 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.
18
r"
0
P"
The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt
..A 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) 75 50
Stability (Lb.) 1500 1200
Flow (units of 0.01 inch) 8 min 16 max 8 min 18 max
Percent Air Voids 2 min 5 max 3 min 6 max
6.4 COARSE AGGREGATE
The coarse aggregate shall be the material retained on a No. 10 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 460-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.
6.5 FINE AGGREGATE
The fine aggregate shall be that part of the material passing the No. 10 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 Engineer. 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
IR
0"
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 Engineer 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 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.
Air temperature requirements for placing HMAC shall be as follows:
November 1 to April 1
HMAC shall not be placed when the air temperature is below 55 degrees F and falling.
�- HMAC may be placed when the air temperature is above 50 degrees F and rising.
April 1 to November 1
HMAC shall not be placed when the air temperature is below 50 degrees F and falling.
HMAC may be placed when the air temperature is above 45 degrees and rising.
Air temperature shall be determined by the National Weather Service hourly report. If
the temperature of any HMAC, measured while passing through the lay down machine, is
25 degrees F more or less than the mixing temperature, the load shall be rejected. No
payment will be made for rejected material.
ThPon e asphaltic mixture shall be dumped and spread on the approved prepared surface using
an approved spreading and finishing machine. The material shall be placed in such a
manner that when properly compacted the finished course is smooth, of uniform density,
and in conformance with the cross -sections and grades shown on the associated plans.
Raking loose material back across the HMAC mat will not be permitted. Wings of the
laydown machine may not be dumped unless they are dumped after every load.
20
on 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 Engineer.
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 Engineer provided a
satisfactory surface can be obtained.
Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly
high so that when compacted it will be 1/4 inch above the curb or flush structure.
All joints shall present the same texture, density, and smoothness as other sections of the
course. The joints between old and new pavements or between successive day's work
shall be made to insure a continuous bond between the old and new sections of the
course. The transverse edges of old pavement and, if required by the Engineer, the
successive day's pavement shall be cut with an approved concrete saw to expose an even
vertical surface for the full thickness of the course. All contact surfaces of previously
constructed pavement shall be painted with a thin uniform coat of hot Bituminous
material before the fresh mixture is placed.
6.8 COMPACTION
Using appropriate rollers approved by the Engineer, 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 Engineer and shall be
continued until required compaction is obtained and all roller marks are eliminated.
21
.,
„^ 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 Engineer, 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 Engineer. When placed on existing
surfaces, the 1/8 inch maximum deviation requirement may be waived by the Engineer.
6.9 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 Engineer. 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 Engineer with an approved sprayer. Where the
pavement mixture will adhere, as determined by the Engineer, to the surfaces on which it
is to be placed without the use of a tack coat, the Engineer may waive the requirement for
the tack coat. All contact surfaces of curbs, structures, and joints shall be painted with a
thin uniform tack coat. The tack coat shall be rolled with a pneumatic tire roller as
directed by the Engineer.
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 Engineer, be diluted by addition of an approved grade of gasoline and/or
kerosene, not to exceed 15 percent by volume.
22
7"
am
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.
71 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 Engineer. Grade and
horizontal alignment shall be maintained using a laser or batter boards.
7.2 REINFORCED CONCRETE PIPE
s,
Storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in
place. The pipe shall conform to the requirements of AASHTO M-170 or ASTM C-76.
Pipe shall be Class III unless otherwise noted on plan sheets.
7.3 MORTAR
Mortar shall be used for caulking and filling between pipe and drainage structures.
Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar
sand. The Portland cement shall conform to the requirements of ASTM C-150, Type I.
The sand shall conform to the requirements of ASTM C-144. Hydrated lime may be
added to the mixture of sand and cement in an amount equal to 15% of the weight of
cement used. The hydrated lime shall meet the requirements of ASTM C-6.
Mortar which has not been used after 45 minutes of having water added shall be
discarded. Mortar may not be retempered by having water added.
7.4 PREFORMED BITUMINUS GASKET JOINTS
•� Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the
requirements of Fed. Spec. SS-S-00210 (GSA-FSS), and shall be Ram-Nek or approved
equal. Gaskets shall be installed in accordance with manufacturer's recommendations
and shall form a water -tight joint.
23
ii
7.5 MANHOLES
Manhole barrel, cone and extension sections shall be constructed of precast concrete. A
plant inspection may be required for production facility inspection and to review record -
keeping for material certification.
The manufacturer must provide certification that all materials used for manufacturing
meet with the following ASTM Specifications.
Aggregates 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.
Joints, excepting grade rings, shall be tongue and groove or an equivalent male and
female type joint as approved by the Engineer. All joints shall be effectively jointed to
prevent leakage and infiltration. All connections between wall sections shall be joined
with Conseal Joint Sealant or approved equal to provide a watertight manhole. This
sealant will be provided by supplier and will be considered an essential part of each
shipment.
All cones and adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be
reinforced with the same percentage of steel as risers and tops and will also meet ASTM
C-478 specifications. Adjusting rings, as well as all precast concrete manhole products,
shall be smooth, uniform in size and dimensions, consistent in components throughout
and free of voids or honeycombs.
All manholes shall be designed to withstand H-20 AASHTO loading. They shall also
have lifting holes that do not protrude through manhole wall; one full inch of concrete
thickness must remain between lift hole and outside wall of manhole.
Manhole barrels shall be assembled of precast riser section. Riser sections and top cone
sections shall be placed vertically with tongues and grooves properly keyed.
24
M
.� Invert channels shall be smooth and semi -circular in shape conforming to the inside of the
adjacent pipe section. Changes in direction of flow shall be made with a smooth curve of
as large a radius as the size of the manhole with permit. Changes in size and grade of the
channels shall be made gradually and evenly. The invert channels may be formed
directly in the concrete of the manhole base or may be half -pipe laid in concrete. The
floor of the manhole outside the channel shall be smooth and shall slope toward the
channel not less than one inch per foot, nor more than two inches per foot.
All connections between the riser or base sections and the sewer pipe shall be joined in
such a manner as to make the manholes watertight. Preformed rubber waterstop gaskets
cast into the riser or base section are acceptable. Preformed flexible plastic sealing
compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight
seal is achieved.
Adjusting rings may be used for adjusting the top elevation, except that the total height of
the adjusting rings shall not exceed 12 inches at any manhole. Concrete shall be placed
around and under the rings to provide a seal and seat the ring at the proper elevation.
.., Each manhole shall have a minimum of 6 inches of grade adjustment.
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 Engineer 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.
25
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 ftumishing 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 Engineer. Excavation shall not be carried below the
required depth; but when it is, the trench shall be backfilled at the Contractor's expense
with material approved by the Engineer 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 Engineer 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 Engineer.
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
Engineer. The maximum allowable width of the trench shall not exceed the widths
shown below unless otherwise approved by the Engineer.
NOMINAL PIPE MINIMUM TRENCH MAXIMUM TRENCH
SIZE WIDTH AT SPRINGLINE WIDTH AT TOP OF PIPE
Less than 18" Pipe O.D. + 12" Pipe O.D. + 18"
18" thru 36" Pipe O.D. + 18" Pipe O.D. + 24"
37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30"
26
raw 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 Engineer. The
Contractor shall do such trench bracing, sheathing or shoring necessary to perform and
protect the excavation as required for safety and conformance to applicable laws and
regulations. The bracing, sheathing, or shoring shall not be removed in one operation but
shall be done in successive stages to prevent overloading of the pipe during backfilling
operations. The cost of the bracing, sheathing, or shoring and the removal of same, shall
be included in the unit price bid per foot for the pipe.
Surface water shall be prevented from entering the excavation. Heavy equipment, except
for excavating equipment, shall not be operated within 20 feet of the edge of the
excavation. Excavated materials shall be stockpiled no closer than 3 feet from the edge
of the excavation.
7.9 PIPE INSTALLATION
The Contractor shall provide the appropriate tools and methods to insure installation of
the pipe to line and grade, as shown on the drawings. The Contractor's facilities for
lowering precast pipe into the trench shall be such that neither the pipe nor the trench will
be damaged or disturbed.
The Engineer 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 Engineer will
materially affect the function and service of the pipe shall be rejected and removed from
the job site.
Installing the precast pipe in the finished trench shall be started at the lowest point and is
laid upgrade. For tongue and groove precast pipe, the grooved end shall be laid upgrade.
The pipe shall be firmly and accurately installed to line and grade so that the invert will
be smooth and uniform. The pipe shall be protected from water during placing and until
the concrete, in cast -in -place pipe, or the mortar, in the joints of precast or cast in place
pipe, has thoroughly set. The contractor shall provide temporary diversions as necessary
to prevent surface water flow into the excavation.
27
6
ii
u
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 watertight 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 Engineer. 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 Engineer. The Material shall be moistened or dried, if necessary, to be compacted
by the method in use. Backfill material shall be approved by the Engineer.
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 Engineer.
28
P"
.,
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 Engineer 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.
7.11 TRENCH PROTECTION
Trench excavations not exceeding five feet in depth shall be protected in accordance with
applicable OSHA, state, and local requirements. Trench excavations greater than five
feet in depth shall be protected in accordance with the following specifications. All work
performed under this section shall also comply with OSHA Part 1926, Subpart P and all
State and Local codes. The Contractor shall be responsible for complying with all trench
safety requirements, the requirements of the specifications, drawings and all applicable
codes.
Trench protection shall be performed by forces having at least two years experience with
^* similar types of trench safety systems. The manufacturer of prefabricated items used in
trench safety systems shall have at least two years of experience in fabricating the items.
The contractor shall provide detailed drawings for proposed trench safety systems. The
drawings shall identify where each system is proposed for use and type of system to be
used. Trench excavations shall not be started until trench safety systems have been
submitted and approved by the Engineer.
If trench boxes are to be used, the contractor shall submit manufacturer's standard data
sheet and certificate of compliance stating the maximum allowable depth for the given
..� design pressure for each type of trench box proposed for use.
If alternative systems composed of steel, aluminum, wood or a combination of materials
n are proposed, the contractor shall submit design data demonstrating the ability of the
proposed materials to provide the necessary trench protection.
29
i
W,
0
r.= 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.
9.1 SALVAGE OF ASPHALT PAVING
All salvage asphalt material shall be broken into pieces not more than 2 inches in size and
stockpiled at a location indicated in the plans. Any non -asphaltic materials, such as
flexible base and soil, shall be kept separated from the salvaged asphalt.
10.1 BARRICADES
,-� Prior to starting work on any project covered by these specifications, the contractor shall
submit a Traffic Control Plan for approval by the Engineer. The contractor shall have the
sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and
removing upon completion of work, all traffic control devices. The Traffic Control Plan
and devices shall be in compliance with the Texas Manual of Uniform Traffic Control
Devices (MUTCD) and the 1993 National Cooperative Highway Research Program
Report 350 (NCHRP 350).
30
now
The Traffic Control Plan approved by the Engineer shall be considered the minimum
requirement for the project. The contractor shall provide additional devices as
determined to be necessary during the project. If at any time during construction the
approved plan does not accomplish the intended purpose, due to weather or other
conditions affecting the safe handling of traffic, the contractor shall immediately make
necessary changes to correct the unsatisfactory conditions.
The contractor shall maintain ingress and egress to private property at all times.
All signing and barricading shall be in place before construction operations are started
and during all times construction is in progress. All hazards shall be clearly marked and
adequately protected. If pedestrian walkways are blocked, pedestrian control shall
conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as
indicated in Texas MUTCD.
No separate payment will be made for traffic control. The required plan and devices shall
be considered to be subsidiary to pay items.
11.1 PROSECUTION OF THE WORK AND WORKING DAYS
During the period the contractor is directing traffic over the base, the surface shall be
satisfactorily maintained by the use of sprinkling and blading as required, so that no
hazard will result. The base course shall be maintained until the wearing surface is
placed thereon.
At no time during the period of construction shall driveways and/or alleys be left
impassable between the night hours of 6:00 PM to 6:00 AM, except during the
construction of curb and gutter for which the driveways and/or alley's shall remain closed
not more than 4 days.
11.2 WORKING DAYS DEFINITION
City contracted paving projects will be based on working days allowed. No requests for
extensions of time will be considered. A working day is defined as a calendar day, not
including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather
or other conditions beyond control of the contractor will permit the performance of the
principal unit of work for a continuous period of not less than 7 hours between 7:00 am
and 6:00 pm.
31
A.
9-0 Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized
by the Engineer. For each Saturday, Sunday, or City of Lubbock designated holiday on
which the Contractor chooses to work and has authorization from the Engineer to work, 1
-- day will be charged against the contract working time when conditions will permit at
least 7 hours of work as described above. Work on Sunday will not be authorized
except in cases of extreme emergency, as determined by the Engineer.
Working days will be considered to begin on the effective date stated in the Notice to
Proceed, unless the contractor is unable to begin work on that date due to factors beyond
his control as determined by the Engineer. In that event, time charged against the project
will begin on the date the contractor could first work a minimum of 7 hours as described
above.
The Engineer will furnish the contractor a monthly statement showing the number of
working days used and the working days remaining. The contractor shall be allowed 10
calendar days in which to protest the correctness of each statement. The protest shall be
in writing, addressed to the Engineer, and shall indicate basis of the protest. The
Engineer shall respond to the protest within 10 calendar days of receiving the protest.
Failure to file a protest within the allotted 10 days for any statement shall indicate the
contractor's approval of the time charges as shown on that period's time statement, and
future consideration of that time statement will not be permitted.
11.3 WORK BETWEEN NOVEMBER 1 AND JANUARY 2
No work will be allowed from November 1 and January 2 unless authorized by the
Engineer.
32
..
STREET CROWN ELEVATIONS
PAVEMENT WIDTH
CURB FACE TO CURB FACE
24 feet
26 feet
28 feet
30 feet
32 feet
36 feet
42 feet
46 feet
52 feet
64 feet
66 feet
86 feet
88 feet
FINISHED PAVING SURFACE
ABOVE GUTTER
0.35 feet
0.37 feet
0.40 feet
0.42 feet
0.45 feet
0.50 feet
0.57 feet
0.62 feet
0.69 feet
0.85 feet
0.86 feet
1.14 feet
1.15 feet
All street paving shall incorporate a centerline crown at the listed elevation unless
otherwise indicated on plans, or as directed by the Engineer.
33
��
SPECIAL CONDITIONS
+"
SPECIAL CONDITIONS
1. CHANGES IN THE WORK
The Local Public Agency may increase the quantity of the work
in the Contract by supplementary projects, not included in
the Contract, without invalidating the Contract, and without
relieving or releasing the Contractor from any of his
obligations under the Contract or any guarantee given by him
pursuant to the Contract provisions, and without affecting
the validity of the guaranty bonds, and without relieving or
releasing the surety or sureties of said bonds. All such
work shall be executed under the terms of the original
Contract unless it is expressly provided otherwise.
If applicable unit prices are contained in the agreement
(established as a result of either a unit price bid or a
Supplement Schedule of Unit Prices) the Local Public Agency
may order the Contractor to proceed with desired additions to
the work as a result of supplementary projects, the value of
such changes to be determined by the measured quantities
involved and the applicable unit prices specified in the
Contract; provided that in case of a unit price contract the
net value of all additions does not increase or decrease the
original total amount shown in the Agreement by more than
twenty-five percent (250).
Except for the purpose of affording protection against any
emergency endangering health, life, limb or property, the
Contractor shall make no change in the materials used or in
the specified manner or construction and/or installing the
improvements or supply additional labor, services or
?" materials beyond that actually required for the execution of
the Contract, unless in pursuance of a written order from the
Local Public Agency authorizing the Contractor to proceed
with the change. No claim for an adjustment of the contract
price will be valid unless so ordered.
2. EXPERIENCE
If the Contractor proposes to incorporate Fast Track concrete
�- construction into the project, he will be required to
demonstrate his ability to successfully perform such
construction. Documentation of the Contractor's successful
experience with fast track concrete pavement or similar
construction shall be provided by the Contractor. No such
work shall be permitted until required documentation is
provided and verified by the City Engineer
SC-1
..+
..,
MR
3. SUPERINTENDENCE
The Superintendent and/or his assistants will not be allowed
to serve two (2) or more functions simultaneously, such as
operating machinery and acting as Superintendent at the same
time. The Superintendent must be free of individual
responsibilities to enable him to give the entire project his
constant attention to facilitate the progress thereof.
4. TIME AND ORDER FOR COMPLETION
No work will be allowed from December 1st through January 2nd
unless approved by the Engineer.
The construction covered by these contract documents and
plans shall be fully completed within two hundred and fifty
(250) working days from the date specified in the Notice To
Proceed issued by the City of Lubbock Engineering Department
to the successful bidder or the date specified in the written
approval to begin construction at an earlier date, whichever
comes earliest.
5. MAINTENANCE OF DETOURS
The Contractor shall do all such work as may be necessary to
maintain detours and facilities for safe public travel. The
Contractor shall maintain in passable condition such
temporary roads and structures as may be deemed necessary by
the Engineer to accommodate public travel. Temporary
approaches and crossings of intersecting highways shall be
provided and maintained in a safe and passable condition at
all times, as determined by the Engineer, at the Contractor's
entire expense.
6. PUBLIC SAFETY AND CONVENIENCE
The safety of the public and the convenience of traffic shall
be regarded as of prime importance. It shall be the sole
responsibility of the Contractor to provide for ingress and
„ egress to private property at all times. Ingress and egress
to private property shall be provided as specified in the
plans or as directed by the Engineer.
SC-2
PA
The Contractor shall plan and execute his operations in a
manner that will cause the minimum interference with traffic.
The Contractor shall secure the Engineer's approval of his
proposed plan of operation, sequence of work and methods of
providing for the safe passage of traffic before the
Contractor begins any 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.
All warning signs, barricades, barriers and other such
devices for handling traffic control to be used during hours
of darkness or reduced vision due to weather shall be
reflectorized or illuminated. An illuminated light shall be
P"R used at locations deemed by the Engineer as having
interference from extraneous light sources. The light source
shall be properly shielded to protect drivers from glare.
At night or otherwise, all equipment not in use shall be
stored in such manner and at such locations as not to
interfere with the safe passage of traffic. The Contractor
shall provide and maintain flaggers at such points and for
such periods of time as may be required to provide for the
safety and convenience of public travel and Contractor's
personnel, and as directed by the Engineer. Flaggers shall
be English speaking, courteous, well informed, physically and
mentally able to effectively perform their duties in
,�.. safeguarding and directing traffic and protecting the work,
and shall be neatly attired and groomed at all times when on
duty. When directing vehicular and/or pedestrian traffic,
flaggers shall use standard attire, flags and signals and
follow the flagging procedures set forth in the Texas Manual
on Uniform Traffic Control Devices for Streets and Highways.
7. BARRICADES, WARNING AND DETOUR SIGNS, PAVEMENT
MARKERS 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, drums, cones, lights,
signals and other such type devices for handling traffic
control as indicated in the plans or as directed by the
Engineer. All barricades, warning signs, barriers, cones,
lights, signals and other such type devices shall conform to
details shown on the plans and as directed by the Texas
Manual on Uniform Traffic Control Devices. At the time of the
SC-3
initial setup of the traffic control plan or at the time of
major phase changes of the traffic control plan, one hundred
percent (100%) of each traffic control device shall be
classified as acceptable according to the American Traffic
Safety Services Association in the manual titled Quality
Standards for Work Zone Traffic Control Devices. Throughout
the duration of the project, the number of acceptable devices
may decrease to seventy five percent (75%) of the initial
quantity, as a result of damage and/or deterioration during
the course of the work. Unacceptable devices and/or
situations that are found on the jobsite shall be replaced
immediately or the situation corrected immediately as
directed by the Engineer. Any situation where there are more
than two (2) adjacent channelizing devices missing or
substantially out of alignment will cause an unacceptable
situation. BARRICADES, WARNING SIGNS, BARRIERS, AND SUCH TYPE
DEVICES SHALL HAVE FLASHING (WARNING) LIGHTS ATTACHED AND
FUNCTIONALLY PROPERLY IN ACCORDANCE WITH THE MANUAL OF
UNIFORM TRAFFIC CONTROL DEVICES. Pavement tape, paint or
raised pavement markers will be unacceptable if more than ten
percent (10%) or fifty (50) continuous feet of solid line is
missing.
The Contractor shall retain full responsibility to comply
with the requirements of the Texas Manual of Uniform Traffic
Control Devices.
The Contractor shall provide special signs not covered by the
contract documents or plans as needed to protect the
traveling public against special conditions or hazards,
provided however, that such signs are first approved by the;
Engineer.
Upon completion of the work, all barricades, warning signs,
barriers, drums, cones, lights, flares, signals and other
such type devices and evidence thereof shall be removed by
.., the Contractor.
All advance signing and barricading shall be in place before
construction operations are begun and during the entire time
construction operations are in progress.
Obstructions or hazards at the workplace shall be clearly
marked and delineated at all times.
All holes, trenches or other hazardous areas shall be
adequately protected by barricades, lights or other
protective devices. Trenches shall be covered or protected
with an orange plastic constreuction fence of height and gage
thickness as approved by the Engineer.
SC-4
ON
W"
If pedestrian walkways are blocked, pedestrian control shall
conform to Typical Sidewalk and Curb -Lane Closure for
�.. Pedestrian Control as directed by the Texas Manual of Uniform
Traffic Control Devices. The Texas Manual of Uniform Traffic
Control Devices shall be followed in all cases.
8. PROSECUTION OF WORK
In areas of hot mix paving, not more than three (3) calendar
days shall elapse between the time subgrade preparation is
begun and the time of spreading and compaction of the
flexible base material without approval of the Engineer.
In areas of portland cement concrete paving, not more than
four (4) calendar days shall elapse between the time subgrade
preparation is begun and the portland cement concrete paving
is poured, joints sawed and the surface finished without
7 approval of the Engineer.
At no time during the period of construction shall driveways
and/or alleys be left impassable between the night hours of
6:00 p.m. to 6:00 a.m., except during construction of the
paving, curb and gutter, driveway and/or alley
reconstruction.
The Contractor is responsible for all communications with
adjacent property owners during construction especially if
a., the project may limit or deny access to their properties.
The Contractor shall maintain continual access to adjacent
properties. Complete denial of access to an adjacent property
will only be considered by the Engineer if the adjacent
property owner is agreeable to such denied access.
9. WATER
No free water will be supplied by the City of Lubbock for
this project.
No fire hydrant connection except the standard City of
Lubbock connection shall be used. This connection shall be
furnished by the City of Lubbock Water Department and will be
picked up by the Contractor at the Water Meter and Customer
Service Department located at 600 Municipal Drive after he
has received a permit and has made a deposit on the meter,
valve and fittings. The permit will be valid only for the
length of the project. The Contractor securing the permit
SC-5
W,
0
will be responsible for the above equipment. If repairs are
required on any of the equipment when they are returned by
the Contractor due to misuse, freezing, vandalism or other
damage not the fault of the equipment, the Contractor
securing the permit will be billed for the repair. Should the
meter, valves or fittings be stolen, the Contractor securing
the permit will be billed for the replacement value.
If a connection is made on a faulty hydrant, a report of the
faulty hydrant shall be made to the Water Meter and Customer
Service Department (775-2604).
The loading rack will be equipped with a valve which will be
pad -locked at all times except when the Contractor's truck is
loading. The valve on the loading rack shall be used by the
Contractor and at no time will the Contractor use the fire
-� hydrant valve. The padlock on the rack valve shall be
furnished by the Contractor. The Contractor shall not use
any fire hydrants for water loading unless there is an
po authorized rack and meter on the fire hydrant.
Should a violation of the use of the fire hydrant be
observed, the Contractor shall be notified of the violation.
Should the Contractor not comply immediately in correcting
the violation, the City of Lubbock will terminate the permit.
.. Should the fire hydrant receive damage during use due to the
Contractor's employee or equipment, the Contractor shall
repair the damage or pay to have it repaired to as good a
condition as it was prior to its use by the Contractor and
also to the satisfaction of the Director of Water Utilities.
Should pavement or curb and gutter in the vicinity of a fire
hydrant be damaged during the use of the fire hydrant or if
,. the pavement or curb and gutter fails due to the use of the
fire hydrant, either while the fire hydrant is in use or
after it is in use, the Contractor shall replace the damaged
pavement or curb and gutter to the satisfaction of the
Engineer.
Meters shall be returned at the end of this project and the
Contractor will be billed for the water used. After the
billing for water consumption and meter or valve repairs have
been paid, the City of Lubbock Water Department will refund
the balance of the deposit, if any.
It is not the intention of the City to furnish water for use
in mixing concrete.
SC-6
0
10. RESTRICTIONS AND REQUIREMENTS FOR CONSTRUCTION
A. The Contractor will need special permission to be
permitted to work on weekends or legal holidays and shall
do no work on any contract item before daylight or later
than one hour after sundown, except as directed and
approved by the Engineer. No work will be allowed between
.- December 1 and January 2, unless approved by the Engineer.
B. A 1:2 dilute treatment of MS-1 emulsified asphalt and
water or SS-1 emulsified asphalt and water at a rate of
one -tenth (0.10) gallon of diluted mixture per square yard
of surface will be applied to the asphaltic concrete
surface within ten (10) days of the placement of the
asphaltic concrete surface.
C. Temperature Requirements The temperature readings
to be used for construction activities will be determined
by the Engineer. The temperature will be taken on the
jobsite by the City Representative or he will elect to use
the temperature as reported by the National Weather
Service on an hourly report (local NWS telephone number is
762-01411) .
(A) HMAC - November 1st until April 1st
1. The asphaltic mixture shall not be placed
when the air temperature is below 550F.
and falling.
2. The asphaltic mixture may be placed when
the air temperature is above 50OF and
rising.
(B) HMAC - April 1st till November 1st
1. The asphaltic mixture shall not be placed
when the air temperature is below 500F.
and falling.
2. The asphaltic mixture may be placed when
the air temperature is above 450F. and
rising.
(C) Asphalt Stabilized Base (Black Base)
,�„ SC-7
PI*
1. The asphaltic mixture shall not be placed when the
air temperature is below 45°F and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 40°F and rising.
The Engineer may use his discretion to require a cover over the
asphaltic mixture when being hauled from the plant to the
jobsite.
(D) Portland Cement Concrete
1. The Portland cement concrete shall not be placed
when the air temperature is below 350 F.
2. The concrete shall be protected to maintain air
temperatures of not less than 500 F for five (5)
days after placement.
See City of Lubbock Details of Construction for
additional restrictions.
D. Unless otherwise approved by the Engineer, the minimum
temperature of asphalt materials immediately after
placement by the laydown machine will be 3000 F for
asphaltic concrete surface and 2750 F for asphalt
stabilized base.
E. Standby rollers shall be located at the job site for
immediate use if needed.
F. Proof rolling will be required on subgrade, caliche base,
black base, embankment or surface. After rain showers or
°"'" nuisance water discharge, if deemed necessary by the
Engineer, each item that was approved will be re -rolled.
The proof rolling will be performed using a self-propelled
�., 25 ton pneumatic roller with certified weight certificate.
G. Preliminary approval, by the Engineer, of aggregate at the
pit and crusher location shall be required, prior to
delivery to the plant. Final approval of the stockpile
material, at the hot mix plant or concrete plant, or
stockpile locations will be required by the Engineer,
SC-8
W
after which no additional aggregate will be added to the
approved stockpile prior to entering the mixing plant.
H. During the period of construction the Contractor will not
use private driveways for turning or parking his
equipment. Any damage to sidewalks, driveways, slabs,
curb and gutter or any miscellaneous concrete structure or
paving surface will be replaced at the Contractor's
expense.
I. Before any portion of any street is closed to traffic the
Contractor will be required to have sufficient quantity
and the correct type of equipment on the jobsite to
adequately start and complete the construction. At no
time will any section of the closed area be left more
than three (3) calendar days without some type of work
being performed. Ifthereis a shortage of equipment to
work on all areas of the closed section then the
Contractor will be required to immediately provide
additional equipment as necessary at his expense.
J. The City Construction Inspector(s) shall locate and mark
all work to be performed at a specific location prior to
the Contractor beginning any removal or construction at
that location.
•-� K. All sprinkler repairs are to be completed in a timely
manner not to exceed seventy-two (72) hours.
It is the intent of these requirements to construct the
improvements listed in this contract with the least
inconvenience to the property owners and the traveling
^' public.
In the event damage occurs to pavement in the
area of a fire hydrant, which was caused by the
Contractor's employees negligence to shut off the valve on
the loading rack, it will be the Contractor's
responsibility and expense to repair the paving and
replace curb and gutter if required by the Engineer.
11. REMOVING OBSTRUCTIONS
The Contractor shall familiarize himself with the existing
obstructions including sidewalks, traffic boxes, water
valves, poles, etc., prior to construction. It shall be the
Contractor's responsibility to remove these obstructions at
the direction of the Engineer except that the utility
SC-9
P-
Med
companies will move their equipment at no cost to the
Contractor. The Contractor will receive no compensation for
delay caused by the Utility Companies in relocating or
.� removing their equipment.
12. TEST OF MATERIALS
These requirements apply to this contract and all
construction work on all streets and alleys including new
subdivisions, streets and alley use permits.
The Contractor will bear the cost of all material tests on
hot mix design and concrete design. The City of Lubbock will
bear the cost on tests during construction such as density on
.� caliche base, gradation on concrete and paving aggregates and
density and asphalt extraction tests on hot -mix and black
base.
(A) Caliche Base Materials
Before caliche base materials can be used on any public
right of way, independent laboratory test results not
older than forty five (45) days will be submitted to the
Engineer for approval. New test reports will be required
every forty five (45) days or as required by the Engineer
before this material can be used on City of Lubbock
contract projects. During the construction period, tests
which fail will require re -testing by the City of Lubbock
lab at the contractor's expense.
(B) Concrete Mix Design (IV-2-E) and
Preconstruction Test (IV-2-D)
The Contractor or concrete supplier will submit
a mix design on the crushed stone and gravel
no less than twenty (20) days before beginning the
concrete operation for approval by the Engineer.
Contractors or Concrete Suppliers that supply
concrete for any contract, new -subdivision,
street or alley use permits will be required
to submit to the City Engineer a concrete mix
design at least every forty-five (45)
days for approval. Any contractor or concrete
supplier that does not have a current mix design
on file with the City Engineer will not be per -
permitted to furnish concrete for any project within
the City of Lubbock until a mix design is received.
SC-10
rm
The City of Lubbock Testing Laboratory will make
test cylinders and/or beams during the construction
period. When test cylinders or beams fail to meet the
required strength at the 7 or 28 day break, the concrete
in question will be cored by the City of Lubbock
Testing Laboratory within three (3) days after the 7 day
or 28 day break. If the core samples fail to meet the
required strength, the concrete will be rejected and
removed. The cost of coring on concrete that fails on the
core test(s) will be charged to the Contractor or
Concrete Supplier. After the mix design is submitted and
approved by the Engineer, no changes in the design
or materials will be permitted without approval of
the Engineer.
(C) Cement
A certified mill test on each car or transport shall be
required.
(D) Asphalt
A certified laboratory test shall be required on all
liquid asphalt.
(E) Density Test(s)
The City of Lubbock Testing Laboratory will
provide density tests on the base or subgrade.
The City of Lubbock Testing Laboratory will be the final
authority on all tests.
13. SUBCONTRACTORS
The Contractor shall not award any work to any subcontractor
without prior written approval of the Owner, which approval
will not be given until the Contractor submits to the Owner a
written statement concerning the proposed award to the
subcontractor, which statement shall contain any and all such
information as the Owner may require.
The Contractor shall be 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
SC-11
P"
the total number of working days allowed in the contract, and
the working days remaining under the contract. The
Contractor will be allowed ten (10) calendar days in which to
protest the correctness of the statement. This protest shall
be in writing, addressed to the Engineer and shall show
cause. The Engineer shall then have ten (10) calendar days to
"^ investigate and respond in writing. Not filing a protest
within the allowed ten (10) calendar days for any statement
will indicate the Contractor's approval of the time charges
.., as shown on that time statement and future consideration of
that statement will not be permitted.
If the satisfactory completion of the contract shall require
unforeseen work or work and materials in greater amounts than
these set forth in the contract, then additional working days
or suspension of time charge will be allowed the Contractor
equal to the time which, in the opinion of the Engineer, the
work as a whole is delayed. The Contractor shall submit this
time extension request, in writing, to the Engineer. The
Engineer will then have ten (10) calendar days to respond.
If the Contractor fails to complete the contract in the
working days specified plus any permitted time extensions,
the stated liquidated damages will be charged for each
working day or portion of a working day thereafter.
19. LIQUIDATED DAMAGES
If the Contractor or Subcontractor(s) should fail, neglect
or refuse to complete the work within the time herein
specified, or any proper time extension thereof granted by the
-^ Owner, then the Owner shall permanently withhold from the
Contractor's total compensation the sum of $500 (FIVE HUNDRED
DOLLARS) per each working day after the stipulated completion
date of this project as liquidated damages for the breach of
this project.
20. QUANTITIES
R.. All Stated Quantities are estimates of materials and labor to
be covered by pricing established by this bid. Quantities
will be determined by actual need and use. All amounts will
be determined by the Engineer and his determination will be
final.
SC-15
A.D.A. CURB RAMPS AT VARIOUS LOCATIONS
(PHASE NO.7)
PROJECT # 9923
MEASUREMENT AND PAYMENT
P"
VIA
f"
N
0
GENERAL
This project shall consist primarily of the installation of curb ramps in existing radii. The
., unit price bid on each item, as stated in the bid proposal, shall include furnishing all
labor, machinery, equipment and materials necessary or incidental to complete the
various items of construction in accordance with the plans and specifications of this
contract. The cost of labor or materials required, whether or not shown on the plans or
called for in the specifications, for which no separate payment is made shall be
considered to be subsidiary to and paid under the various pay items in the bid proposal.
BID ITEM #1- CONCRETE CURB REMOVAL
This item shall govern for the removal of all concrete curb as specified.
Measurement shall be made along the face of the curb of the actual length of curb
removed as shown.
Payment shall be made at the unit price bid per linear foot of curb removed as specified. It
shall be the Contractor's sole responsibility to notify the Engineer or City Representative
prior to removal to enable measurements to be made. If the gutter on the street side of the
sawcut is disturbed or cracked during sawing, the Contractor will remove and replace the
entire curb and gutter section at no expense to the City of Lubbock. Any street pavement
repair, deemed by the Engineer or City Representative, as resulting from improper or
excessive gutter removal will also be performed at no cost to the City of Lubbock.
The City of Lubbock will be responsible for the removal of curb or curb and gutter, as
determined by the Engineer or City Representative, damaged prior to curb removal
operations.
The unit price shall be full compensation for all labor including all curb removal as
specified, loading, hauling, saw cutting, jointing and disposal of all concrete curb at a
suitable site for waste disposal, manipulations, labor, equipment and incidentals
necessary for the completion of the work as specified.
,., BID ITEM #2 - CONCRETE CURB INSTALLATION
This item shall govern for the installation of all concrete curb as specified.
Measurement shall be made along the face of the curb of the actual length of curb
installed as required.
Payment shall be made at the unit price bid per linear foot of curb installed as specified. It
shall be the Contractor's sole responsibility to notify the Engineer or City Representative
to enable measurements to be made. Any street pavement repair, deemed necessary by the
Engineer or City Representative, as resulting from improper or excessive gutter removal
will also be performed at no cost to the City of Lubbock.
The City of Lubbock will be responsible for curb or curb and gutter, as determined by the
Engineer or City Representative, damaged prior to curb removal operations.
The unit price shall be full compensation for all labor including jointing, manipulations,
labor, equipment and incidentals necessary for the completion of the work as specified.
BID ITEM #3 - CONCRETE SLAB REMOVAL AND DISPOSAL
This item shall govern for the removal of all concrete valley gutters, fillets, sidewalks,
residential driveways, commercial driveways, drain ways, medians, pavement and other
concrete slabs as specified.
Measurements shall be made of the outside linear dimensions of the concrete slabs (actual
surface area) and be measured prior to removal.
Payment shall be made at the unit price bid per square foot of concrete slab removed and
disposed as specified. It shall be the Contractor's sole responsibility to notify the
Engineer or City Representative prior to removal to enable measurements to be made.
The unit price bid per square foot shall be full compensation for all labor including
materials and equipment required for concrete removal, loading, hauling and disposal at a
suitable site for waste disposal including all incidentals necessary for completion of the
work specified.
BID ITEM #4 — CONCRETE AND BRICK HANDICAPPED RAMP
This item shall govern for the installation of all curb ramps installed in place as specified.
Retaining walls, if required, shall be poured monolithically with the adjacent new
concrete flatwork handicapped ramp.
Measurement of all curb ramps shall be made of the actual outside linear dimensions of ")
concrete and brick ramp placed as specified.
Payment shall be made at the unit price bid per square foot of concrete and brick ramp
placed as specified. The unit price bid shall be full compensation for all labor including
clearing any and all obstructions, subgrade preparation, backfilling, furnishing and
placing all materials, including finishing, all reinforcement; sawing, cleaning and for all
manipulations, labor, tools, equipment and incidentals necessary to complete the work as
specified.
MP-3
W"
BID ITEM #5 — 4" CONCRETE FLATWORK
This item shall govern for the installation of all sidewalks, drain ways, medians and
residential drives. Measurement shall be made of the actual outside linear dimensions of
" four inch (4") concrete placed as specified.
Payment shall be made at the unit price bid per square foot of four inch (4") sidewalk,
drain way, median or residential drive as specified. The unit price bid shall be full
compensation for all labor including clearing any and all obstructions, subgrade
preparation, backfilling, furnishing and placing all materials, including finishing, all
reinforcement, sawing, cleaning, drying and sealing all longitudinal and contraction
joints, and for all manipulations, labor, tools, equipment and incidentals necessary to
complete the work as necessary.
BID ITEM #6 - 6" CONCRETE FLATWORK
This item shall govern for the installation of all alley approaches, commercial drives,
fillets and valley gutters. Measurement shall be made of the actual outside linear
dimensions of six inch (6") concrete placed as specified.
Payment shall be made at the unit price bid per square foot of six inch (6") concrete
placed as specified. The unit price shall be full compensation for all labor including
clearing any and all obstructions, subgrade preparation, backfilling, furnishing and
placing all materials; including finishing, painting, all reinforcement, sawing, cleaning,
drying and sealing all longitudinal and contraction joints, and for all manipulations, labor,
tools, equipment and incidentals necessary to complete the work as specified.
BID ITEM #7 - GRAVEL REMOVAL AND DISPOSAL
BEHIND THE CURB AND GUTTER
This item shall govern for the removal of all gravel behind the curb and gutter as
necessary to facilitate the installation of concrete and brick curb ramps and/or associated
concrete flatwork.
Measurement shall be made of the actual outside linear dimensions (actual surface area)
of full depth gravel removal as specified.
Payment shall be made at the unit price bid per square yard of gravel removed as
specified. The unit price bid shall be full compensation for all labor including removal,
loading, hauling and disposal of all material at a site suitable for disposal of waste
material including all incidentals necessary for completion of the work as specified.
MP-4
BID ITEM #8 - GRAVEL REPAIR BEHIND THE CURB AND GUTTER
P This item shall govern for the installation of all full depth six inch (6") pit run gravel
behind the curb and gutter.
Measurement shall be made of the outside linear dimensions (actual surface area) of the
., full depth gravel repair as specified.
Payment shall be made at the unit price bid per square yard of full depth gravel repair as
specified. The unit price bid shall be full compensation for all labor including subgrade
-' preparation, loading, hauling and placing all materials, and for all manipulations, labor,
tools, equipment and incidentals necessary to complete the work as specified.
BID ITEM #9 - ASPHALTIC PAVEMENT REMOVAL AND DISPOSAL
BEHIND THE CURB AND GUTTER
This item shall govern for the removal of all asphaltic pavement behind the curb and
gutter as necessary to facilitate the installation of concrete and brick curb ramps and/or
associated concrete flatwork.
Measurement shall be made of the outside linear dimensions (actual surface area) of
.., asphaltic pavement removed as specified.
Payment shall be made at the unit price bid per square yard of asphaltic pavement
removed as specified. The unit price bid shall be full compensation for all labor including
sawing, removal, loading, hauling and disposal of all material at a site suitable for
disposal of waste material including all incidentals necessary to complete the work as
specified.
BID ITEM #10 - ASPHALTIC PAVEMENT REPAIR
BEHIND THE CURB AND GUTTER
This item shall govern for the installation of all asphaltic pavement repair to consist of six
inch (6") caliche base and one and one-half inch (11/2") TxDOT Type "D" hot mix
asphaltic concrete with three percent (3%) latex polymer (SBR), including prime coat and
tack coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per square yard.
Measurement shall be made of the outside linear dimensions (actual surface area) of
paving as specified.
Payment shall be made at the unit price bid per square yard of asphaltic paving as
specified. The unit price shall be full compensation for all labor including furnishing and
placing six inch (6") caliche base, one and one-half inch (1 %2") TxDOT Type "D" hot mix
asphaltic concrete with three percent (3%) latex polymer (SBR), including prime coat and
tack coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per square yard, including
hauling and delivering, spreading and blading and for all labor including subgrade
preparation, backfilling, compacting, blading, wetting and rolling, loading, hauling,
placing all materials and disposal of all excess materials at a suitable site for dumping
MP-5
601
waste material, manipulations, labor, equipment and all incidentals necessary for the
completion of the work as specified.
BID ITEM #11- BRICK REMOVAL AND REPLACEMENT
^" BEHIND THE CURB AND GUTTER
This item shall govern for the removal of all bricks behind the curb and gutter as
necessary to facilitate the installation of concrete and brick curb ramps and/or associated
concrete flatwork and the replacement of matching bricks as required.
Measurement shall be made of the outside linear dimensions (actual surface area) of
bricks removed and replaced as specified.
Payment shall be made at the unit price bid per square yard of bricks removed and
replaced as specified. The unit price shall be full compensation for all labor including
removal, loading, hauling, subgrade preparation, replacement and disposal of excess
material at a site suitable for disposal of waste material including all incidentals necessary
to complete the work as specified.
BID ITEM # 12 — BRICK OR PRECAST CONCRETE BLOCK
RETAINING WALL
This item shall govern for the installation of a brick or precast concrete block wall.
Measurement shall be made of the actual length of the retaining wall in place.
Payment shall be made at the unit price bid per linear foot of in place retaining wall as
specified. The unit price shall be full compensation for all labor including subgrade
preparation, excavation and fill, backfilling, blading, tamping, wetting, rolling, loading,
hauling and disposal of all excess material at a site suitable for disposal of waste material,
removing and disposing of all obstructions, and furnishing and placing all materials,
including reinforcement, jointing, and for all manipulations, labor, tools, and equipment
and incidentals necessary for the completion of the work as specified.
BID ITEM #13 - 6" CONCRETE RETAINING WALL
This item shall govern for a six inch (6") thick concrete retaining wall, reinforced with 6"
x 6" W 1.4 x W 1.4 (10 gauge) welded wire mesh and varying in height from more than
zero inches (0") to no more than twelve inches (12") installed in place. The retaining wall
shall be poured monolithically with the concrete flatwork for stability.
Measurement shall be made of the actual length of the six inch (6") thick retaining wall in
place. Wall height will be measured from the top of the concrete flatwork.
Payment shall be made at the unit price bid per linear foot of constructed six inch (6")
thick retaining wall as specified. The unit price shall be full compensation for all labor
including subgrade preparation, excavation and fill , backfilling, blading, tamping,
wetting, rolling, loading, hauling and disposal of all excess material at a site suitable for
WR
disposal of waste material, removing and disposing of all obstructions, and furnishing and
placing all materials, including reinforcement, and for all manipulations, labor, tools, and
am equipment and incidentals necessary for the completion of the work as specified.
BID ITEM #14 - 6" CONCRETE RETAINING WALL
This item shall govern for a six inch (6") thick concrete retaining wall (measured from
top of sidewalk), reinforced with 6" x 6" W I A x W 1.4 (10 gauge) welded wire mesh and
poured monolithically with adjacent new concrete flatwork, installed in place. This item
shall be used when a wall greater than twelve inches (12") in height and less than or equal
to twenty four inches (24") in height is required as determined by the Engineer.
Measurement shall be made of the actual length of the six inch (6") thick retaining wall
constructed as specified. Wall height will be measured from the top of the concrete
flatwork.
Payment shall be made at the unit price bid per linear foot of constructed six inch (6")
thick retaining wall. The unit price shall be full compensation for all labor including
subgrade preparation, excavation and fill , backfilling, blading, tamping, wetting, rolling,
loading, hauling and disposal of all excess material at a site suitable for disposal of waste
material, removing and disposing of all obstructions, and furnishing and placing all
materials, including reinforcement, and for all manipulations, labor, tools, and equipment
and incidentals necessary for the completion of the work as specified.
BID ITEM #15 - CONCRETE CURB AND GUTTER
REMOVAL AND REPLACEMENT
This item shall govern for the removal and replacement of all concrete curb and gutter as
specified.
Measurement shall be made along the face of the actual length of concrete curb and gutter
removed as specified and measurement shall be made prior to removal.
Payment shall be made at the unit price bid per linear foot of curb and gutter removed and
replaced as specified. It shall be the Contractor's sole responsibility to notify the Engineer
or City Representative prior to removal to enable measurements to be made. The unit
price shall be full compensation for all labor including curb and gutter removal, loading,
hauling, sawcutting, disposal of all material at a site suitable for disposal of waste
material, manipulations, labor, equipment and incidentals necessary for the completion of
the work as specified.
BID ITEM #16 - ASPHALTIC PAVEMENT REPAIR IN STREET
., This item shall govern for all asphaltic pavement repair, as specified, to consist of six
inch (6") concrete base reinforced with 6" x 6" W2.9 x W2.9 (6 gauge) welded wire mesh
and one and one-half inch (1'/7") TxDOT Type "D" hot mix asphaltic concrete with three
MP-7
►-+
F"
APM
percent (3%) latex polymer (SBR), including prime coat and tack coat, a 1:2 dilute
emulsion at the rate of 0.10 gallons per square yard.
°^ Measurements shall be made of the outside linear dimensions (actual surface area) of
asphaltic pavement repair as specified.
Payment shall be made at the unit price bid per square yard of asphaltic pavement repair
as specified. The unit price bid shall be full compensation for all labor including subgrade
preparation, backfilling, compacting, blading, wetting, rolling, loading, hauling and
disposal of all excess material at a site suitable for disposal of waste material; removing
and disposing of all obstructions and for furnishing and placing six inch (6") portland
cement concrete base, one and one-half inch (1'/2") TxDOT Type "D" hot mix asphaltic
concrete with three percent (3%) latex polymer (SBR), including prime coat and tack
coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per square yard, including hauling
and delivering, spreading and blading, mixing, sprinkling, compacting, rolling, hauling
and placing all materials and all manipulations, labor, tools, equipment and other
incidentals necessary to complete the work as specified.
BID ITEM #17 - BRICK PAVEMENT REPAIR IN STREET
�•, This item shall govern for all brick pavement repair in front of the curb and gutter.
Measurements shall be made of the outside linear dimensions (actual surface area) of the
brick pavement repair as specified.
Payment shall be made at the unit price bid per square yard of brick pavement repair as
specified. The unit price bid shall be full compensation for all labor including removal,
loading, hauling, placing on a sand cushion, placing dry portland cement in the paving
brick joints and disposal of excess material at a site suitable for waste disposal including
all incidentals necessary to complete the work as specified.
BID ITEM #18 — SPRINKLER UNIT REMOVAL
This item shall govern for the removal of sprinkler units necessary to allow installation of
ramp and associated construction.
Measurement shall be made of the amount of sprinkler head units removed and salvaged
as specified. The amount of irrigation piping removed and plugged shall be considered
subsidiary to the sprinkler head unit removal.
Payment shall be made at the unit price bid per each sprinkler head unit removed and
salvaged as specified. The unit price bid shall be full compensation for all labor including
trenching, plugging of line and all fittings removed, furnishing all equipment, materials,
,., tools and incidentals necessary to complete the work as specified.
MP-8
W"
BID ITEM #19 — IRRIGATION PIPING
This item shall govern for the furnishing and installation of new poly vinyl chloride
(PVC) irrigation piping as specified. Reconstruction is to be performed by an irrigator
licensed by the Texas Board of Irrigators. Piping shall be PVC piping of the size to match
^^ existing piping and shall conform to ASTM D 1785, Schedule 40. Fittings, not including
valves or sprinkler heads shall conform to ASTM D 2466. Assembly shall be as
recommended by the manufacturer(s) and as approved by the Engineer. Salvaged
sprinkler heads, valves or fittings shall be replaced with new heads, valves or fittings at
Contractor's expense if determined, by Engineer, to be broken or otherwise unusable. All
water lines shall be thoroughly flushed before installing heads or valves.
Measurement shall be made of the linear feet of PVC irrigation piping as specified. The
quantity of fittings installed, and connections made to the existing sprinkler system shall
not be measured for separate payment, but shall be considered subsidiary to the PVC
irrigation piping installation. It shall be the Contractor's sole responsibility to notify the
Engineer or City Representative prior to backfilling irrigation piping to enable
measurements to be made.
Payment shall be made at the unit price bid per linear foot of PVC irrigation piping as
specified. The unit price bid shall be full compensation for all labor including trenching,
backfilling and restoration of the disturbed landscaping; PVC irrigation piping and
fittings, including sprinkler heads required to complete the system; for furnishing all
equipment, materials, tools and incidentals necessary to complete the work as specified.
BID ITEM #20 — LANDSCAPE REGRADING
This item shall govern for regrading and backfilling outside the normal limits of
backfilling as determined by the Engineer. Fill material, if needed, is to be a select
material similar to the surrounding material and approved by the Engineer.
Measurement shall be made of the actual outside linear dimensions and the depth (actual
volume).
Payment shall be made at the unit price bid for this item. The unit price as bid shall be
full compensation for all operations including loading, hauling, spreading, excess
disposal, all manipulations, labor, tools, equipment and other incidentals necessary to
complete the work.
MP-9